- Metropolitan Police Service
- West Yorkshire Police
- Police and Crime Commissioner for West Midlands
- Greater Manchester Combined Authority
- Police and Crime Commissioner for South Wales
- The Police and Crime Commissioner for Avon & Somerse
- The Chief Constable of Thames Valley Police
- Police Service of Northern Ireland
- Scottish Police Authority
Scope
Reference
3657
Description
Establishment of a framework contract to provide officers across the UK with body armour meeting the following Home Office standards, each available through its own lot:
- HO1 + KR1 Body Armour
- HO3 + SG1 Body Armour, either a standalone plate or in-conjunction with
- Plate Carrier
- Potentially additional lots for HO2 and Up Armour
The Mayor's Office for Policing and Crime (MOPAC) will be the lead contracting authority with the successful supplier on each lot. The framework terms established at this level will flow down to the individual call-offs put in place by the in-scope police forces.
It is anticipated that each lot will provide the ability to purchase on behalf of 600 officers over the life of the contract, with the majority of purchases occurring in the first half of the framework term. The suppliers must also agree to stock hold an agreed amount, to be defined in the tender documentation, to enable ad-hoc purchasing and through-life support throughout the framework term.
This framework agreement will last for up to 8 years from contract commencement, comprised of an initial term of 5 years with 3 optional 12-month extensions.
The current procurement strategy proposed is via a competitive flexible procedure, using proof of body armour certification to a Home Office standard and the ability to stock hold in the UK as a condition for participation in the physical testing stage. Weightings for the procurement process will be split across the following areas:
- Technical Evaluation - paper based
- Commercial & Pricing Evaluation
- Social Value Evaluation
- Security Evaluation
- Health & Safety Evaluation
- Business Continuity & Disaster Recovery Evaluation
- Physical Testing Evaluation - sample testing
The bidder with the highest cumulative score across all aspects of the procurement will be awarded a place on the framework contract.
For information, the standards referred to in this notice are accessible via the following link: https://assets.publishing.service.gov.uk/media/5a82d9cfe5274a2e87dc34c3/Home_Office_Body_Armour_Standard_-_Guidance__FINAL_VERSION_.pdf
Commercial tool
Establishes a framework
Contract dates (estimated)
- 3 August 2026 to 2 August 2031
- Possible extension to 2 August 2034
- 8 years
Main procurement category
Goods
CPV classifications
- 35815000 - Garments for anti-ballistic protection
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
7 November 2025
Engagement process description
Request For Information (RFI) document attached to Coupa project 2340 - Body Armour Framework - RFI refers. This can be located on https://supplier.coupahost.com/quotes/public_events?customer=metpolice&company_name=Metropolitan+Police. Responses are requested ahead of the engagement deadline. Whilst responding to the RFI is not a mandatory requirement for participation in the subsequent tender, engagement with this exercise helps the Authority refine their requirement and prepare an effective, accessible procurement process.
The Authority intends to run an in-person supplier engagement event as a market scoping exercise with a date, time and location to be confirmed with interested suppliers following the closure of the RFI window on 7th November 2025.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Procedure
Special regime
Defence and security
Contracting authorities
Metropolitan Police Service
- Public Procurement Organisation Number: PHDV-6374-MVWD
New Scotland Yard, Victoria Embankment
London
SW1A 2JL
United Kingdom
Email: CommercialSO@met.police.uk
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government
West Yorkshire Police
- Public Procurement Organisation Number: PQLT-6495-QHVP
PO Box 9, Laburnum Road
Wakefield
WF1 3QP
United Kingdom
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government
Police and Crime Commissioner for West Midlands
- Public Procurement Organisation Number: PHLH-1699-TDLT
Lloyd House, Colmore Circus Queensway
Birmingham
B4 6AT
United Kingdom
Region: UKG31 - Birmingham
Organisation type: Public authority - sub-central government
Greater Manchester Combined Authority
- Public Procurement Organisation Number: PXBN-3793-LCTQ
56 Oxford Street
Manchester
M1 6EU
United Kingdom
Region: UKD33 - Manchester
Organisation type: Public authority - sub-central government
Police and Crime Commissioner for South Wales
- Public Procurement Organisation Number: PYVQ-9856-GTXR
Cowbridge Road
BRIDGEND
CF31 3SU
United Kingdom
Region: UKL17 - Bridgend and Neath Port Talbot
Organisation type: Public authority - sub-central government
The Police and Crime Commissioner for Avon & Somerse
- Public Procurement Organisation Number: PCBG-5572-BPZL
Valley Road
Portishead
BS20 8JJ
United Kingdom
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - sub-central government
The Chief Constable of Thames Valley Police
- Public Procurement Organisation Number: PQWX-7678-NJGQ
Thames Valley Police - HQ North
Kidlington
OX5 1NZ
United Kingdom
Email: PST@thamesvalley.police.uk
Region: UKJ14 - Oxfordshire
Organisation type: Public authority - sub-central government
Police Service of Northern Ireland
- Public Procurement Organisation Number: PJGZ-5912-BTWQ
Police Headquarters, Brooklyn, 65 Knock Road
Belfast
BT5 6LE
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Scottish Police Authority
- Public Procurement Organisation Number: PVNH-1196-RLWN
2 French Street
Glasgow
G40 4EH
United Kingdom
Region: UKM82 - Glasgow City
Organisation type: Public authority - central government
Devolved regulations that apply: Scotland