Tender

DOJ NIPS - Supply, Delivery and Disposal of Uniforms for Operational Staff

NORTHERN IRELAND PRISON SERVICE

This public procurement record has 1 release in its history.

Tender

23 Apr 2026 at 11:22

Summary of the contracting process

The Northern Ireland Prison Service, an Executive agency of the Department of Justice Northern Ireland, is seeking to engage suppliers through a competitive flexible procedure to supply, deliver, and dispose of uniforms for operational staff. This opportunity encompasses six separate lots including general uniforms, utility uniforms, uniforms with emblems, accessories, waterproof clothing, and uniform disposal. The total gross value is estimated at £2,136,000, with the contract slated to begin on 10th August 2026 for a period of two years, potentially extendable to 2032. The procurement process is at the tender stage with the final expression of interest deadline set for 18th May 2026. This procurement is governed by the 2023 UK public contracts regulations and is overseen by the CPD - Supplies & Services Division, Centre of Procurement Expertise, based in Belfast.

This tender represents significant opportunities for businesses specialising in occupational clothing, protective wear, and refuse disposal services. By participating in this procurement process, companies can gain long-term contracts with potential extensions, fostering business growth and stability. Suppliers with strengths in technical product offering, efficient supply chain management, and responsive pricing models are well-positioned to compete in this tender. The competitive flexible procedure with four stages ensures that suppliers offering superior quality and value will have an advantage, encouraging businesses to innovate and excel in product delivery and management. Businesses capable of efficiently handling multiple lots simultaneously will find this contract particularly advantageous, providing ample scope to expand their market presence within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

DOJ NIPS - Supply, Delivery and Disposal of Uniforms for Operational Staff

Notice Description

The Northern Ireland Prison Service (NIPS) (the Buyer) is an Executive agency of the Department of Justice Northern Ireland (DOJNI) and is responsible for the management of His Majesty's Prisons in Northern Ireland. The Prison Service operates under the control of the DOJNI. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. The Northern Ireland Prison Service wish to appoint a supplier(s) to supply and deliver a range of uniform items. The Buyer also wishes to appoint a supplier to securely dispose of old and surplus uniform items. The requirement will be divided into 6 separate lots: Lot 1 - General uniform, Lot 2 - Utility uniform, Lot 3 - Uniform with emblems, Lot 4 - Accessories, Lot 5 - Waterproof clothing, Lot 6 - Uniform disposal. The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each. Suppliers should refer to the Specification for full details of the requirements.

Lot Information

General uniform

Supply of general uniform items

Options: The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained.

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Utility uniform

Supply of utility uniform items

Options: The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained.

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Uniform with emblems

Supply of uniform items with emblems

Options: The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract.Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained.

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Accessories

Supply of uniform accessories

Options: The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained.

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Waterproof clothing

Supply of waterproof clothing

Options: The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained.

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Uniform disposal

Disposal of uniform items

Renewal: The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068981
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037036-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
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

50 - Repair and maintenance services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

18000000 - Clothing, footwear, luggage articles and accessories

18100000 - Occupational clothing, special workwear and accessories

18110000 - Occupational clothing

18113000 - Industrial clothing

18420000 - Clothing accessories

35113400 - Protective and safety clothing

50800000 - Miscellaneous repair and maintenance services

90000000 - Sewage, refuse, cleaning and environmental services

90510000 - Refuse disposal and treatment

90513000 - Non-hazardous refuse and waste treatment and disposal services

Notice Value(s)

