Loading page content…
Loading page content…
Loading contract search results…
52 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The UK Space Agency (UKSA) considers In-Orbit Servicing, Assembly & Manufacturing (ISAM) as a critical capability for strengthening the UK's position in space and supporting both civil and defence objectives. At Space Comm Expo in March 2026, the Government announced new investment to strengthen the UK's In-Orbit Servicing, Assembly and Manufacturing (ISAM) capabilities. The purpose of this Request for Information (RFI) is to seek industry feedback to inform the UK Space Agency's options for deploying this funding through potential future ISAM mission(s). Through this RFI, UKSA is seeking views on possible mission concepts that could demonstrate or enable ISAM capabilities. In particular UKSA wishes to understand: • The feasibility of Rendezvous, Proximity Operations and Docking (RPOD) enabled ISAM Missions; • Indicative costs (as a range) of delivery; • Delivery timescales. This Request For Information (RFI) builds on existing market engagement activity and is intended to inform the UK Space Agency's options appraisal, financial assurance and business case development for potential mission concepts, including how such concepts could be developed and taken forward in line with UK public sector commercial, assurance and governance frameworks, prior to any financial commitment. Responses to this RFI will not be evaluated and this RFI does not constitute a commitment to procure or fund any activity. Information provided will be used solely to inform future programme planning, mission design and options development, with decisions on delivery models (including whether to proceed with a procurement of a contract or a grant call) and any subsequent competition remaining subject to applicable UK public sector requirements. Specific timelines will be subject to the feedback received from this RFI. Within the next spending review period, the aims and objectives of the In-Orbit Servicing Mission are as follows. AIM-01. Demonstrate safe, reliable, repeatable RPOD and robotic operations in orbit to give global satellite operators confidence in adoption and position UK ISAM companies to service this demand. OBJ -001 Conduct In Orbit RPOD Mission(s). OBJ-002 Demonstrate "service layer" concept through proof-of-concept demonstration and critical elements de-risking. To view the RFI in full, including the questionnaire for those interested in providing information on mission concept(s) to the UK Space Agency please contact the following inbox: UKSA.commercial@dsit.gov.uk We will respond with: - Request For Information: In-Orbit Servicing Mission Concepts (full version including question set) - Response template (in MS Word) Please note responses to the RFI questions must be received by Friday 29 May 2026.
Value undisclosed
**This is a pipeline notice, not a call for competition - a pipeline notice provides early indication of UKSA's intent to run a procurement** UKSA is anticipating re-procurement of its development and maintenance of the National Space Operations Centre (NSpOC) Monitor Space Hazards software solution contract. Monitor Space Hazards is an operational software solution which is in development to add additional features. The current contract runs to 31st March 2027 and UKSA anticipates re-procurement in autumn 2026. Please note no further details are available at this time.
£4,166,667
Contract value
**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 £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**
£30,000,000
Contract value
**This Prior Information Notice is NOT a call for competition, it is a publication of information in relation to upcoming competitions. Please note all competitions are subject to internal approvals and budgets and timetables are indicative only at this stage** UK Space Agency is publishing this notice to indicate its intention to launch three competitions relating to monitoring and evaluation services in Q2 2026. All three competitions will be launched to suppliers who meet the relevant filter criteria on the Research and Insights Dynamic Purchasing System. As all of these tenders are likely to launch in a similar time period, we are providing early notice to the market to assist with resource planning. UKSAC26_0020 will relate to an evaluation of the UK Space Agency growth/ecosystems portfolio. UKSAC26_0027 will relate to an evaluation of the National Space Operations Centre (NSpOC), which has already been specified in a previous PIN. UKSAC26_0030 will relate to an evaluation of European Space Agency activity. All three tenders are intending to launch between 16th April and 29th of May. UKSA will be hosting a webinar for interested suppliers on Thursday the 9th of April at 11:00. Please register to attend using the following link: https://www.eventbrite.co.uk/e/upcoming-uk-space-agency-monitoring-and-evaluation-requirements-tickets-1985579062426?aff=oddtdtcreator Please note UKSA will not disclose information about the filters it is using for requirements ahead of tender issue: this is to avoid suppliers artificially changing their filters in order to meet requirements they are not suitable for.
