Tender

NPCC Counter Drones next generation RF Effector Framework Agreement

  • Home Office

F02: Contract notice

Notice identifier: 2024/S 000-012954

Procurement identifier (OCID): ocds-h6vhtk-0453f9

Published 22 April 2024, 1:20pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Email

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.

https://www.police.uk/forces/

http://www.nationalcrimeagency.gov.uk/

https://jersey.police.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