Tender Value
£1,780,000 £1M-£10M
Lots Value
£1,780,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Apr 2026Yesterday
Submission Deadline
8 May 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
9 Aug 2026 - 9 Aug 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTHERN IRELAND PRISON SERVICE
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT8 8NA
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-068981-2026-04-23T12:22:09+01:00",
    "date": "2026-04-23T12:22:09+01:00",
    "ocid": "ocds-h6vhtk-068981",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRMX-2692-MXQX",
            "name": "Northern Ireland Prison Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRMX-2692-MXQX"
            },
            "address": {
                "streetAddress": "Procurement Unit, Estates Management, Hydebank Wood College and Womens Prison",
                "locality": "Belfast",
                "postalCode": "BT8 8NA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "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"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRMX-2692-MXQX",
        "name": "Northern Ireland Prison Service"
    },
    "tender": {
        "id": "ID 6041798",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DOJ NIPS - Supply, Delivery and Disposal of Uniforms for Operational Staff",
        "description": "The Northern Ireland Prison Service (NIPS) (the Buyer) is an Executive agency of the Department of Justice Northern Ireland (DOJNI) and is responsible for the management of His Majesty's Prisons in Northern Ireland. The Prison Service operates under the control of the DOJNI. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. The Northern Ireland Prison Service wish to appoint a supplier(s) to supply and deliver a range of uniform items. The Buyer also wishes to appoint a supplier to securely dispose of old and surplus uniform items. The requirement will be divided into 6 separate lots: Lot 1 - General uniform, Lot 2 - Utility uniform, Lot 3 - Uniform with emblems, Lot 4 - Accessories, Lot 5 - Waterproof clothing, Lot 6 - Uniform disposal. The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each. Suppliers should refer to the Specification for full details of the requirements.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18420000",
                        "description": "Clothing accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18100000",
                        "description": "Occupational clothing, special workwear and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18113000",
                        "description": "Industrial clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18100000",
                        "description": "Occupational clothing, special workwear and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18420000",
                        "description": "Clothing accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18113000",
                        "description": "Industrial clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18420000",
                        "description": "Clothing accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18100000",
                        "description": "Occupational clothing, special workwear and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18113000",
                        "description": "Industrial clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18100000",
                        "description": "Occupational clothing, special workwear and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18420000",
                        "description": "Clothing accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18113000",
                        "description": "Industrial clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18100000",
                        "description": "Occupational clothing, special workwear and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18113000",
                        "description": "Industrial clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18420000",
                        "description": "Clothing accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18000000",
                        "description": "Clothing, footwear, luggage articles and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513000",
                        "description": "Non-hazardous refuse and waste treatment and disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50800000",
                        "description": "Miscellaneous repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "value": {
            "amountGross": 2136000,
            "amount": 1780000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The competitive flexible procurement process comprises of 4 stages and Suppliers must pass each stage to remain in the competition. At Stage 1, suppliers will be assessed against the Conditions of Participation criteria. At Stages 2 and 3, suppliers will be assessed against the provision and technical suitability of proposed products and will include provision of samples. At Stage 4, suppliers will be assessed against Qualitative and Quantitative criteria. Suppliers should refer to the Instructions to Tender (ITT) document for detailed information on the procurement procedure."
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-18T15:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-08T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-29T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "General uniform",
                "description": "Supply of general uniform items",
                "status": "active",
                "value": {
                    "amountGross": 1020000,
                    "amount": 850000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At Stage 1, suppliers will be assessed against a Conditions of Participation criterion. At Stage 2 suppliers will be assessed against pass / fail criteria relating to the technical suitability of proposed products. At Stage 3 Supplier product samples will be subject to end user testing based on a scored pass/fail criteria. At Stage 4, suppliers will be assessed against Qualitative criteria AC1 and AC2, and Quantitative criterion AC3 and scored based on weighted criteria. Suppliers should refer to the 'Instructions to Tender (ITT)' document for detailed information on the tender assessment procedure applicable to all lots.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical Specifications",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - End User Testing",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC1 - Contract Management",
                            "description": "Criterion AC1 has a weighting of 36 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC2 - Supply Chain",
                            "description": "Criterion AC2 has a weighting of 24 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "price",
                            "name": "Stage 4 - AC3 - Price",
                            "description": "Criterion AC3 has a weighting of 40 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained."
                }
            },
            {
                "id": "2",
                "title": "Utility uniform",
                "description": "Supply of utility uniform items",
                "status": "active",
                "value": {
                    "amountGross": 240000,
                    "amount": 200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At Stage 1, suppliers will be assessed against a Conditions of Participation criterion. At Stage 2 suppliers will be assessed against pass / fail criteria relating to the technical suitability of proposed products. At Stage 3 Supplier product samples will be subject to end user testing based on a scored pass/fail criteria. At Stage 4, suppliers will be assessed against Qualitative criteria AC1 and AC2, and Quantitative criterion AC3 and scored based on weighted criteria. Suppliers should refer to the 'Instructions to Tender (ITT)' document for detailed information on the tender assessment procedure applicable to all lots.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical Specifications",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - End User Testing",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC1 - Contract Management",