£1,000,000
Contract value
The National Space Operations Centre (NSpOC) is led by the UK Space Agency (UKSA) and UK Space Command in partnership with the Met Office. NSpOC combines and coordinates civil and military space domain awareness capabilities to enable UK space operations and protect our interests in space and on Earth from space related threats, risks, and hazards. The space domain represents a rapidly evolving and strategically significant operational environment, characterised by continuous advancements in global capabilities, technologies, policy frameworks, and mission priorities. In alignment with the UK Government's broader objectives for national security, resilience, and innovation in space, the National Space Operations Centre (NSpOC) has been operating under its current model for the past year. NSpOC requires an independent monitoring and evaluation contractor to scrutinise its performance against benefits and objectives set out in its approved business case, which covers the period to 31st March 2030. UKSA is offering this contract on a 2+2 basis until 31st March 2028 with an option to extend to 31st March 2030 to ensure continuity of provision. **UKSA intends to launch this tender for competition in April 2026 and will be issuing via the Research and Insights Dynamic Purchasing System: it will only be open to bidders who are registered on the DPS and who meet the relevant filter criteria**
£1,000,000
Contract value
UKSA has recently begun the hardware deployment of our Space Domain Awareness optical tracking stations. To operate these effectively, we require software that will enable the autonomous, remote and safe tasking of the sensors and their supporting hardware, with calibrated and corrected high-quality data returned to the central NSpOC wide C2 system (BOREALIS) via an API. Suppliers will be required to deliver three high level elements whose architecture and interfaces must be appropriately documents - a Microsoft Azure based sensor network C2 system, an on-premises C2 and hardware safety system and a separate optical processing pipeline that will generate the tracking/pointing and hardware instructions to execute the sensor sessions and return calibrated and corrected satellite tracklets. UKSA will require the successful supplier to utilise the existing hardware manufacturer provided software interfaces and to use existing commercially available/open-source plate-solving software packages. This is to preserve hardware warranties and minimise assurance activities.
£1,500,000
Contract value
This notice relates to the following notice for Threat Led Penetration Testing - Black Team upcoming requirements, which was published on Contracts Finder: https://www.contractsfinder.service.gov.uk/Notice/Manage/ReviewStart/18c0f747-b060-4dbd-bb26-47a4ff66c2a6 UKSA is seeking a supplier to provide physical penetration testing for a number of companies working in the space industry, in order to; • Support companies with understanding their existing security and resilience to physical attack. • Inform corrections and upgrades to physical security by identifying vulnerabilities and providing recommendations for improvement. • There is a likely to be the requirement to work with multiple (up to 4) companies at the same time in order to complete the work packages below within the timescale of the contract. Full details will be available in the forthcoming specification. How To Apply ***In order to participate in the Procurement and be considered for the opportunity to submit an initial Tender, Bidders must submit this Selection Questionnaire a signed copy of annex 1 - Non Disclosure Agreement and any other information as required*** Please read instructions in the submission section.
