Award

Provision of Tetra Air-To-Ground Radio Device Maintenance and Repair

WEST YORKSHIRE COMBINED AUTHORITY (OR SUCH OTHER SUCCESSOR BODY, COMPANY, ORGANISATION WHO SHALL HAVE THE RESPONSIBILITY OF BEING THE CONTRACTING AUTHORITY OF THE NATIONAL POLICE AIR SERVICE OR ANY PART OR PARTS THEREOF)

This public procurement record has 1 release in its history.

Award

17 Mar 2026 at 15:23

Summary of the contracting process

The West Yorkshire Combined Authority has awarded a contract titled "Provision of Tetra Air-To-Ground Radio Device Maintenance and Repair" to ensure the effective maintenance and repair of essential radio-communication equipment for the National Police Air Service. This contract, based on a direct award procurement method, leverages intellectual property rights and technical expertise unique to Chelton Limited, the sole designated supplier. The procurement process, overseen by BlueLight Commercial as the procuring entity, involves specialised services integral to air-to-ground telecommunications within the United Kingdom. The award phase, initiated on 17th March 2026, plans for the contract to commence on 31st March 2026, concluding on 31st December 2027.

This tender presents significant opportunities for businesses specialising in radio-communication equipment services, particularly those operating as SMEs. The technical and proprietary nature of the services required offers an avenue for companies with expertise in high-level communications technology and maintenance. Chelton Limited's selection exemplifies the business potential for companies with exclusive rights or specialised technical capabilities, underscoring the market demand for leveraging intellectual property and technical proficiency in public sector procurement. As existing services undergo transition to an ESN solution anticipated in 2027-2029, businesses adept in navigating complex technical landscapes may find lucrative opportunities in achieving continuity and innovation within such specialised fields.

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

Notice Title

Provision of Tetra Air-To-Ground Radio Device Maintenance and Repair

Notice Description

Contract for the provision of tetra air to ground radio device maintenance and repair The Contract Start Date refers to the Effective Date of the Agreement, which is the date that the last party signs the Agreement. For the avoidance of doubt, the Term of the Agreement shall be 1 January 2026 to 31 December 2027.

Procurement Information

This contract is being awarded under Section 41(1)(a) of the Procurement Act 2023, in reliance on the direct award justifications provided for in Paragraph 5 (intellectual property or exclusive rights) and Paragraph 6 (technical reasons) of Schedule 5 of the Procurement Act 2023. The contracting authority considers these direct award justifications apply for the following reasons: * The CDUs (control display unit) are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier owns and controls the proprietary rights associated with the CDU, and no other supplier holds those rights or is licensed to exercise them in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier holds the technical knowledge to ensure the complete and efficient repair and replacement of the CDUs. The supplier is therefore the only supplier who can provide the required services. * The current generation of radios are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier controls the ultimate product solution, and no other supplier controls the required solution in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier holds the technical knowledge to ensure the complete and efficient repair and replacement of the product. The supplier is therefore the only supplier who can provide the required services. * The TSMs (TETRA Security Module) are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier owns the proprietary rights regarding the incorporation of the TSM within the TCS (TETRA Air-to-Ground Communication System), and no other supplier holds those rights or is licensed to exercise them in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier has the technical knowledge and processes in place to support the TSM services. The supplier is therefore the only supplier who can provide the required services. * The software updates to the TSM, CDU and the current generation of radio solutions are an intrinsic part of the services. In reliance on Paragraphs 5 and 6, as the supplier controls the proprietary software that sits behind these solutions and holds the exclusive technical knowledge required to develop and deploy updates to it, they are the only supplier who can effectively and completely update the relevant software to ensure the proper functioning of the solutions with the Airwave network. The contracting authority considers there are no reasonable alternatives to the services for the following reasons: * The procurement of the new ESN solution and associated devices which will replace the Airwave network and associated devices is not within the control of the contracting authority, and this procurement has been subject to a number of delays. As a result, the contracting authority must continue to rely on the existing Airwave network and associated devices, and the services to support them, until such time as the new devices become available, and the contracting authority is able to start the process of transitioning to the new devices. * The operational transition to the new ESN solution and associated devices is anticipated to commence in March 2027, and to be completed by December 2029. In 2025, the contracting authority undertook a market analysis exercise to understand potential alternatives available for the required solution. To summarise, the exercise found that the supplier is currently the only supplier who is able to provide the required services, and if the contracting authority were to commence a procurement process to appoint an alternative supplier and a viable alternative solution was identified, a significant lead time would be required for any such supplier to develop the capabilities, expertise and solutions required, and to obtain necessary certifications. As a consequence, the cost, disruption and resource required to run a competitive procurement process and manage a transition to an alternative supplier would be disproportionate given the limited and diminishing duration of the requirement prior to the ESN transition. For these reasons, appointing an alternative supplier is not a reasonable alternative in the circumstances.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066c85
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024183-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

64 - Postal and telecommunications services


CPV Codes

50333000 - Maintenance services of radio-communications equipment

64225000 - Air-to-ground telecommunications services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
17 Mar 20262 weeks ago
Contract Period
30 Mar 2026 - 31 Dec 2027 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEST YORKSHIRE COMBINED AUTHORITY (OR SUCH OTHER SUCCESSOR BODY, COMPANY, ORGANISATION WHO SHALL HAVE THE RESPONSIBILITY OF BEING THE CONTRACTING AUTHORITY OF THE NATIONAL POLICE AIR SERVICE OR ANY PART OR PARTS THEREOF)
Additional Buyers

