Tender

DoJ – Probation Board for Northern Ireland – Personal Protective Equipment

  • Probation Board for Northern Ireland

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-079460

Procurement identifier (OCID): ocds-h6vhtk-05ee2c

Published 3 December 2025, 3:59pm



Scope

Reference

ID 6172573

Description

The Probation Board for Northern Ireland seeks to establish a contract for the supply and delivery of Personal Protective Equipment (PPE) and Clothing.

Total value (estimated)

  • £133,333 excluding VAT
  • £160,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 23 March 2026 to 22 March 2031
  • 5 years

Options

The right to additional purchases while the contract is valid.

PBNI reserves the right to add or remove products - depending on operational needs -throughout the life of the contract. Should PBNI require items to be added to a category, the Supplier will be given a specification and asked to provide a price. PBNI will carry out due diligence to ensure value for money is achieved and reserves the right to source the items elsewhere if better value for money can be offered.

Main procurement category

Goods

CPV classifications

  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18130000 - Special workwear
  • 18140000 - Workwear accessories
  • 18200000 - Outerwear
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 18830000 - Protective footwear

Contract locations

  • UKN - Northern Ireland

Lot 1. Control of Substances Hazardous to Health (COSHH) & Head, Ear and Eye Protection

Description

The provision of the Control of Substances Hazardous to Health (COSHH) & Head, Ear and Eye Protection

Lot value (estimated)

  • £39,826.74 excluding VAT
  • £47,792.09 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Clothing, Footwear, Hats, Gloves, Catering Clothing & Miscellaneous

Description

For the provision of Clothing, Footwear, Hats, Gloves, Catering Clothing & Miscellaneous

Lot value (estimated)

  • £58,874.31 excluding VAT
  • £70,649.17 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Specialist Clothing (Specific to Community Service Supervisors)

Description

For the provision of Specialist Clothing (Specific to Community Service Supervisors)

Lot value (estimated)

  • £34,631.95 excluding VAT
  • £41,558.74 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Participation

Technical ability conditions of participation

Lot 1. Control of Substances Hazardous to Health (COSHH) & Head, Ear and Eye Protection

Lot 2. Clothing, Footwear, Hats, Gloves, Catering Clothing & Miscellaneous

Lot 3. Specialist Clothing (Specific to Community Service Supervisors)

Company Experience

Particular suitability

Lot 1. Control of Substances Hazardous to Health (COSHH) & Head, Ear and Eye Protection

Lot 2. Clothing, Footwear, Hats, Gloves, Catering Clothing & Miscellaneous

Lot 3. Specialist Clothing (Specific to Community Service Supervisors)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

13 January 2026, 5:00pm

Tender submission deadline

23 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

23 March 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
MR1 - Item Availability

Mandatory pass / fail requirement.

Quality
MR2 - Lead Times

Mandatory pass / fail requirement.

Quality
MR3 - Delivery Locations

Mandatory pass / fail requirement.

Quality
AC1 - Quality Control

15 marks

Quality
AC2 - Service Delivery

9 marks

Quality
AC3 - Contract Management and Contingency Arrangements

6 marks

Quality
AC4 - Price

70 marks

Price

Weighting description

30 percent quality 70 percent price


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Probation Board for Northern Ireland

  • Public Procurement Organisation Number: PNWD-8337-RZNX

80-90 North Street

Belfast

BT1 1LD

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

CPD - Supplies & Service Division

Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland

  • Public Procurement Organisation Number: PVWG-8426-YWXV

Clare House, 303 Airport Road West

Belfast

BT3 9ED

United Kingdom

Region: UKN06 - Belfast


Contact organisation

Contact CPD - Supplies & Service Division for any enquiries.