Notice Information
Notice Title
NPCC Counter Drones next generation RF Effector Framework Agreement
Notice Description
The Home office on behalf of the NPPC is seeking to create a Framework Agreement for the NPCC Counter Drones next generation RF Effector Programme. This Framework Agreement seeks to support delivery of this programme though the provision of specialist goods and services to include the next generation of hand-held Radio Frequency (RF) Effector technology. This Framework Agreement will allow UK Police Forces, Police Crime Commissioners Central Government Departments and their Arm's Length Bodies and Agencies and the National Crime Agency to call off from this Framework Agreement. This Framework shall cover a period of Two (2) years, with an option to extend the Framework at the HO's option for a further period of up twenty four (24) months. Additional information: The Authority will be using the restricted procedure for this procurement. It is intended that six bidders will be taken forward to tender participation stage. These economic operators shall be those who have: - submitted a compliant submission, comprising the completed online SQ - satisfied the relevant selection criteria under the exclusion grounds - Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional activity; and - satisfied minimum standards of economic and financial standing - achieved the first, second, third. fourth fifth and six highest combined weighted scores in respect of the additional questions for technical and professional ability as per scoring detailed in NPCC Counter Drones next generation RF Effector - SQ2 - Evaluation and sift guidance However, if an economic operator has not submitted a compliant submission as described above, then that bidder shall be excluded from the ranking of scores described as above. In terms of Public Contracts Regulations 2015, there will be a requirement on economic operators to provide proof of economic and financial standing, and of technical and professional ability prior to proceeding to the next stage of competition and award. The tender documents will contain specific provisions requiring tenders to inform the Authority of any changes to their economic and financial standing or technical and professional ability during the procurement competition. The authority reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to proceeding to the next stage of the competition and contract award, including during any standstill period. This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This can be done by searching for the procurement title
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-322d6ef5-7532-4afb-b625-8f8f9bdaa8af
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/3759cef2-39b8-4f21-8b74-16dbe1d3e15c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35730000 - Electronic warfare systems and counter measures
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Apr 20241 years ago
- Submission Deadline
- 23 May 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Oct 2024 - 29 Oct 2028 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- 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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/3759cef2-39b8-4f21-8b74-16dbe1d3e15c
22nd April 2024 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-322d6ef5-7532-4afb-b625-8f8f9bdaa8af-2024-04-22T13:21:40+01:00",
"date": "2024-04-22T13:21:40+01:00",
"ocid": "ocds-b5fd17-322d6ef5-7532-4afb-b625-8f8f9bdaa8af",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_426738/1343593",
"title": "NPCC Counter Drones next generation RF Effector Framework Agreement",
"description": "The Home office on behalf of the NPPC is seeking to create a Framework Agreement for the NPCC Counter Drones next generation RF Effector Programme. This Framework Agreement seeks to support delivery of this programme though the provision of specialist goods and services to include the next generation of hand-held Radio Frequency (RF) Effector technology. This Framework Agreement will allow UK Police Forces, Police Crime Commissioners Central Government Departments and their Arm's Length Bodies and Agencies and the National Crime Agency to call off from this Framework Agreement. This Framework shall cover a period of Two (2) years, with an option to extend the Framework at the HO's option for a further period of up twenty four (24) months. Additional information: The Authority will be using the restricted procedure for this procurement. It is intended that six bidders will be taken forward to tender participation stage. These economic operators shall be those who have: - submitted a compliant submission, comprising the completed online SQ - satisfied the relevant selection criteria under the exclusion grounds - Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional activity; and - satisfied minimum standards of economic and financial standing - achieved the first, second, third. fourth fifth and six highest combined weighted scores in respect of the additional questions for technical and professional ability as per scoring detailed in NPCC Counter Drones next generation RF Effector - SQ2 - Evaluation and sift guidance However, if an economic operator has not submitted a compliant submission as described above, then that bidder shall be excluded from the ranking of scores described as above. In terms of Public Contracts Regulations 2015, there will be a requirement on economic operators to provide proof of economic and financial standing, and of technical and professional ability prior to proceeding to the next stage of competition and award. The tender documents will contain specific provisions requiring tenders to inform the Authority of any changes to their economic and financial standing or technical and professional ability during the procurement competition. The authority reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to proceeding to the next stage of the competition and contract award, including during any standstill period. This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This can be done by searching for the procurement title",
"datePublished": "2024-04-22T13:21:40+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35730000",
"description": "Electronic warfare systems and counter measures"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2024-05-23T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2024-10-30T00:00:00Z",
"endDate": "2028-10-29T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/3759cef2-39b8-4f21-8b74-16dbe1d3e15c",
"datePublished": "2024-04-22T13:21:40+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-280994",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 marsham street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "England"
},
"contactPoint": {
"email": "leanne.bryant@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-280994",
"name": "Home Office"
}
}