Section one: Contracting authority
one.1) Name and addresses
Home Office
London
leanne.bryant@homeoffice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
http://www.gov.uk/home-office?_ga=2.116001798.1625950752.1668072598-1939243999.1660744602
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://homeoffice.app.jaggaer.com/web/login.html
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 RF Sensor 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 NPPC Counter Drones team to procure an RF Sensor. This Framework Agreement seeks to support delivery of this procurement through the provision of specialist goods and services, and details the need for an RF Sensors that is a real-time SAPIENT ASM and can relay data to an appropriate SAPIENT DMM C2 system.
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 Three (3) years, with an option to extend the Framework at the HO’s option for a further period of up twelve (12) months.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35125100 - Sensors
- 35200000 - Police equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Home office on behalf of the NPPC is seeking to create a Framework Agreement with the appointment of one supplier for the NPPC Counter Drones National Array Upgrade / Replacement Programme. This Framework Agreement seeks to support delivery of this programmes though the provision of specialist goods and services to include Aeroscope based detection systems that can solely detect DJI drones, that can be deployed semi-permanently.
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.
http://www.nationalcrimeagency.gov.uk/
http://www.guernsey.police.uk/
This Framework shall cover a period of Three (3) years, with an option to extend the Framework at the HO’s option for a further period of up twelve (12) months.
It is the Home Office intention to call off immediately once the Framework is live.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 December 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 December 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom