Planning

Less Lethal Weapons (LLW) 0-50m Systems Framework for Policing

  • Home Office

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-069780

Procurement identifier (OCID): ocds-h6vhtk-05d736 (view related notices)

Published 30 October 2025, 2:43pm



Scope

Reference

P19606

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 £40m. 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).

Commercial tool

Establishes a framework

Total value (estimated)

  • £40,000,000 excluding VAT
  • £48,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 22 March 2027 to 21 March 2031
  • 4 years

Main procurement category

Goods

CPV classifications

  • 35320000 - Firearms
  • 35220000 - Anti-riot equipment
  • 35330000 - Ammunition

Contract locations

  • UKN - Northern Ireland
  • UK - United Kingdom

Lot 1. Small Calibre Impact Launcher System

Description

Small Calibre Impact Launcher System including ammunition and ancillary goods and services

Lot value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Kinetic Impact Projectile System

Description

Kinetic Impact Projectile System and ammunition and ancillary goods and services

Lot value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

6

Framework operation 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.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Police Forces (with potential for other government departments use subject to approval)


Participation

Legal and financial capacity conditions of participation

Lot 1. Small Calibre Impact Launcher System

Lot 2. Kinetic Impact Projectile System

To be confirmed

Technical ability conditions of participation

Lot 1. Small Calibre Impact Launcher System

Lot 2. Kinetic Impact Projectile System

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.

Particular suitability

Lot 1. Small Calibre Impact Launcher System

Lot 2. Kinetic Impact Projectile System

Small and medium-sized enterprises (SME)


Submission

Publication date of tender notice (estimated)

22 December 2025

Enquiry deadline

23 January 2026, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

23 January 2026, 11:59pm

Electronic auction will be used

Yes

Submission address and any special instructions

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'.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Small Calibre Impact Launcher System

Lot 2. Kinetic Impact Projectile System

Maximum 4 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

15 December 2026


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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.


Documents

Documents to be provided after the tender notice

Via the Home Office e-sourcing system Jaggaer https://homeoffice.app.jaggaer.com/web/login.html


Contracting authority

Home Office

  • Public Procurement Organisation Number: PWGC-6513-PQLZ

2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government