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
Email: name@homeoffice.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government