Planning

NSpOC Sovereign Sensor Capability - Active RF

UK SPACE AGENCY

This public procurement record has 4 releases in its history.

Planning

02 Apr 2026 at 10:38

Planning

20 Mar 2026 at 08:44

PlanningUpdate

04 Feb 2026 at 09:07

Planning

03 Feb 2026 at 08:53

Summary of the contracting process

The UK Space Agency is overseeing a procurement process entitled "NSpOC Sovereign Sensor Capability - Active RF", focusing on the Works category for the deployment of a high-power space surveillance radar. This radar system is intended to enhance the UK’s Space Surveillance & Tracking and Space Domain Awareness capabilities. The project is currently in the planning stage, with the procurement process being executed via a competitive flexible procedure. The initiative is valued at approximately £30 million GBP. Interested parties should note critical dates, including a market engagement day on 17 April 2026 and the issuance of a Selection Questionnaire on 1 September 2026, with contract award anticipated around May 2027. The deployment will occur in the Southern Hemisphere, although the precise location is yet to be determined. The radar system is expected to serve as a key national asset, improving UK space resilience and safety by tracking space debris and operational satellites.

This tender offers significant opportunities for businesses with expertise in radar system design, engineering, manufacturing, and construction. Companies with capabilities in civil engineering, systems integration, and post-installation support could particularly benefit. As part of a strategic national security initiative, the procurement mandates strict eligibility criteria, only accepting applications from UK-registered companies managed by UK nationals. This preference for sovereign capability provides a substantial growth opportunity for UK-based businesses involved in the defence and aerospace industries, especially those with a proven track record in handling sensitive, high-value technical projects. The procurement process will also involve evaluating subcontracting proposals, ensuring adherence to national security standards, creating further opportunities for niche players in the supply chain.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

NSpOC Sovereign Sensor Capability - Active RF

Notice Description

**This notice is for administrative purposes. Please refer to the related UK3: Planned Procurement Notice for more detail** The UK Space Agency (UKSA), as part of the National Space Operations Centre (NSpOC) programme, intends to commence a competitive procurement for the deployment of a sovereign, high-power (~1 MW class) space surveillance radar in the Southern Hemisphere (final location is still to be determined but bidders should note the requirement to deploy into the Southern Hemisphere) to enhance the UK's Space Surveillance & Tracking (SST) and Space Domain Awareness (SDA) capability. It is expected that the radar system will operate as a key national asset, providing enhanced detection, tracking and custody of resident space objects, particularly small-size debris and operational satellites in Low Earth Orbit. It will deliver significant improvements to UK resilience, space safety, collision avoidance, re-entry monitoring, fragmentation detection, and wider civil-military situational awareness objectives. The procurement will cover all elements of sensor deployment, including (but not limited to): * Radar system design, manufacturing and/or acquisition (as necessary); * On site civil engineering and construction works, including foundations and supporting infrastructure; * Installation, systems integration, alignment, testing and commissioning; * Handover into operational service, associated documentation, training, and assurance materials; * Integration with NSpOC's wider operational architectures, tasking frameworks and national space safety processes. * Post-handover maintenance and support. Planned Procurement Timelines: It is the UK Space Agency's intention to issue a Selection Questionnaire (SQ) on 1 September 2026. The SQ will be will primarily seek: * Confirmation that suppliers possess the technical capability, capacity and experience required to deliver a complex radar and associated civil/engineering programme; * High level organisational information required for compliance, policy and national security assurance; * Initial declarations relating to proposed subcontracting arrangements, supply chain dependencies, and any international elements requiring review. Eligibility Requirements: Given the highly sensitive nature of this capability, and its strategic importance to the UK's national security, applicants must meet strict eligibility criteria: 1. Eligible applications will be by a UK-registered company within which all strategic decisions are undertaken in the UK by UK nationals only. Applicants must confirm this organisational arrangement as part of their SQ response. 2. Subcontractor and Supply Chain Restrictions - where an applicant intends to use non-UK subcontractors for any part of the requirement, the SQ response must explicitly justify why the proposed capability cannot be sourced within the UK, and must detail the security mitigations, governance and assurance mechanisms the supplier proposes to put in place. UKSA reserves the right to reject any application on national security grounds, including (but not limited to) concerns relating to: * Non UK subcontractors; * Overseas control, ownership or strategic influence; * Sensitive technology transfer risks; * Supply chain elements considered incompatible with UK national security expectations. UKSA will evaluate all such proposals with a strong presumption in favour of sovereign capability and UK only delivery, unless compelling evidence demonstrates that overseas subcontracting is essential and does not pose unacceptable national security risks. Estimated Contract Value and Funding Position: The estimated contract value is currently PS30 million (excluding VAT). This figure is indicative only at this stage and remains subject to: * Internal due diligence; * Confirmation of final scope; * Availability of programme funding; * Required UK Government approvals. UKSA reserves the right to adjust the estimated value as the procurement progresses and as greater clarity on technical scope, delivery model, and site requirements is established. Additional Context: The future radar system is expected to form a core component of the UK's long term sovereign SDA architecture, complementing existing UK and partner sensors, and integrating into NSpOC's operational mission system. The solution must therefore demonstrate resilience, high availability, environmental compliance, cyber security robustness, and suitability for operation within a secure, safety critical environment. A tender notice containing full details of the procedure, tendering stages and evaluation approach will be published following completion of the SQ stage and approval of the procurement strategy. Raytheon Systems Limited are currently undertaking a technical feasibility study to inform the specification of the radar system. The final deliverable from this work will be released to bidders who pass the SQ stage under NDA to ensure an equitable competition. **Please note the value of this procurement is indicative at this stage and subject to change**

