Section one: Contracting authority
one.1) Name and addresses
Metropolitan Police Service
New Scotland Yard,Victoria Embankment
LONDON
SW1A2JL
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