£200,000
Contract value
*This notice has been updated on 25th of July to confirm this opportunity is now issued. Please note we are unable to issue DPS opportunities to any new suppliers who were not registered on the DPS at the point of issue, or not registered under relevant filters used.* Accelerating Investment is part of the Accelerating Business Growth portfolio in the Space Ecosystem Development team. The Accelerating Investment Export Pathway builds on a successful Accelerating Investment pilot in 2024/25 which funded investment focused accelerators. The focus of this Accelerating Investment initiative will be to support near ready SMEs to explore and make ready to successfully compete in international markets. The purpose of this intervention is to focus on upskilling the businesses to be ready to access the opportunities that the Department for Business and Trade provide and is aligned to the UK Space Agency corporate plan and priorities and HMG objectives for fostering economic growth by stimulating international trade. Economic and international growth ambitions are detailed in the National Space Strategy and Space Industrial Plan. The UK Space Agency wants to engage a partner or consortium of partners who will deliver the Accelerating Investment Export Pathway. The successful organisation will develop world class programme and deliver against the following objectives to accelerate the international growth of high potential businesses (who currently do not export), helping them to compete more effectively on a global scale. Key objectives are: Market Entry Support: Export Pathway will provide guidance and resources to help companies identify and enter new international markets effectively. Tailored Advice: Support participants by providing expertise and advice addressing the specific needs of each business and help them to create action plans to achieve identified goals. Capacity Building: Review business structure and provide advice and recommendations to strengthen the internal capabilities of businesses to sustain and grow their export activities. Networking Opportunities: Provide professional and peer networking opportunities to enhance the learning experience from experts and those who have successfully exported space technologies. Regulatory Guidance: Assist businesses in navigating the regulatory requirements of different countries. Financial Assistance: Provide access to funding and financial incentives to support export activities. Trade Mission: Organise a short trade mission having engaged with relevant authorities (such as DBT). Facilitate connections with potential international partners, clients, and investors. Total Contract Value: £500,000.00 (inclusive of VAT) Intending to procure via call-off from the Space Enabled and Geospatial Services DPS by 28 July 2025.
£500,000
Contract value
The Office of the Chief Engineer within the UK Space Agency is intending to procure delivery partners across different studies that feed into Inter-Agency Space Debris Coordination Committee (IADC), which is currently spread across four working groups. expected to span 5 locations. The UK is a global leader on space sustainability providing the technical backing to space sustainability decisions. The Inter Agency Debris Coordination Committee (IADC) has 13 member states that conduct technical research to inform their publications on how to measure, database, protect from and mitigate space debris. The primary purpose is to exchange information on space debris research activities between members, to facilitate opportunities for cooperation in space debris research, to review the progress of ongoing cooperative activities and to identify debris mitigation options. The UK has been a member for nearly 30 years and has been helping to guide the international policy over this time. The IADC consists of a steering group and four working groups - Measurements, Environment and Database, Protection and Mitigation. UKSA is seeking suppliers to perform technical studies of relevance to the four IADC working groups. We will require the supplier to fulfil the specification, including defining framework/model where needed and putting theoretical metrics into practice. The total value of this contract including all four lots shall not exceed £300,000 (inclusive of VAT). UKSA intends to award a minimum value of £25,000 (inclusive of VAT) per individual lot, with indicative values per lot below (all values inclusive of VAT): • Lot 1: Up to £25,000 • Lot 2: Up to £150,000 • Lot 3: Up to £75,000 • Lot 4: Up to £50,000 Prospective suppliers to note the deadline to complete the work shall not exceed 31st March 2026. Beyond this point, activity will not be funded. Full details will be available in the forthcoming specification.
£250,000
Contract value
*This notice has been updated on 27th of May to confirm all opportunities are now issued. Please note we are unable to issue DPS opportunities to any new suppliers** *This notice has been updated on 9th May to update that SDA data and orbital analysts will be launching by end of day 23rd of May. There have been changes to the value and duration of some opportunities. We expect GEO sensors to launch next week as planned as an open procurement. NO OPPORTUNITIES HAVE BEEN ISSUED* *This notice has been updated on 25th April to update the LEO feasibility study launch moving to Q3 and the GEO sovereign sensor changing to an open procurement. All others unchanged and still targeting launch by 15th May 2025. NO OPPORTUNITIES HAVE BEEN ISSUED* *This notice has been updated on 10th April to update the approach to market date to 15th of May. For the avoidance of doubt, this was a mandatory field that was populated with 1st of April. NO OPPORTUNITIES HAVE YET BEEN ISSUED* Following its previous notice, UKSA is issuing an update to its forthcoming procurement opportunities relating to the National Space Operations Centre (NSpOC). Please note these requirements are still subject to