Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Security Advisory and Training Framework

  • First published: 24 March 2026
  • Last modified: 24 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e9be
Published by:
Home Office
Authority ID:
AA76013
Publication date:
24 March 2026
Deadline date:
01 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is for the establishment of a multi‑supplier framework agreement for the provision of security advisory, training, and turnkey international capability‑building services to support the Home Office’s International Strategy and Capabilities (ISC) Unit.The framework will cover the provision of services across three lots:Lot 1 – Advisory: provision of specialist individuals or teams delivering strategic, technical, and operational advisory services.Lot 2 – Training: design and delivery of training programmes in the UK and internationally, including bespoke course development and delivery.Lot 3 – Turnkey: partial or full end‑to‑end delivery of programmes, combining advisory and training services with operational support such as accommodation, transport, security, logistics, and local services.Services may be delivered across the following thematic areas, as applicable to the relevant lot: - Policing - Fire and Rescue - Enabling Functions - Strategic Intelligence and Threat Assessment - Border Security and Illegal Migration - National Risk and Resilience - Operational Support (Lot 3 only)The framework does not commit the Authority to any minimum level of spend or volume of work. Services will be commissioned on a call‑off basis only, following further competition under the framework. Call‑off contracts may be awarded for delivery in the UK and overseas, depending on operational requirements.Supply will be on a rate‑card basis, with pricing and delivery models tailored at call‑off stage. Call‑off contracts may use fixed price, capped time‑and‑materials, milestone‑based, or output‑based payment mechanisms, as specified in the call‑off documentation.

Full notice text

Scope

Procurement reference

Project_17923

Procurement description

The procurement is for the establishment of a multi‑supplier framework agreement for the provision of security advisory, training, and turnkey international capability‑building services to support the Home Office’s International Strategy and Capabilities (ISC) Unit.

The framework will cover the provision of services across three lots:

Lot 1 – Advisory: provision of specialist individuals or teams delivering strategic, technical, and operational advisory services.

Lot 2 – Training: design and delivery of training programmes in the UK and internationally, including bespoke course development and delivery.

Lot 3 – Turnkey: partial or full end‑to‑end delivery of programmes, combining advisory and training services with operational support such as accommodation, transport, security, logistics, and local services.

Services may be delivered across the following thematic areas, as applicable to the relevant lot:

- Policing

- Fire and Rescue

- Enabling Functions

- Strategic Intelligence and Threat Assessment

- Border Security and Illegal Migration

- National Risk and Resilience

- Operational Support (Lot 3 only)

The framework does not commit the Authority to any minimum level of spend or volume of work. Services will be commissioned on a call‑off basis only, following further competition under the framework. Call‑off contracts may be awarded for delivery in the UK and overseas, depending on operational requirements.

Supply will be on a rate‑card basis, with pricing and delivery models tailored at call‑off stage. Call‑off contracts may use fixed price, capped time‑and‑materials, milestone‑based, or output‑based payment mechanisms, as specified in the call‑off documentation.

Main category

Services

Total value (estimated, excluding VAT)

120000000 GBP to 360000000GBP

Contract dates (estimated)

01 February 2027, 00:00AM to 31 January 2030, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Home Office

Identification register:

  • GB-PPON

Address 1: 2 Marsham Street

Town/City: London

Postcode: SW1P 4DF

Country: United Kingdom

Public Procurement Organisation Number: PWGC-6513-PQLZ

NUTS code: UKI32

Email: brigitte.deshong@homeoffice.gov.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Framework

Further information about fees

No fees are charged to suppliers for participation in or use of the framework. Suppliers will only be paid for services delivered under call‑off contracts awarded through further competition.

Percentage fee charged to suppliers

0.0000%

Open framework scheme end date (estimated)

31 January 2033, 23:59PM

Maximum number of suppliers

130

Award method when using the framework

With reopening competition

Framework operation description

The framework will operate as an open framework under the Procurement Act 2023. Suppliers will be appointed following a competitive flexible procedure. Call‑off contracts will be awarded by further competition among suppliers appointed to the relevant lot(s) and theme(s). Pricing will be based on a framework rate card, with call‑off contracts using fixed price, capped time and materials, milestone‑based or output‑based payment mechanisms as specified in the call‑off documentation. The framework does not commit the Authority to any minimum volume or value of work.

