TETRA Airwave Terminal Products and Services (TETRA 2022)
A Modification Notice
by POLICE DIGITAL SERVICE
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- 4 year
- Value
- £50M-£75M
- Sector
- INDUSTRIAL
- Published
- 10 Apr 2026
- Delivery
- To 10 Apr 2030 (est.)
- Deadline
- n/a
Related Terms
Location
United Kingdom
2 buyers
- Police Digital Service London
1 supplier
- Sepura Cambridge
Description
The provision of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system (the "TETRA Contract").
Ammendments to Previous Notice
2. Contract value
GBP 50,000,000 75,000,000
Award Detail
| 1 | Sepura (Cambridge)
|
CPV Codes
- 32000000 - Radio, television, communication, telecommunication and related equipment
Indicators
- Contract modified due to additional needs.
Legal Justification
The TETRA Contract was entered into on 1 January 2023 for a period of four (4) years (subject to an extension in exceptional circumstances of one year) and with an original expiry date of 31 December 2026. A short extension of the TETRA Contract for a period of six months is required to ensure that public safety agencies operating under the contract can remain fully operational on the TETRA‑based UK Airwave network until the broadband‑enabled Emergency Services Network (ESN) is ready for deployment. Although TETRA is an open international two‑way communication standard, developed by the European Telecommunications Standards Institute (ETSI) to support a competitive and multi‑partner digital mobile radio market, the UK Airwave system employs proprietary encryption and authentication. As a result, only approved suppliers and devices are able to operate on the platform. These stringent interoperability and accreditation requirements impose technical constraints that limit interchangeability or interoperability with the existing installed base. Pursuing such functional equivalence would likely expose the Contracting Authority (CA), and the wider public safety user community, to substantial additional costs and disruption associated with achieving full certification. The current certification process relies on the NCSC Certified Assisted Products (CAPS) process - which is no longer part of the NCSC accreditation scheme - and on Airwave Lead Assurer approval for TEA2‑compatible devices. Consequently, only the two original contractors (Sepura and Motorola) presently hold NCSC and Airwave approval to supply TETRA radio terminals to UK public safety agencies operating on Airwave. This limitation does not indicate that potential new entrants lack the technical capability to satisfy Airwave specifications; however, onboarding any new supplier into the CAPS scheme or developing a new accreditation pathway would require an extended period of time, likely exceeding the published ESN delivery schedule (currently December 2029). Any new supplier entering the market is highly likely to face the risk of introducing a TETRA‑only product that becomes increasingly obsolete for UK requirements. Attempting to accelerate accreditation and compliance activities would place significant additional demands on finite public safety resources and could undermine the integrity of the security assurance process (including TEA2 compatibility). It may also introduce risks of non‑compliance with relevant legislation and standards, such as NIS2 and NCSC requirements, and third-party supplier platforms (such as fleet mapping, command and control, and dispatch systems, telephony and peripheral equipment). In addition to the technical constraints described above, initiating a new procurement process to award a contract for the extension period would create considerable and avoidable cost duplication for the CA, particularly when considered in the context of the objectives of the forthcoming Crown Commercial Service (now GCA) Network Services 4 (NS4) framework tender (as set out in the Preliminary Market Engagement (PME) notice: RM6377). Such an approach would also generate significant operational inconvenience for the CA and public safety users compared with the proposed solution, which preserves continuity of essential services. Changing suppliers mid‑contract-combined with the associated re‑certification activities-may necessitate extensive user retraining and risk disruption to mission‑critical operations. It should be noted that the permitted contract scope includes the supply of NCSC and Airwave‑certified hybrid (dual‑mode capability) TETRA radio terminals and accessories that are compatible with the original contract specification, where such equipment is procured primarily for operational use on the Airwave network. Collectively, the above considerations highlight the substantial economic and technical barriers that would result in significant inconvenience and considerable cost duplication for both the Contracting Authority and the broader public safety user community reliant on the Airwave service.
Other Information
TETRA Airwave Terminal Products and Services (TETRA 2022).
Reference
- FTS 032977-2026