budget confirmation. Orbital Analyst Services Total Contract Value: £6,000,000 (inclusive of VAT) Total Contract Duration: 5 years The provision of orbital analyst services to analyse and interpret Space Surveillance and Tracking data. This requirement has now been issued to suppliers who meet relevant filters on the Space Enabled and Geospatial Services DPS. Contract start date remains 1st of September 2025. SDA Data Lot 1 and Lot 2 Total Contract Value: Up to £954,860.00 for Lot 1 and £1,909,719.00 for Lot 2 (exclusive of VAT) Total Contract Duration: 5 years The provision of SDA data in Low Earth Orbit (Lot 1) and Medium Earth Orbit and Geostationary Orbit (Lot 2). We intend to issue this requirement to relevant suppliers on the Space Enabled and Geospatial Services DPS by 23rd of May 2025. Contract start date will be between 1st of September and 1st of October 2025. SDA Data Lot 3 Total Contract Value: £9,000,000 (inclusive of VAT) Total Contract Duration: 3 years. The provision of SDA Data in Geostationary Orbit. We have issued this requirement on 19th of May to relevant suppliers who met the filters selected on the Space Enabled and Geospatial Services DPS. We are unable to issue this to additional suppliers in accordance with the DPS procedure. Contract start date will be between the 1st of September and 1st of October 2025. Sovereign Sensor Capability (GEO) Total Contract Value: Up to £7,500,000 (inclusive of VAT) Total Contract Duration: 3 years The provision of GEO sovereign sensor capabilities. This is an open procurement and the Tender Notice can be found on Find a Tender here: https://www.find-tender.service.gov.uk/Notice/022039-2025. Contract start date is August/Sept 2025.
From £1,000,000
Contract value
This notice relates to the intended procurement for a contract which is an exempted contract under s 3(6) and Schedule 2, Part 2 (Subject-matter exempted contracts), paragraph 22 (Research and Development Services) of the Procurement Act 2023 (the 'Act'). Exempted contracts are not a public contract as defined in s3 of the Act and therefore are not required to be procured in accordance with the provisions of the Act that relate to a covered procurement. For the intended procurement UKSA will operate a transparent competition process, to which any potential supplier may respond. In doing so the procurement process may reflect processes and requirements set out in the Act in relation to covered procurements, or elements thereof. The intended procurement will be for one contract, with a single legal entity. This notice is not issued as a preliminary market engagement notice as required under S17 of the Act.
Value undisclosed
This is a Prior Information Notice not a call for competition. UK Space Agency (UKSA) would like to invite interested suppliers to the Preliminary Market Engagement Event with relation to the planned procurement of the Active Debris Removal (ADR) National Mission. The aim of the event is to engage with space sector organisations to: A) Understand the market's current capacity and capability to deliver this requirement, and their interest in the procurement; B) Outline UK Space Agency's draft technical and mission requirements, contractual provisions and outline procurement strategy; and C) Give potential suppliers the opportunity to confirm their appetite and to provide feedback on the intended approach. Background of the requirements The UK Active Debris Removal (ADR) Project is a UK National project that aims to achieve the Space Sustainability priority set out in the UKSA Corporate Plan 2022-2025, supporting the National Space Strategies (NSS) plan to lead the global effort to make space more sustainable. The mission requires the safe capture and subsequent removal of at least two UK-licensed defunct satellites in the congested LEO zone. These debris, also known as the Target Satellites, must be unprepared for capture; that is, not fitted with technologies intended to aid In-Orbit Servicing and Manufacturing (ISAM), such as docking plates and fiducial markers. The Target Satellites must also be completely uncooperative. The Project will enable the UK to seize key opportunities in the global ADR and ISAM markets and establish itself as global leader in space debris remediation. This planned procurement of ADR National Mission will see one supplier contracted through a competitive flexible procedure procurement, to deliver the service. Please note that this procurement will be subject to the Procurement Act 2023, not the Public Contract Regulations 2015. More information on this is available here: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/the-procurement-act-2023-a-short-guide-for-suppliers-html
£60,000,000
Contract value
Please Note this has been extended to the 31st October. The Unlocking Space for Government (USG) programme is a UK Space Agency strategic initiative aimed at harnessing the UK's space-enabled capabilities to enhance the efficiency and effectiveness of UK government services and positioning Government to be a more proactive and intelligent anchor customer for the space sector. For the purposes of this RFI, the UK Space Agency is interested in space-enabled solutions that can address the following challenges and market opportunities within the healthcare sector: The UK Space Agency needs your input to ensure any future support or commercial opportunities are targeted towards the best use cases, that can be addressed by space-enabled solutions. This RFI will help guide UK Space Agency's interaction with potential and existing public sector end users of space-enabled applications and may help to shape and inform future support and commercial activities. We request responses to this RFI be submitted by 16th October 2024. Submissions of the completed questionnaire should be sent as either a Microsoft Word or PDF (Portable Document Format) to: commercial@ukspaceagency.gov.uk with "Unlocking Space for Government - Healthcare" as the subject line.
