HO3 Body Armour

A Prior Information Notice
by METROPOLITAN POLICE SERVICE

Source
Find a Tender
Type
Future Contract (Supply)
Duration
not specified
Value
___
Sector
DEFENCE
Published
22 May 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Goods to be delivered across the UK and Northern Ireland

Geochart for 1 buyers and 0 suppliers

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.

Total Quantity or Scope

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.

CPV Codes

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

Indicators

Other Information

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

Reference

Domains