Notice Information
Notice Title
Next Generation Uniform Provision
Notice Description
The Authority is tendering for the supply of a Fully Managed Service for the Provision of Uniform to the MPS, with a suitably capable Tenderer, to award a contract via the Competitive Flexible procedure. The Authority is seeking through this tendering process to establish a Framework Agreement that includes the ability for other Home Office forces, British Transport Police, City of London Police, Civil Nuclear Constabulary, Border Force and Home Office, to call-off either a fully managed service or products from the chosen Supplier. It is the intention of the Authority to contract for an initial term of 7 years and a unilateral option of the Authority to extend for further periods up to a maximum of 3 years. The Authority is looking to secure an agile uniform service that is responsive to customer needs and offers quality products, at the right time and at the right cost. The requirement is for a fully managed service to source and supply uniform and equipment under the below service lines; Storage & Distribution Distributions to multiple locations across the MPS estate (and wider UK for other framework customers) On time delivery and demand forecasting Secure warehousing with inventory management Emergency Supply Chain response mechanisms Life cycle management Technology Accessible, user-friendly systems for automated ordering & stock control Product Development Continuous improvement of uniforms, materials & design Sustainability & innovation Stakeholder collaboration Customer Service Effective management of customer service, stock and products. Online self-service portal (accessible on mobile devices) Item tracking Fittings & Alterations On site facility for fittings & bespoke orders Capacity to measure circa 1,000 individuals a month Short notice fittings for circa 3,000 new recruits per annum Insight Data-driven forecasting & inventory optimisation Performance reporting & trend analysis Supply Chain Continuous monitoring of supply chain efficiency, adapting to fluctuating demands Effective supply chain Value for money Uniform and Equipment required by the Authority falls into the following categories : Clothing - Outerwear & Hi -Vis, Coveralls, Jackets & Fleeces, Trouser, Skirts & Shorts, Leathers, Shirts / Neckwear, Hats & Caps, Badges / Insignia & Epaulettes Consumables - Packing Footwear - Safety & Non-Safety Headwear - Hats & Caps, Helmets, Balaclavas & snoods Gloves - Leather & Ceremonial, Disposable, Public Order Cut Resistant Personal Protection - PPE Operational Equipment & Carriage - Body Armour, Pouches & Belts, Batons, Cuffs & Restraints, Miscellaneous Orders for 2024 ranged between 43,000 and 85,000 per month. Border Force, the City of London Police, and British Transport Police utilise the current framework, with a collective annual spend of approximately PS9.5 million and 15,000 units of Uniform and Equipment dispatched. Products purchased include batons, body armour, boots, fleece jackets, handcuffs, hats, helmets, jackets, shirts, trousers, and waterproof coats.
Lot Information
Lot 1
Renewal: Multiple extension periods of up to 36 months at the Authorities discretion
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04eabe
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008427-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
18000000 - Clothing, footwear, luggage articles and accessories
35200000 - Police equipment
35811200 - Police uniforms
35815000 - Garments for anti-ballistic protection
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- £500,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Mar 202511 months ago
- Submission Deadline
- 28 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2027 - 31 Mar 2034 Over 5 years
- Recurrence
- 2033-04-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- METROPOLITAN POLICE SERVICE
- Contact Name
- Ria Oxford
- Contact Email
- ria.l.oxford@met.police.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2JL
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/008427-2025
7th March 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04eabe-2025-03-07T16:51:50Z",
"date": "2025-03-07T16:51:50Z",
"ocid": "ocds-h6vhtk-04eabe",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHDV-6374-MVWD",
"name": "Metropolitan Police Service",
"identifier": {
"scheme": "GB-PPON",
"id": "PHDV-6374-MVWD"
},
"address": {
"streetAddress": "New Scotland Yard, Victoria Embankment",
"locality": "London",
"postalCode": "SW1A 2JL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Ria Oxford",
"email": "Ria.L.Oxford@met.police.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://metpolice.coupahost.com/quotes/requests/2040#event_details_tab",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHDV-6374-MVWD",
"name": "Metropolitan Police Service"
},
"planning": {
"noEngagementNoticeRationale": "Published under PCR 2015"
},
"tender": {
"id": "2040",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Next Generation Uniform Provision",
"description": "The Authority is tendering for the supply of a Fully Managed Service for the Provision of Uniform to the MPS, with a suitably capable Tenderer, to award a contract via the Competitive Flexible procedure. The Authority is seeking through this tendering process to establish a Framework Agreement that includes the ability for other Home Office forces, British Transport Police, City of London Police, Civil Nuclear Constabulary, Border Force and Home Office, to call-off either a fully managed service or products from the chosen Supplier. It is the intention of the Authority to contract for an initial term of 7 years and a unilateral option of the Authority to extend for further periods up to a maximum of 3 years. The Authority is looking to secure an agile uniform service that is responsive to customer needs and offers quality products, at the right time and at the right cost. The requirement is for a fully managed service to source and supply uniform and equipment under the below service lines; Storage & Distribution Distributions to multiple locations across the MPS estate (and wider UK for other framework customers) On time delivery and demand forecasting Secure warehousing with inventory management Emergency Supply Chain response mechanisms Life cycle management Technology Accessible, user-friendly systems for automated ordering & stock control Product Development Continuous improvement of uniforms, materials & design Sustainability & innovation Stakeholder collaboration Customer Service Effective management of customer service, stock and products. Online self-service portal (accessible on mobile devices) Item tracking Fittings & Alterations On site facility for fittings & bespoke orders Capacity to measure circa 1,000 individuals a month Short notice fittings for circa 3,000 new recruits per annum Insight Data-driven forecasting & inventory optimisation Performance reporting & trend analysis Supply Chain Continuous monitoring of supply chain efficiency, adapting to fluctuating demands Effective supply chain Value for money Uniform and Equipment required by the Authority falls into the following categories : Clothing - Outerwear & Hi -Vis, Coveralls, Jackets & Fleeces, Trouser, Skirts & Shorts, Leathers, Shirts / Neckwear, Hats & Caps, Badges / Insignia & Epaulettes Consumables - Packing Footwear - Safety & Non-Safety Headwear - Hats & Caps, Helmets, Balaclavas & snoods Gloves - Leather & Ceremonial, Disposable, Public Order Cut Resistant Personal Protection - PPE Operational Equipment & Carriage - Body Armour, Pouches & Belts, Batons, Cuffs & Restraints, Miscellaneous Orders for 2024 ranged between 43,000 and 85,000 per month. Border Force, the City of London Police, and British Transport Police utilise the current framework, with a collective annual spend of approximately PS9.5 million and 15,000 units of Uniform and Equipment dispatched. Products purchased include batons, body armour, boots, fleece jackets, handcuffs, hats, helmets, jackets, shirts, trousers, and waterproof coats.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