Value undisclosed
Please Note this has been extended to 31st October. The Unlocking Space for Government (USG) programme is a UK Space Agency strategic initiative aimed at harnessing the UK's space-enabled capabilities to enhance the efficiency and effectiveness of UK government services and positioning Government to be a more proactive and intelligent anchor customer for the space sector. For the purposes of this RFI, the UK Space Agency is interested in space-enabled solutions that can address the following challenges and market opportunities within the Transport sector The UK Space Agency needs your input to ensure any future support or commercial opportunities are targeted towards the best use cases, that can be addressed by space-enabled solutions. This RFI will help guide UK Space Agency's interaction with potential and existing public sector end users of space-enabled applications and may help to shape and inform future support and commercial activities. We request responses to this RFI be submitted by 16th October 2024. Submissions of the completed questionnaire should be sent as either a Microsoft Word or PDF (Portable Document Format) to: commercial@ukspaceagency.gov.uk with "Unlocking Space for Government - Transport" as the subject line.
Value undisclosed
UK Space Agency (UKSA), in collaboration with NI Space and the Department of Agriculture, Environment and Rural Affairs (DAERA), is seeking potential remote sensing solutions to predict, detect and monitor the extent and movement of the Blue Green Algae in Lough Neagh. Proposed solutions are expected to provide a remote sensing solution to the prediction, early detection, monitoring, and movement of blue-green algae in Lough Neagh and other water bodies in Northern Ireland. We are particularly interested in proposals from organisations that can combine terrestrial data and services (e.g. AI, quantum, machine learning, drones, geospatial data) with satellite data and services, and can provide analysis to derive value-added insights, to develop innovative solutions for customers. Phase 1 is intended to demonstrate the technical feasibility of a proposed concept and its viability as a solution for UKSA, DAERA, and NI Space. UKSA reserves the right, at its sole discretion, to extend from Phase 1 with successful bidders as part of this pre-commercial procurement. Large algal blooms are generally seasonal (Spring/Summer) and therefore the window of opportunity to test solutions may be reduced. However, it is likely that there will be blue green algae blooms present in different locations throughout most of the year. Phase 1 will run until March 2025 with a potential call for a Phase 2 in the 2025-2026 financial year. A briefing event will be held on Monday 21st October 2024 9.30am - 11.00am. Link is either on the Simply do website or below
Value undisclosed
The UK Space Agency is seeking information in relation to potential future programmes aimed at delivering in person content aimed at young people aged 11-16 to enable participants to learn about launch from the UK and encourage them to consider a career in the sector. For full details, please visit the attached RFI document. If you believe that you may be able to support this initiative, please complete the questionnaire and return it to spaceflight@ukspaceagency.gov.uk no later than 5pm on Friday 20th September Please note: As per the terms listed in the RFI document, this is not a call for competition.
Value undisclosed
The closing date has been extended to the 3rd June The UK Space Agency plays a major role in delivering the government's National Space Strategy. The Government has committed in the National Space Strategy and Defence Space Strategy to a cross-departmental approach on Dual Use technology. It has also committed to identifying new opportunities for Dual Use and to embed the concept within defence capability management. To meet these commitments and to support the catalysing investment value proposition Dual Use has been identified as a priority for the UK Space Agency, promoting the development of and investment into space capabilities which can be used in the civil - defence dual use contexts by both the private and public sector. The UK Space Agency is in the process of scoping the Unlocking Space for Dual Use project to support this priority, and this Request for Information (RFI) will inform the project development. This RFI is directed at organisations developing technologies and capabilities that can be or are already used for both civilian and defence applications, and it has the objective of collating information on best practice on Dual Use initiatives as well as areas of improvement and potential barriers that might prevent their success in the space sector. This RFI will help guide UK Space Agency's interaction with potential and existing Dual Use companies. We therefore welcome your responses, and we look forward to your valuable insights. Our team is grateful in advance for the time and effort taken in replying to this Request for Information. The deadline for responses is close of play (5pm), 3rd of June 2024. Submissions of the completed questionnaire should be sent as either a Microsoft Word or PDF (Portable Document Format) to: commercial@ukspaceagency.gov.uk with "Unlocking Space for Dual Use RFI" as the subject line.
