Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 037036/S 000-2026
Nature of contract: Supply contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Global bid
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Northern Ireland Prison Service
National registration number: PRMX-2692-MXQX
Postal address: Procurement Unit, Estates Management, Hydebank Wood College and Womens Prison
Town: Belfast
Region: UKN0E
Postal code: BT8 8NA
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
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
I.4) Type of the contracting authority
Public authority – central government
Procuring Entity
CPD – Supplies & Services Division
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
Postal address: Clare House, 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
II) Object
II.1.1) Title
DOJ NIPS – Supply, Delivery and Disposal of Uniforms for Operational Staff
Reference number: ID 6041798
II.1.3) Type of contract
Supplies
II.1.4) Short 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.
II.1.7) Total value of the procurement
Value (including VAT)
2,136,000
Value (excluding VAT)
1,780,000
Currency
GBP
II.2) Description
II.2.1) Title
General uniform
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
18000000
18100000
18110000
18113000
18420000
35113400
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Supply of general uniform items
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Stage 2 – Technical Specifications
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 3 – End User Testing
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC1 – Contract Management
Weighting: Criterion AC1 has a weighting of 36 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC2 – Supply Chain
Weighting: Criterion AC2 has a weighting of 24 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Price
Name: Stage 4 – AC3 – Price
Weighting: Criterion AC3 has a weighting of 40 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
II.2.6) Estimated Value
Value (excluding VAT)
850,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
II.2.11) Information about options
Options: Yes
Description of 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.
II.2) Description
II.2.1) Title
Utility uniform
Contract/Lot No
2
II.2.2) CPV codes
Main CPV codes
18000000
18100000
18110000
18113000
18420000
35113400
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Supply of utility uniform items
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Stage 2 – Technical Specifications
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 3 – End User Testing
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC1 – Contract Management
Weighting: Criterion AC1 has a weighting of 36 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC2 – Supply Chain
Weighting: Criterion AC2 has a weighting of 24 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Price
Name: Stage 4 – AC3 – Price
Weighting: Criterion AC3 has a weighting of 40 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
II.2.6) Estimated Value
Value (excluding VAT)
200,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
II.2.11) Information about options
Options: Yes
Description of 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.
II.2) Description
II.2.1) Title
Uniform with emblems
Contract/Lot No
3
II.2.2) CPV codes
Main CPV codes
18000000
18100000
18110000
18113000
18420000
35113400
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Supply of uniform items with emblems
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Stage 2 – Technical Specifications
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 3 – End User Testing
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC1 – Contract Management
Weighting: Criterion AC1 has a weighting of 36 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC2 – Supply Chain
Weighting: Criterion AC2 has a weighting of 24 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Price
Name: Stage 4 – AC3 – Price
Weighting: Criterion AC3 has a weighting of 40 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
II.2.6) Estimated Value
Value (excluding VAT)
210,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
II.2.11) Information about options
Options: Yes
Description of 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.
II.2) Description
II.2.1) Title
Accessories
Contract/Lot No
4
II.2.2) CPV codes
Main CPV codes
18000000
18100000
18110000
18113000
18420000
35113400
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Supply of uniform accessories
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Stage 2 – Technical Specifications
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 3 – End User Testing
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC1 – Contract Management
Weighting: Criterion AC1 has a weighting of 36 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC2 – Supply Chain
Weighting: Criterion AC2 has a weighting of 24 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Price
Name: Stage 4 – AC3 – Price
Weighting: Criterion AC3 has a weighting of 40 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
II.2.6) Estimated Value
Value (excluding VAT)
100,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
II.2.11) Information about options
Options: Yes
Description of 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.
II.2) Description
II.2.1) Title
Waterproof clothing
Contract/Lot No
5
II.2.2) CPV codes
Main CPV codes
18000000
18100000
18110000
18113000
18420000
35113400
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Supply of waterproof clothing
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Stage 2 – Technical Specifications
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 3 – End User Testing
Weighting: Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC1 – Contract Management
Weighting: Criterion AC1 has a weighting of 36 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Quality
Name: Stage 4 – AC2 – Supply Chain
Weighting: Criterion AC2 has a weighting of 24 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
Price
Name: Stage 4 – AC3 – Price
Weighting: Criterion AC3 has a weighting of 40 percent.
Suppliers should refer to the Instructions to Tenders for detailed information on this criterion.
II.2.6) Estimated Value
Value (excluding VAT)
320,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
II.2.11) Information about options
Options: Yes
Description of 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.
II.2) Description
II.2.1) Title
Uniform disposal
Contract/Lot No
6
II.2.2) CPV codes
Main CPV codes
50800000
90000000
90510000
90513000
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.4) Description of the procurement
Disposal of uniform items
II.2.5) Award Criteria
Quality
Name: AC1 – Contract Management
Weighting: 16
Quality
Name: AC2 – Service Delivery
Weighting: 24
Price
Name: AC3 – Price
Weighting: 60
II.2.6) Estimated Value
Value (excluding VAT)
100,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-08-10 00:00
End
2028-08-09 23:59
Duration
2 years
Possible extension
2032-08-09 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of two (2) years followed by two (2) optional extension periods of two (2) years each.
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Additional technical selection criteria
As per tender documentation
As per tender documentation
As per tender documentation
As per tender documentation
As per tender documentation
As per tender documentation
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
For further details on invoicing procedures please see : 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.
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
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.
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-05-08 17:00
Estimated award decision date
2026-07-29 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Deadline for requests to participate
2026-05-18 15:00
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
VI.5) Date of dispatch of this notice
2026-04-23 12:22