Lot Information

Lot 1

Renewal: Possible extensions can be utilised in the event of materialisation of known risks (e.g. delays to deployment owing to logistical or planning constraints).

Planning Information

This UK2 notice in relation to UKSA's forthcoming planned procurement of an Active RF radar capability provides details of the first formal planned pre-market engagement day. This will take place at UKSA's office in Canary Wharf, London. **PLEASE ENSURE YOU READ AND FOLLOW INSTRUCTIONS CAREFULLY TO BOOK ATTENDANCE AS PRE-REGISTRATION WILL BE REQUIRED AND UNSCHEDULED ATTENDEES WILL BE TURNED AWAY ON THE DAY** UKSA will be hosting a pre-market engagement day on Friday the 17th of April at its Canary Wharf offices. There is no option to join virtually via dial-in. Attendance is NOT mandatory to be able to participate in the forthcoming procurement. The day will commence at 10:30 with a presentation, which will cover some of the technical work completed to date and the current timetable for the planned procurement. Suppliers will have the opportunity to ask questions. There will be a break between 12:00 and 13:00. From 13:00 - 17:00, suppliers will be able to book 25 minute 1:1 engagement slots with UKSA personnel. Please note UKSA will not discuss any elements of the tender that could give any one supplier an advantage over others in these sessions, which will be minuted. Suppliers are welcome to use the time as they see fit (for example, to ask questions about the Model Services Contract terms and conditions, to pitch different technical options offered for consideration, to discuss possible supply chains in the context of the requirement that bids are primed by UK-registered companies). Please request a slot when submitting your registration to commercial@ukspaceagency.gov.uk, noting if you have any constraints on timings (e.g. long way to travel so would prefer an earlier slot). When requesting a slot, please specify if you are intending to prime or form part of the supply chain - please note as slots are limited, we will prioritising discussions with prospective primes. To register attendance, please email commercial@ukspaceagency.gov.uk with details of a maximum of two individuals who will be joining. Security is in place at our offices so please ensure you bring photo ID. Attendees who are NOT pre-registered will be turned away on the day. As we have limited capacity in the venue, we may be required to reduce the number of attendees per company to one in the event of high demand.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0614e3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030786-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK1 - Pipeline Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

45 - Construction work


CPV Codes

38115100 - Radar surveillance equipment

45223400 - Radar station construction work

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
£30,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
1 Sep 20265 months to go
Award Date
Not specified
Contract Period
9 May 2027 - 10 May 2030 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UK SPACE AGENCY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DIDCOT
Postcode
OX11 0DF
Post Town
Oxford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ14 Oxfordshire CC
Delivery Location
Not specified

Local Authority
Vale of White Horse
Electoral Ward
Hendreds
Westminster Constituency
Didcot and Wantage