{
"scheme": "CPV",
"id": "35200000",
"description": "Police equipment"
},
{
"scheme": "CPV",
"id": "35811200",
"description": "Police uniforms"
},
{
"scheme": "CPV",
"id": "35815000",
"description": "Garments for anti-ballistic protection"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The full competitive flexible process is outlined in the Instructions to Bidders and Procurement Overview Document as part of the tender documents attached to this tender notice. The stages will comprise: Stage 1: Invitation to Participate Stage 2: Invitation to submit initial tenders Stage 3: Invitation to present and participate in dialogue [and/or negotiate] Stage 4: Invitation to submit a final tender Stage 5: Preferred Supplier Stage"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"participationFees": [
{
"id": "ocds-h6vhtk-04eabe",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "1% Framework management fee will be added for any supplementary Police Force Call off contracts"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "All Home Office Police Forces, British Transport Police, Border Force , Civil Nuclear Constabulary, City of London Police and Home Office.",
"description": "Pricing will be set through the Competitive Flexible Procedure. The award of contract will be determined via the most advantageous tender.",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UK"
]
}
}
]
}
},
"submissionMethodDetails": "https://metpolice.coupahost.com/quotes/requests/2040",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-04-07T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-03-28T23:59:59Z"
},
"awardPeriod": {
"endDate": "2026-04-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"description": "Assessment Methodology for the Conditions of Participation assessed via the Procurement Specific Questionnaire. The Assessment Methodology includes both pass/fail and scored questions. Tenders must meet all pass/fail requirements, to be considered for further evaluation. The Technical Conditions of Participation are the following: Previous experience of: * Delivering large scale end to end managed service(s) * Managing large and complex supply chains * Delivering innovation to customers through product development All responses to Technical Conditions of Participation will be evaluated and scored using the following marking scheme Table 1f MARKING SCHEME GRADE % OF MARKS Candidate provides a response of a high standard that provides a high level of confidence that the candidate meets the requirements 4 100% Candidate provides a response of a mid to high standard that provides a mid-level of confidence that the candidate meets the requirements 3 75 Candidate provides a response of a low to mid standard that provides a low to mid level of confidence that the candidate meets the requirements 2 50 Candidate provides a response of a low standard that provides a low level of confidence that the candidate meets the requirements 1 25 Candidate fails to provide a response or the response is of such a poor standard to provide no confidence that the candidate meets the requirements 0 0 Each question will be assigned a weighting and this is indicated in the title of the question. The weighting that each question carries will be multiplied by each available total mark that each question has allocated to be evaluated in this section. Question 19 has been weighted at 20% of the overall available marks. A grade of 4 would score 100% of the marks and be worth 20%. A grade of 3, would score 75% of the available marks and would be worth 15%. A minimum grade of 2 is required for each section. Any bidder who fails to score at least a 2 for any one section will be disqualified from the tender. Following the scoring process, the top four highest-scoring Tenderers will be shortlisted and invited to the next stage of the procurement process. If multiple Tenderers achieve the same score in a position that affects the final ranking, they will be treated as holding the same place, which may result in more than four bidders being invited to the next stage.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-04-01T00:00:00+01:00",
"endDate": "2034-03-31T23:59:59+01:00",
"maxExtentDate": "2037-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Multiple extension periods of up to 36 months at the Authorities discretion"
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "In accordance with section 18 (2) of the Act, the duty to consider dividing this requirement into lots have been considered. However, after thorough evaluation, It has been determined that a fully managed service approach is the most suitable and cost-effective option. This decision aligns with authority requirements and supports the view offered by the market during pre-market engagement In accordance with section 18 (3) of the Act, the decision not to divide the contract into lots was based on the following justifications: Efficiency & Cost-Effectiveness A fully managed service reduces administrative burden on the contracting authority, eliminating the need for complex contract management across multiple suppliers. Multiple lots would increase procurement and oversight costs. The economies of scale achieved through a single supplier would allow better pricing, efficiencies and opportunities long term cost reduction. Supplier Market Feedback Supplier engagement results indicated that a fully managed service was the preferred and most attractive option. Lots could limit competition as suppliers may not bid on smaller, less commercially viable lots. Quality Assurance & Standardisation A single contract ensures uniformity in design, quality and service delivery, reducing the risk of inconsistencies. A single point of accountability simplifies quality control, dispute resolution and contract management."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "008427-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008427-2025",
"datePublished": "2025-03-07T16:51:50Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2033-04-01T23:59:59+01:00"
}
]
}
},
"language": "en"
}