Notice Information
Notice Title
Less Lethal Weapons (LLW) 0-50m Systems Framework for Policing
Notice Description
The aim of the procurement is to award a framework for the provision of Small Calibre Impact Launcher systems (SCILs) and Kinetic Impact Projectile systems (KIPs) to supplement existing Less Lethal Weapons capability across Policing. The two-lot framework is expected to be four years in term, with a total noncommittal ceiling value of PS40m. Interested suppliers will be invited to submit one bid for one or both lots. The intention is to award two contracts per lot, with a total of four systems available for purchase by UK and NI Policing via a direct award procedure (two SCILs, two KIPs).
Lot Information
Small Calibre Impact Launcher System
Small Calibre Impact Launcher System including ammunition and ancillary goods and services
Kinetic Impact Projectile SystemKinetic Impact Projectile System and ammunition and ancillary goods and services
Planning Information
Market Engagement Session via Teams, 13th November 2025 The Home Office is hosting an online market engagement session on Thursday 13th November 11:30-13:00 for all interested suppliers. Register your interest via email to CollaborativeProcurement@homeoffice.gov.uk The session will provide suppliers with an opportunity to raise queries about the project and provide live anonymised feedback. The presentation will cover: –Background to the project –Detail on the procurement process –Summary of the requirements (with the draft specification being shared following the meeting) –Timetable –Draft financial pricing model / proposed financial approach –Evaluation approach including draft questions and anticipated weightings Ahead of the publish of this preliminary market engagement notice, the Home Office also shared with known suppliers a short, 6-question questionnaire to gain an understanding of the level of market interest and number of potential solutions available. A summary of the procurement scope, approach, and timeline was provided. This document can be made available upon request via CollaborativeProcurement@homeoffice.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d736
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069780-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK3 - Planned Procurement Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35220000 - Anti-riot equipment
35320000 - Firearms
35330000 - Ammunition
Notice Value(s)
- Tender Value
- £40,000,000 £10M-£100M
- Lots Value
- £40,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Oct 20253 months ago
- Submission Deadline
- 23 Jan 2026Expired
- Future Notice Date
- 22 Dec 2025Expired
- Award Date
- Not specified
- Contract Period
- 22 Mar 2027 - 21 Mar 2031 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Not specified
- Contact Email
- name@homeoffice.gov.uk
- Contact Phone
- Not specified
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
- TLN Northern Ireland
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/069780-2025
30th October 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069774-2025
30th October 2025 - Preliminary market engagement notice on Find a Tender
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-h6vhtk-05d736-2025-10-30T14:43:36Z",
"date": "2025-10-30T14:43:36Z",
"ocid": "ocds-h6vhtk-05d736",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PWGC-6513-PQLZ"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "name@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Market Engagement Session via Teams, 13th November 2025 The Home Office is hosting an online market engagement session on Thursday 13th November 11:30-13:00 for all interested suppliers. Register your interest via email to CollaborativeProcurement@homeoffice.gov.uk The session will provide suppliers with an opportunity to raise queries about the project and provide live anonymised feedback. The presentation will cover: -Background to the project -Detail on the procurement process -Summary of the requirements (with the draft specification being shared following the meeting) -Timetable -Draft financial pricing model / proposed financial approach -Evaluation approach including draft questions and anticipated weightings Ahead of the publish of this preliminary market engagement notice, the Home Office also shared with known suppliers a short, 6-question questionnaire to gain an understanding of the level of market interest and number of potential solutions available. A summary of the procurement scope, approach, and timeline was provided. This document can be made available upon request via CollaborativeProcurement@homeoffice.gov.uk",
"dueDate": "2025-11-28T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "069774-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069774-2025",
"datePublished": "2025-10-30T14:38:47Z",
"format": "text/html"
},
{
"id": "069780-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069780-2025",
"datePublished": "2025-10-30T14:43:36Z",
"format": "text/html"
}
]
},
"tender": {
"id": "P19606",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Less Lethal Weapons (LLW) 0-50m Systems Framework for Policing",
"description": "The aim of the procurement is to award a framework for the provision of Small Calibre Impact Launcher systems (SCILs) and Kinetic Impact Projectile systems (KIPs) to supplement existing Less Lethal Weapons capability across Policing. The two-lot framework is expected to be four years in term, with a total noncommittal ceiling value of PS40m. Interested suppliers will be invited to submit one bid for one or both lots. The intention is to award two contracts per lot, with a total of four systems available for purchase by UK and NI Policing via a direct award procedure (two SCILs, two KIPs).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35320000",
"description": "Firearms"
},
{
"scheme": "CPV",
"id": "35220000",
"description": "Anti-riot equipment"
},
{
"scheme": "CPV",
"id": "35330000",
"description": "Ammunition"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35320000",
"description": "Firearms"
},
{
"scheme": "CPV",
"id": "35220000",
"description": "Anti-riot equipment"
},
{
"scheme": "CPV",
"id": "35330000",
"description": "Ammunition"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "Police Forces (with potential for other government departments use subject to approval)",
"description": "Fixed/Firm (to be confirmed at tender). Prices will be set at award . Direct award selection process following an objective mechanism for supplier selection."