Further Information

Notice Documents

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-0614e3-2026-04-02T11:38:03+01:00",
    "date": "2026-04-02T11:38:03+01:00",
    "ocid": "ocds-h6vhtk-0614e3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "009243-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009243-2026",
                "datePublished": "2026-02-03T08:53:11Z",
                "format": "text/html"
            },
            {
                "id": "009745-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009745-2026",
                "datePublished": "2026-02-04T09:07:02Z",
                "format": "text/html"
            },
            {
                "id": "025535-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025535-2026",
                "datePublished": "2026-03-20T08:44:22Z",
                "format": "text/html"
            },
            {
                "id": "030786-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030786-2026",
                "datePublished": "2026-04-02T11:38:03+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This UK2 notice in relation to UKSA's forthcoming planned procurement of an Active RF radar capability provides details of the first formal planned pre-market engagement day. This will take place at UKSA's office in Canary Wharf, London. **PLEASE ENSURE YOU READ AND FOLLOW INSTRUCTIONS CAREFULLY TO BOOK ATTENDANCE AS PRE-REGISTRATION WILL BE REQUIRED AND UNSCHEDULED ATTENDEES WILL BE TURNED AWAY ON THE DAY** UKSA will be hosting a pre-market engagement day on Friday the 17th of April at its Canary Wharf offices. There is no option to join virtually via dial-in. Attendance is NOT mandatory to be able to participate in the forthcoming procurement. The day will commence at 10:30 with a presentation, which will cover some of the technical work completed to date and the current timetable for the planned procurement. Suppliers will have the opportunity to ask questions. There will be a break between 12:00 and 13:00. From 13:00 - 17:00, suppliers will be able to book 25 minute 1:1 engagement slots with UKSA personnel. Please note UKSA will not discuss any elements of the tender that could give any one supplier an advantage over others in these sessions, which will be minuted. Suppliers are welcome to use the time as they see fit (for example, to ask questions about the Model Services Contract terms and conditions, to pitch different technical options offered for consideration, to discuss possible supply chains in the context of the requirement that bids are primed by UK-registered companies). Please request a slot when submitting your registration to commercial@ukspaceagency.gov.uk, noting if you have any constraints on timings (e.g. long way to travel so would prefer an earlier slot). When requesting a slot, please specify if you are intending to prime or form part of the supply chain - please note as slots are limited, we will prioritising discussions with prospective primes. To register attendance, please email commercial@ukspaceagency.gov.uk with details of a maximum of two individuals who will be joining. Security is in place at our offices so please ensure you bring photo ID. Attendees who are NOT pre-registered will be turned away on the day. As we have limited capacity in the venue, we may be required to reduce the number of attendees per company to one in the event of high demand.",
                "dueDate": "2026-04-17T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PRTY-4245-MTJY",
            "name": "UK Space Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRTY-4245-MTJY"
            },
            "address": {
                "streetAddress": "Quad Two Building 1st Floor, Rutherford Avenue, Harwell Science and Innovation Campus",
                "locality": "Didcot",
                "postalCode": "OX11 0DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "commercial@ukspaceagency.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRTY-4245-MTJY",
        "name": "UK Space Agency"
    },
    "tender": {
        "id": "UKSAC26_0005",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "NSpOC Sovereign Sensor Capability - Active RF",
        "description": "**This notice is for administrative purposes. Please refer to the related UK3: Planned Procurement Notice for more detail** The UK Space Agency (UKSA), as part of the National Space Operations Centre (NSpOC) programme, intends to commence a competitive procurement for the deployment of a sovereign, high-power (~1 MW class) space surveillance radar in the Southern Hemisphere (final location is still to be determined but bidders should note the requirement to deploy into the Southern Hemisphere) to enhance the UK's Space Surveillance & Tracking (SST) and Space Domain Awareness (SDA) capability. It is expected that the radar system will operate as a key national asset, providing enhanced detection, tracking and custody of resident space objects, particularly small-size debris and operational satellites in Low Earth Orbit. It will deliver significant improvements to UK resilience, space safety, collision avoidance, re-entry monitoring, fragmentation detection, and wider civil-military situational awareness objectives. The procurement will cover all elements of sensor deployment, including (but not limited to): * Radar system design, manufacturing and/or acquisition (as necessary); * On site civil engineering and construction works, including foundations and supporting infrastructure; * Installation, systems integration, alignment, testing and commissioning; * Handover into operational service, associated documentation, training, and assurance materials; * Integration with NSpOC's wider operational architectures, tasking frameworks and national space safety processes. * Post-handover maintenance and support. Planned Procurement Timelines: It is the UK Space Agency's intention to issue a Selection Questionnaire (SQ) on 1 September 2026. The SQ will be will primarily seek: * Confirmation that suppliers possess the technical capability, capacity and experience required to deliver a complex radar and associated civil/engineering programme; * High level organisational information required for compliance, policy and national security assurance; * Initial declarations relating to proposed subcontracting arrangements, supply chain dependencies, and any international elements requiring review. Eligibility Requirements: Given the highly sensitive nature of this capability, and its strategic importance to the UK's national security, applicants must meet strict eligibility criteria: 1. Eligible applications will be by a UK-registered company within which all strategic decisions are undertaken in the UK by UK nationals only. Applicants must confirm this organisational arrangement as part of their SQ response. 