{
    "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"
}