Lots

Divided into 3 lots

Advisory Services

Lot number: 1

Description

Provision of specialist individuals or teams delivering strategic, technical and operational advisory services to support international security and capability‑building programmes. Services include expert advice, policy and capability development, programme design, assurance, mentoring and strategic support across defined thematic areas, delivered in the UK and overseas as required.

CPV classifications

  • 75242100 - Public-order services
  • 79417000 - Safety consultancy services
  • 79430000 - Crisis management services
  • 80330000 - Safety education services
  • 80550000 - Safety training services
  • 98341100 - Accommodation management services
  • 60171000 - Hire of passenger cars with driver
  • 98392000 - Relocation services

Lot value (estimated)

120000000 GBP Excluding VAT

144000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 February 2027, 00:00AM

Contract end date (estimated)

31 January 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Bidders must meet the authority’s conditions of participation including mandatory and discretionary exclusion grounds under the Procurement Act 2023, minimum economic and financial standing requirements, appropriate insurance levels, and acceptance of the framework terms and conditions. Bidders must demonstrate financial resilience proportionate to the advisory services being procured.

Conditions

Economic

Conditions of participation

Bidders must demonstrate technical and professional ability to deliver advisory services relevant to the thematic areas applied for, including evidence of comparable advisory delivery, appropriately qualified subject matter experts, and the ability to operate in international and government‑to‑government contexts. Personnel delivering services under call‑off contracts must meet applicable security clearance requirements.

Award criteria

Type: quality

Name

Quality

Description

Assessment of technical capability, relevant experience, delivery approach, international delivery expertise, mobilisation, risk management and safeguarding, and alignment with the Statement of Requirements.

Weighting: 65

Weighting type: percentageExact

Type: price

Name

Price

Description

Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.

Weighting: 35

Weighting type: percentageExact

Training Services

Lot number: 2

Description

Design and delivery of training programmes in the UK and internationally, including bespoke course development, localisation, translation and interpretation support, assessment, and flexible delivery models. Services support international capability‑building and professional development across defined thematic areas.

CPV classifications

  • 75242100 - Public-order services
  • 79417000 - Safety consultancy services
  • 79430000 - Crisis management services
  • 80330000 - Safety education services
  • 80550000 - Safety training services
  • 98341100 - Accommodation management services
  • 60171000 - Hire of passenger cars with driver
  • 98392000 - Relocation services

Lot value (estimated)

120000000 GBP Excluding VAT

144000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 February 2027, 00:00AM

Contract end date (estimated)

31 January 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Bidders must meet the authority’s conditions of participation including exclusion grounds, minimum economic and financial standing requirements, insurance, and acceptance of framework terms. Financial standing must be proportionate to the training services and delivery scale proposed.

Conditions

Economic

Conditions of participation

Bidders must demonstrate experience and capability in designing and delivering training programmes relevant to the thematic areas applied for, including evidence of comparable training delivery, qualified instructors, quality assurance processes, and international delivery capability. Personnel must meet applicable security clearance requirements prior to mobilisation.

Award criteria

Type: quality

Name

Quality

Description

Assessment of training design, delivery methodology, instructional capability, quality assurance, international delivery experience, mobilisation approach, and alignment with the Statement of Requirements.

Weighting: 65

Weighting type: percentageExact

Type: price

Name

Price

Description

Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.

Weighting: 35

Weighting type: percentageExact

Turnkey Services

Lot number: 3

Description

Provision of partial or full end‑to‑end delivery of international capability‑building programmes, combining advisory and training services with operational support. Operational support may include accommodation, transport, security, logistics, local services and programme management, delivered in complex international environments.

CPV classifications

  • 75242100 - Public-order services
  • 79417000 - Safety consultancy services
  • 79430000 - Crisis management services
  • 80330000 - Safety education services
  • 80550000 - Safety training services
  • 98341100 - Accommodation management services
  • 60171000 - Hire of passenger cars with driver
  • 98392000 - Relocation services

Lot value (estimated)

120000000 GBP Excluding VAT

144000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 February 2027, 00:00AM

Contract end date (estimated)

31 January 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Bidders must meet the authority’s conditions of participation including exclusion grounds, enhanced economic and financial standing requirements proportionate to full service delivery, appropriate insurance cover, and acceptance of the framework terms. Financial resilience must be sufficient to support operational delivery in international environments.