2. Subcontractor and Supply Chain Restrictions - where an applicant intends to use non-UK subcontractors for any part of the requirement, the SQ response must explicitly justify why the proposed capability cannot be sourced within the UK, and must detail the security mitigations, governance and assurance mechanisms the supplier proposes to put in place. UKSA reserves the right to reject any application on national security grounds, including (but not limited to) concerns relating to: * Non UK subcontractors; * Overseas control, ownership or strategic influence; * Sensitive technology transfer risks; * Supply chain elements considered incompatible with UK national security expectations. UKSA will evaluate all such proposals with a strong presumption in favour of sovereign capability and UK only delivery, unless compelling evidence demonstrates that overseas subcontracting is essential and does not pose unacceptable national security risks. Estimated Contract Value and Funding Position: The estimated contract value is currently PS30 million (excluding VAT). This figure is indicative only at this stage and remains subject to: * Internal due diligence; * Confirmation of final scope; * Availability of programme funding; * Required UK Government approvals. UKSA reserves the right to adjust the estimated value as the procurement progresses and as greater clarity on technical scope, delivery model, and site requirements is established. Additional Context: The future radar system is expected to form a core component of the UK's long term sovereign SDA architecture, complementing existing UK and partner sensors, and integrating into NSpOC's operational mission system. The solution must therefore demonstrate resilience, high availability, environmental compliance, cyber security robustness, and suitability for operation within a secure, safety critical environment. A tender notice containing full details of the procedure, tendering stages and evaluation approach will be published following completion of the SQ stage and approval of the procurement strategy. Raytheon Systems Limited are currently undertaking a technical feasibility study to inform the specification of the radar system. The final deliverable from this work will be released to bidders who pass the SQ stage under NDA to ensure an equitable competition. **Please note the value of this procurement is indicative at this stage and subject to change**",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38115100",
                        "description": "Radar surveillance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 36000000,
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "**Please note the competitive flexible procedure for this procurement is still under development and is subject to change** UKSA intends to have an initial selection stage where suppliers will be expected to demonstrate they meet the Conditions of Participation set out. We expect selection questionnaires to be available in autumn 2026. Bidders who meet the Conditions of Participation will be invited to submit initial tenders in response to the specification issued to them. UKSA then anticipates a 3-4 week dialogue period to discuss submitted tenders, before a final submission point. UKSA currently anticipates this will take place in autumn 2026 (we are targeting October-November 2026 for bidders to develop their initial tender, followed by dialogue in December 2026. Dialogue will take place in-person). Following dialogue, bidders will be permitted a further four weeks to develop their final tender submissions, targeting a final submission in January-February 2027. We anticipate contract award will be around May 2027, dependent on internal approvals."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-09-29T23:59:00+01:00",
        "awardPeriod": {
            "endDate": "2027-04-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "value": {
                    "amountGross": 36000000,
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Technical conditions of participation will be developed over the coming months."
                        },
                        {
                            "type": "technical",
                            "description": "Technical conditions of participation will be developed over the coming months."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-05-10T00:00:00+01:00",
                    "endDate": "2030-05-10T23:59:59+01:00",
                    "maxExtentDate": "2032-05-10T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible extensions can be utilised in the event of materialisation of known risks (e.g. delays to deployment owing to logistical or planning constraints)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-09-01T23:59:59+01:00"
        },
        "riskDetails": "* Risk that planning constraints prevents deployment on original schedule * Risk that logistical constraints prevent deployment on original schedule * Risk that technical specification requires modification during life of contract to ensure final system meets operational requirements * Changes in operational requirements may necessitate changes to technical specification",
        "amendments": [
            {
                "id": "009745-2026",
                "description": "4th Feb 2026: Changed title of notice from 'Passive RF' to 'Active RF'. This is an error correction, not change of scope."
            }
        ]
    },
    "language": "en"
}