Value undisclosed
Early market engagement to obtain the views of industry to help inform the government business case development on the options of developing and delivering UK SBAS capabilities.
Value undisclosed
The UK Space Agency plays a major role in delivering the government's National Space Strategy. We support a thriving space sector in the UK, which generates an annual income of £16.5 billion and employs 47,000 people across the country. Our staff includes scientists, engineers, commercial experts, project managers and policy officials who help to: • catalyse investment to support projects that drive investment and generate contracts for the UK space sector • deliver missions and capabilities that meet public needs and advance our understanding of the Universe • champion the power of space to inspire people, offer greener, smarter solutions, and support a sustainable future. We are an executive agency of the Department for Science, Innovation and Technology (DSIT). In 2022/23, we awarded around £34 million in grants to organisations to pursue projects aligned to our core objectives. We awarded grants across a wide range of sizes, from early-stage feasibility projects through to complex multi-year projects to support pioneering international missions. As a delivery-focused government agency, we want to ensure our future offering is best in class and better supports the needs of our unique sector. To meet these ambitions, we are consulting on a range of flexibilities we could consider deploying as part of our future grants offer. This is an early-stage consultation to gather feedback and this Request for Information exercise makes no commitment to pursuing any of these options. If you believe this opportunity will be of interest to you or your organisation, please review the attached RFI document and complete the questionnaire, returning by email by 00.00 on Monday 13th May to commercial@ukspaceagency.gov.uk. Documents are available here: https://www.contractsfinder.service.gov.uk/Notice/Attachment/caa69c29-5b35-46dc-b9e8-2ee8aaeed4d0 Applicants can answer as many or as few questions as they feel are relevant to their organisation.
Value undisclosed
Executive Summary: The UK Space Agency (UKSA) is an executive agency of the Department for Science, Innovation and Technology (DSIT) and provides technical advice on the government's space strategy, supporting the UK space sector to deliver the government's vision. The National Space Strategy (NSS) highlights the UK's ambition to unlock growth in the UK space sector (Pillar 1) and grow the UK as a science and technology superpower (Pillar 3). To support our ambitions to deliver these objectives, UKSA want to assess the capacity and capability of ground segments in the UK, to host a Flight Operations Segment (FOS) and a Payload Data Ground Segment (PDGS), based on the TRUTHS mission requirements. The objectives of this work are to: - Provide a ground segment for TRUTHS, as well as developing capability and capacity for other UK based missions - Increase national resilience and not having to rely on international infrastructure - Inspiration to next generation STEM workforce and public buy-in to value of 'space sector' as a whole - Support the vision of 'UK as global home for trustworthy climate and EO data and services This TRUTHS Ground Segment RFI will help guide UKSA's next steps ahead of the TRUTHS Ground Segment ITT this summer and contribute to our understanding of Ground Segment capacity for future missions. We are seeking responses from organisations willing to conduct the work in the UK to meet the objectives of TRUTHS and contribute to the ambitions of National Space Strategy. The programme team will be running a Webinar on 13 March 2024 to provide further background information and address any questions you may have. Further details of how to register are listed below. If you believe this opportunity will be of interest to you or your organisation, please complete the spreadsheet provided by 16.00 18 March 2024 and email to UKSAEOT@ukspaceagency.gov.uk quoting TRUTHS Ground Segment RFI in the subject line. I am grateful in advance for the time and effort taken in replying to this request for information. Yours sincerely, Beth Greenaway Head of Earth Observation UK Space Agency
Value undisclosed