Planning

HO3 Body Armour

  • Metropolitan Police Service

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-016099

Procurement identifier (OCID): ocds-h6vhtk-04697d

Published 22 May 2024, 8:45am



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

New Scotland Yard,Victoria Embankment

LONDON

SW1A2JL

Email

NCTPHQMailbox-.Commercial@met.police.uk

Country

United Kingdom

Region code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HO3 Body Armour

two.1.2) Main CPV code

  • 35815000 - Garments for anti-ballistic protection

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework contract on behalf of the Counter Terrorism Specialist Firearms Officer (CTSFO) network, for the provision of HO3 standard body armour. The scope of the contract will cover CTSFO hubs across the UK and Northern Ireland. MOPAC on behalf of the Counter Terrorism Policing HQ (CTPHQ) will be the main contracting authority to contract with the successful supplier. The terms agreed at this framework level will roll down to the individual call-offs put in place between the CTSFO hubs and the successful supplier.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18200000 - Outerwear
  • 35811200 - Police uniforms
  • 35815000 - Garments for anti-ballistic protection
  • 44430000 - Armour plating

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

Goods to be delivered across the UK and Northern Ireland

two.2.4) Description of the procurement

Restricted procedure for the procurement of HO3 standard body armour on behalf of the CTSFO network across UK and Northern Ireland. Expected volumes of 600 units over a 5 year period. Supporting service and maintenance services also required throughout the life of the contract.

two.2.14) Additional information

HO3 body armour standard can be found here: https://assets.publishing.service.gov.uk/media/5a82d9cfe5274a2e87dc34c3/Home_Office_Body_Armour_Standard_-_Guidance__FINAL_VERSION_.pdf

two.3) Estimated date of publication of contract notice

2 September 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

The authority will be undertaking a multi-stage restricted procedure procurement. This procurement will have four stages. Firstly, bidders will be expected to answer selection questions assessing their company background, financial health, insurances and experience (Selection Questions). Bidders that pass this stage will then progress to the second stage where they will be expected to provide confirmation documentation that their product meets the HO3 standard***. Once confirmed, bidders with a compliant product will progress to the third stage where their ability to provide the goods and wraparound service will be evaluated. The Authority then reserves the right to downselect the highest performing bidders from the previous stage and progress these to the final physical testing stage of the procurement. This stage will encorporate a full performance assessment (a range day), human factors testing, an end user assessment, as well as social value and pricing assessments. A cumulative score of all these stages will be used to inform the award decision. Evaluation criteria for all stages after the first stage (Selection Questions) will be made available upon down selection of the suitable bidders.

***Documentation demonstrating the product meeting the HO3 standard must be provided by an accredited test house, listed at https://ped-cast.homeoffice.gov.uk/index.php/test_houses