Tender

UHF MANET Radios

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

27 Nov 2025 at 23:52

Summary of the contracting process

The Ministry of Defence is seeking the procurement of UHF MANET radios with an open procedure under UK legal framework 2023/54. The tender, titled "UHF MANET Radios," falls under the radio equipment industry category and is linked to the development of concepts of operations (CONOPS) and experimentation setups among coastal forces and shore-based installations. The procurement includes an initial purchase of two radios by 31 March 2026, with an option to acquire up to 20 additional units by either 31 March 2026 or 31 March 2028. The tender is currently in the active stage, with important deadlines such as the enquiry period ending on 11 December 2025 and the submission deadline on 2 January 2026. Located in Portsmouth, UK, the Ministry aims to reinforce its coastal defence capabilities through this procurement.

This tender presents growth opportunities for businesses specialising in radio equipment and related technologies. The open procedure allows for competitive bidding, providing a substantial contract value of up to £840,000 GBP, and is suitable for SMEs, as indicated in the selection criteria. Companies with expertise in manufacturing or supplying communication systems for defence applications are well-suited to compete. The contract contains options for extension, facilitating potential long-term partnerships and further business growth opportunities with the Ministry of Defence. Successful bidders will engage in a high-value contract, which may extend from its initial end date in 2028 to as far as 2031, depending on the Ministry's requirements.

How relevant is this notice?

Notice Information

Notice Title

UHF MANET Radios

Notice Description

The requirement is for purchase of an initial 2 UHF MANET radios by 31 March 2026, to develop CONOPS and experimentation setups among coastal forces and in shore-based support facilities. There will be the option for the Authority for purchase and delivery of up to 20 additional radios either by 31 March 2026 or up to 31 March 2028.

Lot Information

Lot 1

Options: The contract will include the option to extend by up to two years after the initial end date of approximately 31 January 2028 (date to be confirmed on contract award), giving a maximum duration up to approximately 31 January 2031 (date to be confirmed on contract award). The contract is set at an initial value of PS500,000 ex VAT (PS620,000 inc VAT) with the option to increase this to a total value of PS700,000 ex VAT (PS840,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract.

Renewal: The contract will include the option to extend by up to two years after the initial end date of approximately 31 January 2028 (date to be confirmed on contract award), giving a maximum duration up to approximately 31 January 2031 (date to be confirmed on contract award). The contract is set at an initial value of PS500,000 ex VAT (PS620,000 inc VAT) with the option to increase this to a total value of PS700,000 ex VAT (PS840,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05eaaa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/077904-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment


CPV Codes

32344210 - Radio equipment

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
£700,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Nov 20251 weeks ago
Submission Deadline
2 Jan 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Feb 2026 - 31 Jan 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
lee.culshaw100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PORTSMOUTH
Postcode
PO2 8BY
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
Not specified

Local Authority
Portsmouth
Electoral Ward
Nelson
Westminster Constituency
Portsmouth North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05eaaa-2025-11-27T23:52:44Z",
    "date": "2025-11-27T23:52:44Z",
    "ocid": "ocds-h6vhtk-05eaaa",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Navy Commercial, NCHQ, Whale Island",
                "locality": "Portsmouth",
                "postalCode": "PO2 8BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "lee.culshaw100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "planning": {
        "noEngagementNoticeRationale": "In this instance, a preliminary market engagement notice was not published because the need for this requirement was only identified and developed within the last three months. Therefore, issuing an advance notice so close to the release of this Tender notice would not have been beneficial."
    },
    "tender": {
        "id": "715717521",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "UHF MANET Radios",
        "description": "The requirement is for purchase of an initial 2 UHF MANET radios by 31 March 2026, to develop CONOPS and experimentation setups among coastal forces and in shore-based support facilities. There will be the option for the Authority for purchase and delivery of up to 20 additional radios either by 31 March 2026 or up to 31 March 2028.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32344210",
                        "description": "Radio equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 840000,
            "amount": 700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "submissionMethodDetails": "Tenders must be submitted through the Defence Sourcing Portal at https://contracts.mod.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-02T23:59:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-11T10:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-12T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 840000,
                    "amount": 700000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Tender evaluation will calculate the Most Advantageous Tender (MAT) to The Authority. Full details are included in the Invitation to Tender document.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Financial",
                            "description": "Full details of the Financial Evaluation criteria and scoring are included in the Invitation to Tender document."
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Full details of the Technical Evaluation criteria and scoring are included in the Invitation to Tender document."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Full details are included in the Invitation to Tender document."
                        },
                        {
                            "type": "technical",
                            "description": "Full details are included in the Invitation to Tender document."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2028-01-31T23:59:59+00:00",
                    "maxExtentDate": "2031-01-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will include the option to extend by up to two years after the initial end date of approximately 31 January 2028 (date to be confirmed on contract award), giving a maximum duration up to approximately 31 January 2031 (date to be confirmed on contract award). The contract is set at an initial value of PS500,000 ex VAT (PS620,000 inc VAT) with the option to increase this to a total value of PS700,000 ex VAT (PS840,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will include the option to extend by up to two years after the initial end date of approximately 31 January 2028 (date to be confirmed on contract award), giving a maximum duration up to approximately 31 January 2031 (date to be confirmed on contract award). The contract is set at an initial value of PS500,000 ex VAT (PS620,000 inc VAT) with the option to increase this to a total value of PS700,000 ex VAT (PS840,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-8471",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8471",
                "format": "application/octet-stream"
            },
            {
                "id": "077904-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077904-2025",
                "datePublished": "2025-11-27T23:52:44Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payments to be made in accordance with Terms & Conditions. Full details are included in the Invitation to Tender document."
        },
        "riskDetails": "The following risks could occur which could affect contract delivery or performance: Changes in laws or regulations resulting in a need to amend the Contract timescales, costs, deliverables or scope. Unexpected delays to delivery timescales due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope. Unexpected changes to costs due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope. Unexpected changes to volume of deliverables due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope. Unexpected changes to scope of deliverables due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope."
    },
    "language": "en"
}