                            "description": "Criterion AC1 has a weighting of 36 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC2 - Supply Chain",
                            "description": "Criterion AC2 has a weighting of 24 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "price",
                            "name": "Stage 4 - AC3 - Price",
                            "description": "Criterion AC3 has a weighting of 40 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained."
                }
            },
            {
                "id": "3",
                "title": "Uniform with emblems",
                "description": "Supply of uniform items with emblems",
                "status": "active",
                "value": {
                    "amountGross": 252000,
                    "amount": 210000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At Stage 1, suppliers will be assessed against a Conditions of Participation criterion. At Stage 2 suppliers will be assessed against pass / fail criteria relating to the technical suitability of proposed products. At Stage 3 Supplier product samples will be subject to end user testing based on a scored pass/fail criteria. At Stage 4, suppliers will be assessed against Qualitative criteria AC1 and AC2, and Quantitative criterion AC3 and scored based on weighted criteria. Suppliers should refer to the 'Instructions to Tender (ITT)' document for detailed information on the tender assessment procedure applicable to all lots.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical Specifications",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - End User Testing",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC1 - Contract Management",
                            "description": "Criterion AC1 has a weighting of 36 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC2 - Supply Chain",
                            "description": "Criterion AC2 has a weighting of 24 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "price",
                            "name": "Stage 4 - AC3 - Price",
                            "description": "Criterion AC3 has a weighting of 40 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract.Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained."
                }
            },
            {
                "id": "4",
                "title": "Accessories",
                "description": "Supply of uniform accessories",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At Stage 1, suppliers will be assessed against a Conditions of Participation criterion. At Stage 2 suppliers will be assessed against pass / fail criteria relating to the technical suitability of proposed products. At Stage 3 Supplier product samples will be subject to end user testing based on a scored pass/fail criteria. At Stage 4, suppliers will be assessed against Qualitative criteria AC1 and AC2, and Quantitative criterion AC3 and scored based on weighted criteria. Suppliers should refer to the 'Instructions to Tender (ITT)' document for detailed information on the tender assessment procedure applicable to all lots.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical Specifications",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - End User Testing",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC1 - Contract Management",
                            "description": "Criterion AC1 has a weighting of 36 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC2 - Supply Chain",
                            "description": "Criterion AC2 has a weighting of 24 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "price",
                            "name": "Stage 4 - AC3 - Price",
                            "description": "Criterion AC3 has a weighting of 40 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained."
                }
            },
            {
                "id": "5",
                "title": "Waterproof clothing",
                "description": "Supply of waterproof clothing",
                "status": "active",
                "value": {
                    "amountGross": 384000,
                    "amount": 320000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At Stage 1, suppliers will be assessed against a Conditions of Participation criterion. At Stage 2 suppliers will be assessed against pass / fail criteria relating to the technical suitability of proposed products. At Stage 3 Supplier product samples will be subject to end user testing based on a scored pass/fail criteria. At Stage 4, suppliers will be assessed against Qualitative criteria AC1 and AC2, and Quantitative criterion AC3 and scored based on weighted criteria. Suppliers should refer to the 'Instructions to Tender (ITT)' document for detailed information on the tender assessment procedure applicable to all lots.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical Specifications",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - End User Testing",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC1 - Contract Management",
                            "description": "Criterion AC1 has a weighting of 36 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 4 - AC2 - Supply Chain",
                            "description": "Criterion AC2 has a weighting of 24 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        },
                        {
                            "type": "price",
                            "name": "Stage 4 - AC3 - Price",
                            "description": "Criterion AC3 has a weighting of 40 percent. Suppliers should refer to the Instructions to Tenders for detailed information on this criterion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Buyer plans to undertake a review of officer uniforms across the organisation. As a result of this, it is likely that changes will be made to the list of garments required, however at this stage it is unclear how comprehensive these changes may be. The Buyer does not currently have a timeframe for such changes; however, it is anticipated that this change will occur during the life of the Contract. Should a small number of items be subject to change, the Buyer will approach the Supplier for quotations and samples of potential uniform items. However, should the Buyer determine that the scope of uniform requirements will change significantly, the Buyer reserves the right to terminate this contract and retender the requirement to ensure that value for money can be obtained."
                }
            },
            {
                "id": "6",
                "title": "Uniform disposal",
                "description": "Disposal of uniform items",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Contract Management",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.",
                            "numbers": [
                                {
                                    "number": 16,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Service Delivery",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.",
                            "numbers": [
                                {
                                    "number": 24,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "AC3 - Price",
                            "description": "Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-10T00:00:00+01:00",
                    "endDate": "2028-08-09T23:59:59+01:00",
                    "maxExtentDate": "2032-08-09T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each."
                }
            }
        ],
        "lotDetails": {
            "awardCriteria": {
                "description": "Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver the services in the event that they are successful in more than one Lot."
            }
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "037036-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037036-2026",
                "datePublished": "2026-04-23T12:22:09+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice Contract Value The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority."
        }
    },
    "language": "en"
}