},
"hasElectronicAuction": true
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-03-22T00:00:00+00:00",
"endDate": "2031-03-21T23:59:59+00:00"
},
"status": "planned",
"title": "Small Calibre Impact Launcher System",
"description": "Small Calibre Impact Launcher System including ammunition and ancillary goods and services",
"value": {
"amountGross": 24000000,
"amount": 20000000,
"currency": "GBP"
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers technical capability as determined by procurement specific questionnaire and technical/user handling of suppliers system",
"forReduction": true
},
{
"type": "economic",
"description": "To be confirmed"
},
{
"type": "technical",
"description": "Technical capability is expected to be assessed across two questions only - a summary of the proposed system and its performance against select criteria, and a demonstration of the supplier's manufacturing capability and capacity."
}
]
}
},
{
"id": "2",
"title": "Kinetic Impact Projectile System",
"description": "Kinetic Impact Projectile System and ammunition and ancillary goods and services",
"status": "planned",
"value": {
"amountGross": 24000000,
"amount": 20000000,
"currency": "GBP"
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers technical capability as determined by procurement specific questionnaire and technical/user handling of suppliers system",
"forReduction": true
},
{
"type": "economic",
"description": "To be confirmed"
},
{
"type": "technical",
"description": "Technical capability is expected to be assessed across two questions only - a summary of the proposed system and its performance against select criteria, and a demonstration of the supplier's manufacturing capability and capacity."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-03-22T00:00:00+00:00",
"endDate": "2031-03-21T23:59:59+00:00"
}
}
],
"communication": {
"futureNoticeDate": "2025-12-22T23:59:59+00:00"
},
"status": "planned",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Home Office intend to procure the framework via a two-stage Competitive Flexible procedure under the Procurement Act 2023. Stage 1a - Procurement Specific Questionnaire (PSQ), a largely standard set of questions used to determine a supplier's suitability for the project, including financial standing, adherence to regulations, and technical capability. Technical capability is expected to be assessed across two questions only - a summary of the proposed system and its performance against select criteria, and a demonstration of the supplier's manufacturing capability and capacity. Stage 1b - Technical & User Handling Testing of a supplier's proposed system against set test criteria (pass/fail). Stage 2 - Invitation to Tender, where suppliers submit a full bid that will be evaluated for quality, social value, and price."
},
"submissionMethodDetails": "This procurement will be managed electronically via the Home Office's e-Sourcing Portal (JAGGAER). To participate in the procurement, interested parties must be registered on the e-Sourcing Portal. If you have not yet registered on the e-Sourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-01-23T23:59:00+00:00",
"enquiryPeriod": {
"endDate": "2026-01-23T23:59:00+00:00"
},
"awardPeriod": {
"endDate": "2026-12-15T23:59:59+00:00"
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Via the Home Office e-sourcing system Jaggaer https://homeoffice.app.jaggaer.com/web/login.html"
}
]
},
"language": "en"
}