BLUELIGHT COMMERCIAL

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEEDS
Postcode
LS1 2DE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CHELTON

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-066c85-2026-03-17T15:23:47Z",
    "date": "2026-03-17T15:23:47Z",
    "ocid": "ocds-h6vhtk-066c85",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHYG-7328-ZLQJ",
            "name": "West Yorkshire Combined Authority (or such other successor body, company, organisation who shall have the responsibility of being the contracting authority of the National Police Air Service or any part or parts thereof)",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHYG-7328-ZLQJ"
            },
            "address": {
                "streetAddress": "Wellington House, 40-50 Wellington Street",
                "locality": "Leeds",
                "postalCode": "LS1 2DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "name": "Tony Holmes",
                "email": "tony.holmes@bluelight.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-12517649",
            "name": "BlueLight Commercial",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12517649"
            },
            "address": {
                "streetAddress": "Lower Ground 5-8 The Sanctuary",
                "locality": "London",
                "postalCode": "SW1P 3JS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Tony Holmes",
                "email": "tony.holmes@bluelight.police.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Conducting procurement activity on behalf of the National Police Air Service"
        },
        {
            "id": "GB-COH-00896823",
            "name": "Chelton Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00896823"
            },
            "address": {
                "streetAddress": "Fourth Avenue",
                "locality": "Marlow",
                "postalCode": "SL7 1TF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "info@chelton.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHYG-7328-ZLQJ",
        "name": "West Yorkshire Combined Authority (or such other successor body, company, organisation who shall have the responsibility of being the contracting authority of the National Police Air Service or any part or parts thereof)"
    },
    "tender": {
        "id": "BLC0246",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Tetra Air-To-Ground Radio Device Maintenance and Repair",
        "description": "Contract for the provision of tetra air to ground radio device maintenance and repair The Contract Start Date refers to the Effective Date of the Agreement, which is the date that the last party signs the Agreement. For the avoidance of doubt, the Term of the Agreement shall be 1 January 2026 to 31 December 2027.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "This contract is being awarded under Section 41(1)(a) of the Procurement Act 2023, in reliance on the direct award justifications provided for in Paragraph 5 (intellectual property or exclusive rights) and Paragraph 6 (technical reasons) of Schedule 5 of the Procurement Act 2023. The contracting authority considers these direct award justifications apply for the following reasons: * The CDUs (control display unit) are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier owns and controls the proprietary rights associated with the CDU, and no other supplier holds those rights or is licensed to exercise them in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier holds the technical knowledge to ensure the complete and efficient repair and replacement of the CDUs. The supplier is therefore the only supplier who can provide the required services. * The current generation of radios are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier controls the ultimate product solution, and no other supplier controls the required solution in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier holds the technical knowledge to ensure the complete and efficient repair and replacement of the product. The supplier is therefore the only supplier who can provide the required services. * The TSMs (TETRA Security Module) are an intrinsic part of the services required. In reliance on Paragraph 5, the supplier owns the proprietary rights regarding the incorporation of the TSM within the TCS (TETRA Air-to-Ground Communication System), and no other supplier holds those rights or is licensed to exercise them in a manner that would enable them to provide the services. In reliance on Paragraph 6, the supplier has the technical knowledge and processes in place to support the TSM services. The supplier is therefore the only supplier who can provide the required services. * The software updates to the TSM, CDU and the current generation of radio solutions are an intrinsic part of the services. In reliance on Paragraphs 5 and 6, as the supplier controls the proprietary software that sits behind these solutions and holds the exclusive technical knowledge required to develop and deploy updates to it, they are the only supplier who can effectively and completely update the relevant software to ensure the proper functioning of the solutions with the Airwave network. The contracting authority considers there are no reasonable alternatives to the services for the following reasons: * The procurement of the new ESN solution and associated devices which will replace the Airwave network and associated devices is not within the control of the contracting authority, and this procurement has been subject to a number of delays. As a result, the contracting authority must continue to rely on the existing Airwave network and associated devices, and the services to support them, until such time as the new devices become available, and the contracting authority is able to start the process of transitioning to the new devices. * The operational transition to the new ESN solution and associated devices is anticipated to commence in March 2027, and to be completed by December 2029. In 2025, the contracting authority undertook a market analysis exercise to understand potential alternatives available for the required solution. To summarise, the exercise found that the supplier is currently the only supplier who is able to provide the required services, and if the contracting authority were to commence a procurement process to appoint an alternative supplier and a viable alternative solution was identified, a significant lead time would be required for any such supplier to develop the capabilities, expertise and solutions required, and to obtain necessary certifications. As a consequence, the cost, disruption and resource required to run a competitive procurement process and manage a transition to an alternative supplier would be disproportionate given the limited and diminishing duration of the requirement prior to the ESN transition. For these reasons, appointing an alternative supplier is not a reasonable alternative in the circumstances.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersIntellectualPropertyExclusiveRights"
            },
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Provision of Tetra Air-To-Ground Radio Maintenance and Repair",
            "status": "pending",
            "value": {
                "amountGross": 0,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-00896823",
                    "name": "Chelton Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "64225000",
                            "description": "Air-to-ground telecommunications services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50333000",
                            "description": "Maintenance services of radio-communications equipment"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-03-31T00:00:00+01:00",
                "endDate": "2027-12-31T23:59:59+00:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "024183-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/024183-2026",
                    "datePublished": "2026-03-17T15:23:47Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-30T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}