Tender

NPCC Counter Drones RF Sensor Framework Agreement

  • Home Office

F02: Contract notice

Notice identifier: 2022/S 000-032328

Procurement identifier (OCID): ocds-h6vhtk-038476

Published 15 November 2022, 11:27am



Section one: Contracting authority

one.1) Name and addresses

Home Office

London

Email

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.

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

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

https://jersey.police.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