Scope
Reference
UKSAC26_0005
Description
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 £30 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**
Total value (estimated)
- £30,000,000 excluding VAT
- £36,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 May 2027 to 10 May 2030
- Possible extension to 10 May 2032
- 5 years, 1 day
Description of possible extension:
Possible extensions can be utilised in the event of materialisation of known risks (e.g. delays to deployment owing to logistical or planning constraints).
Main procurement category
Works
CPV classifications
- 38115100 - Radar surveillance equipment
- 45223400 - Radar station construction work
Contract locations
- UK - United Kingdom
Participation
Technical ability conditions of participation
Technical conditions of participation will be developed over the coming months.
Submission
Publication date of tender notice (estimated)
1 September 2026
Submission type
Requests to participate
Deadline for requests to participate
29 September 2026, 11:59pm
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 April 2027
Other information
Description of risks to contract performance
* 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
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
**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.
Contracting authority
UK Space Agency
- Public Procurement Organisation Number: PRTY-4245-MTJY
Quad Two Building 1st Floor, Rutherford Avenue, Harwell Science and Innovation Campus
Didcot
OX11 0DF
United Kingdom
Region: UKJ14 - Oxfordshire
Organisation type: Public authority - central government