Notice Information
Notice Title
Body Armour Framework
Notice 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
Planning Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05a8fa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062618-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35815000 - Garments for anti-ballistic protection
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Oct 20254 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 7 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 2 Aug 2026 - 2 Aug 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- METROPOLITAN POLICE SERVICE
- Additional Buyers
GREATER MANCHESTER COMBINED AUTHORITY
POLICE AND CRIME COMMISSIONER FOR SOUTH WALES
POLICE AND CRIME COMMISSIONER FOR WEST MIDLANDS
POLICE SERVICE OF NORTHERN IRELAND
THE CHIEF CONSTABLE OF THAMES VALLEY POLICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2JL
- Post Town
- South West London
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- Not specified
-
- Local Authority
- Glasgow City
- Electoral Ward
- Calton
- Westminster Constituency
- Glasgow East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/062618-2025
6th October 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
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-05a8fa-2025-10-06T16:13:59+01:00",
"date": "2025-10-06T16:13:59+01:00",
"ocid": "ocds-h6vhtk-05a8fa",
"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": {
"email": "CommercialSO@met.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PQLT-6495-QHVP",
"name": "West Yorkshire Police",
"identifier": {
"scheme": "GB-PPON",
"id": "PQLT-6495-QHVP"
},
"address": {
"streetAddress": "PO Box 9, Laburnum Road",
"locality": "Wakefield",
"postalCode": "WF1 3QP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "yb.procurement@westyorkshire.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PHLH-1699-TDLT",
"name": "Police and Crime Commissioner for West Midlands",
"identifier": {
"scheme": "GB-PPON",
"id": "PHLH-1699-TDLT"
},
"address": {
"streetAddress": "Lloyd House, Colmore Circus Queensway",
"locality": "Birmingham",
"postalCode": "B4 6AT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "procurement@westmidlands.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PXBN-3793-LCTQ",
"name": "Greater Manchester Combined Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PXBN-3793-LCTQ"
},
"address": {
"streetAddress": "56 Oxford Street",
"locality": "Manchester",
"postalCode": "M1 6EU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "procurement@manchesterfire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PYVQ-9856-GTXR",
"name": "Police and Crime Commissioner for South Wales",
"identifier": {
"scheme": "GB-PPON",
"id": "PYVQ-9856-GTXR"
},
"address": {
"streetAddress": "Cowbridge Road",
"locality": "BRIDGEND",
"postalCode": "CF31 3SU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL17"
},
"contactPoint": {
"email": "swp-procurement@south-wales.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PCBG-5572-BPZL",
"name": "The Police and Crime Commissioner for Avon & Somerse",
"identifier": {
"scheme": "GB-PPON",
"id": "PCBG-5572-BPZL"
},
"address": {
"streetAddress": "Valley Road",
"locality": "Portishead",
"postalCode": "BS20 8JJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "jennifer.smith@devonandcornwall.pnn.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PQWX-7678-NJGQ",
"name": "The Chief Constable of Thames Valley Police",
"identifier": {
"scheme": "GB-PPON",
"id": "PQWX-7678-NJGQ"
},
"address": {
"streetAddress": "Thames Valley Police - HQ North",
"locality": "Kidlington",
"postalCode": "OX5 1NZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ14"
},
"contactPoint": {
"email": "PST@thamesvalley.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PJGZ-5912-BTWQ",
"name": "Police Service of Northern Ireland",
"identifier": {
"scheme": "GB-PPON",
"id": "PJGZ-5912-BTWQ"
},
"address": {
"streetAddress": "Police Headquarters, Brooklyn, 65 Knock Road",
"locality": "Belfast",
"postalCode": "BT5 6LE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "cpdclientcdpinfo@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-NIR",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PVNH-1196-RLWN",
"name": "Scottish Police Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PVNH-1196-RLWN"
},
"address": {
"streetAddress": "2 French Street",
"locality": "Glasgow",
"postalCode": "G40 4EH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKM82"
},
"contactPoint": {
"email": "procurementtenders@scotland.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-SCT",
"description": "Scottish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHDV-6374-MVWD",
"name": "Metropolitan Police Service"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"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.",
"dueDate": "2025-11-07T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "062618-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062618-2025",
"datePublished": "2025-10-06T16:13:59+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "3657",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Body Armour Framework",
"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",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35815000",
"description": "Garments for anti-ballistic protection"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "goods",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-08-03T00:00:00+01:00",
"endDate": "2031-08-02T23:59:59+01:00",
"maxExtentDate": "2034-08-02T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"status": "planning"
},
"language": "en"
}