Conditions

Economic

Conditions of participation

Bidders must demonstrate capability to deliver integrated advisory, training and operational support services, including experience of managing end‑to‑end international programmes, operational logistics, duty of care, safeguarding, and risk management. Bidders must evidence capability across multiple thematic areas, including operational support, and meet applicable security clearance requirements.

Award criteria

Type: quality

Name

Quality

Description

Assessment of integrated delivery capability, operational management, international experience, mobilisation and continuity planning, risk and safeguarding arrangements, and alignment with the Statement of Requirements.

Weighting: 65

Weighting type: percentageExact

Type: price

Name

Price

Description

Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.

Weighting: 35

Weighting type: percentageExact

Award criteria

Type: quality

Name

Quality

Description

Assessment of integrated delivery capability, operational management, international experience, mobilisation and continuity planning, risk and safeguarding arrangements, and alignment with the Statement of Requirements.

Weighting: 65

Weighting type: percentageExact

Type: price

Name

Price

Description

Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.

Weighting: 35

Weighting type: percentageExact

Submission

Tender submission deadline

01 May 2026, 12:00PM

Enquiry deadline

17 April 2026, 12:00PM

Date of award of contract

30 June 2026, 23:59PM

Submission address and any special instructions

Tenders must be submitted electronically via the Home Office e‑Sourcing portal (Jaggaer):https://homeoffice.app.jaggaer.com/web/login.htmlTenderers must register on the portal to access the procurement documents and submit their responses. All submissions must be completed and formally submitted via the portal by the deadline stated in the tender documents.Submissions sent by email or any other means will not be accepted.The closing date for the PSQ submission is 01 May at 12:00 UK time. To access the PQQ documentation for Lots 1, 2 and/or 3 for this procurement, suppliers must hold an active Home Office e‑Sourcing (Jaggaer) account.The Home Office procurement portal can be accessed at https://homeoffice.app.jaggaer.com/web/login.html.Access the relevant Lot documentation by selecting the appropriate link below (please note you must be signed in to Jaggaer when doing this), and by accepting the terms and conditions of the Non-disclosure Agreement: Lot 1 (Advisory): https://homeoffice.app.jaggaer.com/go/36383945019D0BE72305Lot 2 (Training): https://homeoffice.app.jaggaer.com/go/37240051019D0BE802D2Lot 3 (Turnkey): https://homeoffice.app.jaggaer.com/go/51658602019D0BE8625DSuppliers must registered for at least one relevant CPV category within their Home Office Jaggaer account to access the links.:75222000 - Civil defence services - all lots75241100 - Police services - all lots75242100 - Public-order services - all lots79417000 - Safety consultancy services - all lots79430000 - Crisis management services - all lots80330000 - Safety education services - all lots80550000 - Safety training services - all lots98341100 - Accommodation management services - lot 3 only60171000 - Hire of passenger cars with driver - lot 3 only98392000 - Relocation services - lot 3 onlySuppliers who are not registered against a relevant category will not be able to view or access the procurement documentation.Suppliers may access and bid for one or more Lots, provided they meet the above requirements.Access to all procurement documents is subject to acceptance of the Authority’s Non‑Disclosure Agreement (NDA).Some procurement documents are classified OFFICIAL‑SENSITIVE and will be clearly identified as such. These documents must be handled in accordance with UK Government information security requirements and must not be disclosed except as permitted under the NDA or required by law.Any failure to comply with the NDA or the handling requirements for OFFICIAL‑SENSITIVE information may result in exclusion from the procurement.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

future

Document type

Bidding documents

Document type

Further procurement documents will be made available electronically via the Home Office e‑Sourcing portal (Jaggaer).

Bidders must register on the Jaggaer portal to access and download all subsequent documents, including any updates, clarifications, and documents issued at later stages of the procurement (e.g. ITT documentation).

All documents will be issued and accessed solely through the Jaggaer portal. Documents will not be provided by email or any other means.

Coding

Commodity categories

ID Title Parent category
98341100 Accommodation management services Accommodation services
79430000 Crisis management services Business and management consultancy and related services
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
75242100 Public-order services Public law and order services
98392000 Relocation services Other services
79417000 Safety consultancy services Business and management consultancy services
80330000 Safety education services Higher education services
80550000 Safety training services Training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.