Tender

NPCC Counter Drones next generation RF Effector Framework Agreement

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

22 Apr 2024 at 12:21

Summary of the contracting process

The Home Office is conducting a procurement process for the NPCC Counter Drones next generation RF Effector Framework Agreement, aimed at enhancing capabilities in electronic warfare systems and countermeasures. This Framework Agreement will be accessible to UK Police Forces, Police Crime Commissioners, Central Government Departments, and related organisations for a period of up to two years, with an optional extension of 24 months. The procurement method being used is the selective approach through a restricted procedure above the threshold, with a tender period ending on 23rd May 2024. The contract period is set to start on 30th October 2024 and end on 29th October 2028.

Businesses involved in providing specialist goods and services related to electronic warfare technology would find this tender particularly relevant for growth opportunities. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise organisations (VCSEs) are suitable for participation. As the tender is under a restricted procedure, economic operators must meet specific selection criteria, including technical and financial standing, to advance to the tender participation stage. The procurement is managed electronically through the Home Office's eSourcing Portal, requiring registration for participation. Potential bidders need a valid DUNS number for their organisation to register and express interest in this unique procurement opportunity.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

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-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"
    }
}