Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
leanne.bryant@homeoffice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/home-office
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://homeoffice.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://homeoffice.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NPCC Counter Drones next generation RF Effector Framework Agreement
two.1.2) Main CPV code
- 35730000 - Electronic warfare systems and counter measures
two.1.3) Type of contract
Supplies
two.1.4) Short 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.
http://www.nationalcrimeagency.gov.uk/
http://www.guernsey.police.uk/
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35000000 - Security, fire-fighting, police and defence equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
6 months prior to expiry or earlier if new innovation is available.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 May 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 June 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom