Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Nominated Test Laboratory for the Assessment of Submissions of Chemical Irritant Sprays

  • First published: 22 October 2024
  • Last modified: 22 October 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04afac
Published by:
Home Office
Authority ID:
AA76013
Publication date:
22 October 2024
Deadline date:
25 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Services:

The Secretary of State for the Home Department (the 'Home Office') requires a test facility to conduct independent assessment of submissions of police chemical irritant sprays based on Pelargonic Acid Vanillylamide (PAVA) which will consist of a technical file review, conducting testing and reporting in accordance with Home Office Standard for Police chemical Irritant sprays: PAVA, Publication Number: 23/14 (here on in referred to as the Standard) and Home Office Certification for Police Chemical Irritant Spray: PAVA. Process and Guidance Document (here on in referred to as the Guidance Document). The test facility will act as the Nominated Test Laboratory (NTL) in accordance the Guidance Document.

Procurement Process:

This procurement will be managed electronically via the Home Office's e-Sourcing Portal (JAGGAER). To participate in this procurement, participants must first 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'. 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 - 'Nominated Test Laboratory for the Assessment of Submissions of Chemical Irritant Sprays’

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Office

London

UK

E-mail: collaborativeprocurement@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/home-office

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/web/login.html


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Nominated Test Laboratory for the Assessment of Submissions of Chemical Irritant Sprays

II.1.2) Main CPV code

73432000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Services:

The Secretary of State for the Home Department (the 'Home Office') requires a test facility to conduct independent assessment of submissions of police chemical irritant sprays based on Pelargonic Acid Vanillylamide (PAVA) which will consist of a technical file review, conducting testing and reporting in accordance with Home Office Standard for Police chemical Irritant sprays: PAVA, Publication Number: 23/14 (here on in referred to as the Standard) and Home Office Certification for Police Chemical Irritant Spray: PAVA. Process and Guidance Document (here on in referred to as the Guidance Document). The test facility will act as the Nominated Test Laboratory (NTL) in accordance the Guidance Document.

Procurement Process:

This procurement will be managed electronically via the Home Office's e-Sourcing Portal (JAGGAER). To participate in this procurement, participants must first 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'. 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 - 'Nominated Test Laboratory for the Assessment of Submissions of Chemical Irritant Sprays’

II.1.5) Estimated total value

Value excluding VAT: 1 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71600000

71632000

73111000

73430000

II.2.3) Place of performance

NUTS code:

AT

BE

BG

CA

CH

CY

CZ

DE

DK

EE

EL

ES

FI

FR

HR

HU

IE

IS

IT

LI

LT

LU

LV

MT

NL

NO

PL

PT

RO

SE

SI

SK

UK

US

II.2.4) Description of the procurement

The United Kingdom (UK) government is committed to giving police the tools they need to tackle the crimes affecting communities. As part of this, the Home Office produces the standards for Police Chemical irritant sprays provided as Appendix J within the procurement documents

The Standard outlines the requirements that police chemical irritant sprays must meet in order for them to be issued a Certificate by Home Office. Accompanying the Standard the Guidance Document provides supporting information for gaining Home Office certification of Police Chemical Irritant Sprays provided as Appendix K within the procurement documents.

The Home Office requires a test facility to conduct independent assessment of submissions of police chemical irritant sprays based on PAVA which will consist of a technical file review, conducting testing and reporting in accordance with the Standard Guidance Document. The test facility will act as the NTL in accordance the Guidance Document.

The Authority will fund a test facility to conduct independent assessment of 10 submissions of chemical irritant sprays each year with the option to fund per chemical irritant sprays submission thereafter. The Authority will permit subcontracting elements of testing only (for example chemical testing). If subcontracting, the test facility must exercise due skill and care when it selects and appoints a subcontractor, to ensure that the test facility is able to manage subcontractors in accordance with Good Industry Practice and to comply with its obligations under any contract with the Home Office.

For each submission of chemical irritant sprays undergoing certification, the test facility must be able to conduct independent assessment of chemical irritant sprays in accordance with the standard and conduct activities and outputs as the NTL in accordance with the guidance document through:

• conducting a review of the applicant’s application and device technical files, making an assessment of whether requirements are met and confirming the testing required to be performed.

• carrying out testing and producing test report results.

The test facility should have the capability of handling chemical irritant sprays with the appropriate authority / licenses for the country that the test facility is within. Within the UK, chemical irritant sprays are classified as Prohibited Weapons under Section 5 of the Firearms Act 1968, which requires appropriate licences to be held; this should be considered by any UK test facilities. To enable the establishment of a facility, including the ability to gain appropriate licences, the Authority anticipates a maximum of 3 months will be required at the start of the contract.

The test facility should have measures in place to ensure a quality management system to support the conducting of independent assessment of Chemical Irritant Sprays this may include holding ISO9001 accreditation or ISO17025 accreditation.

The initial contract would be for a 12 months period, with three optional 12-month extension periods (a maximum contract duration of 4 years).

The Home Office will fund up to a maximum cost of £300,000 (GBP) (excluding VAT) to conduct independent assessment of 10 submissions of chemical irritant sprays within a 12 month period in accordance with the standard and guidance document and criteria stated in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will run for an initial period of 1 year, with an option to extend by 3 extension periods of 1 year (up to a maximum of 4 years).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per tender documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: The procurement involves the establishment of a contract agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/11/2024

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 25/11/2024

Local time: 10:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The Secretary of State for the Home Department (The Home Office)

London

UK

VI.5) Date of dispatch of this notice

21/10/2024

Coding

Commodity categories

ID Title Parent category
73111000 Research laboratory services Research services
71632000 Technical testing services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
73430000 Test and evaluation Research and Development services on security and defence materials
73432000 Test and evaluation of firearms and ammunition Test and evaluation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
collaborativeprocurement@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.