Lots
Divided into 11 lots
Total Facilities Management £0-£2m average annual contract value
Lot number: 1 Description
Lot 1a is for Total Facilities Management with an estimated average annual contract value of £0 to £2 million or for contracts where an unsuccessful competition has been run on a service specific lot of an equal or lower value
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 15800000 - Miscellaneous food products
- 16000000 - Agricultural machinery
- 18000000 - Clothing, footwear, luggage articles and accessories
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60120000 - Taxi services
- 63700000 - Support services for land, water and air transport
- 64100000 - Post and courier services
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72212730 - Security software development services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 85100000 - Health services
- 85300000 - Social work and related services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92610000 - Sports facilities operation services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Total Facilities Management £2m-£15m annual average contract value
Lot number: 1b Description
Lot 1b is for Total Facilities Management with an estimated average annual contract value of £2 million to £15 million or for contracts where an unsuccessful competition has been run on a lower value or service specific lot of an equal or lower value
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 15800000 - Miscellaneous food products
- 16000000 - Agricultural machinery
- 18000000 - Clothing, footwear, luggage articles and accessories
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60120000 - Taxi services
- 63700000 - Support services for land, water and air transport
- 64100000 - Post and courier services
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72212730 - Security software development services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 85100000 - Health services
- 85300000 - Social work and related services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92610000 - Sports facilities operation services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Total Facilities Management £15m+ annual average contract value
Lot number: 1c Description
Lot 1c is for Total Facilities Management with an estimated average annual contract value of over £15 million or for contracts where an unsuccessful competition has been run on a lower value or service specific lot
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 15800000 - Miscellaneous food products
- 16000000 - Agricultural machinery
- 18000000 - Clothing, footwear, luggage articles and accessories
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60120000 - Taxi services
- 63700000 - Support services for land, water and air transport
- 64100000 - Post and courier services
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72212730 - Security software development services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 85100000 - Health services
- 85300000 - Social work and related services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92610000 - Sports facilities operation services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. The evaluation model used is PQP.
Quality is weighted: Social Value =10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 11%
Soft FM Continuous Improvement and Innovation = 11%
Hard FM Service Delivery = 20%
Soft FM Service Delivery = 20%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Hard Facilities Management £0-£2m annual average contract value
Lot number: 2a Description
Lot 2a is for Hard Facilities Management with an estimated £0-£2m average annual contract value.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 16000000 - Agricultural machinery
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 63700000 - Support services for land, water and air transport
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 85100000 - Health services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 22%
Hard FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Hard Facilities Management £2m+ annual average contract value
Lot number: 2b Description
Lot 2b is for Hard Facilities Management with an estimated average annual contract value of over £2 million or for contracts where an unsuccessful competition has been run on a lower value specific lot.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 16000000 - Agricultural machinery
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 63700000 - Support services for land, water and air transport
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 85100000 - Health services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Soft Facilities Management £0-£2m annual average contract value
Lot number: 3a Description
Lot 3a is for Soft Facilities Management with an estimated £0-£2m average annual contract value
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions
CPV classifications
- 15800000 - Miscellaneous food products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60120000 - Taxi services
- 63700000 - Support services for land, water and air transport
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 22%
Hard FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Hard FM Continuous Improvement and Innovation = 22%
Hard FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Hard FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
- 64100000 - Post and courier services
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000 - Meter reading service
- 70000000 - Real estate services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 85100000 - Health services
- 85300000 - Social work and related services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92610000 - Sports facilities operation services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Soft Facilities Management £2m+ annual average contract value
Lot number: 3b Description
Lot 3b is for Soft Facilities Management with an estimated average annual contract value of over £2 million or for contracts where an unsuccessful competition has been run on a lower value specific lot
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 15800000 - Miscellaneous food products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60120000 - Taxi services
- 63700000 - Support services for land, water and air transport
- 64100000 - Post and courier services
- 65100000 - Water distribution and related services
- 65300000 - Electricity distribution and related services
- 65500000
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Soft FM Continuous Improvement and Innovation = 22%
Soft FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Soft FM Continuous Improvement and Innovation = 22%
Soft FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
- Meter reading service - 70000000 - Real estate services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 85100000 - Health services
- 85300000 - Social work and related services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92610000 - Sports facilities operation services
- 98000000 - Other community, social and personal services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
FM Contract Management = 25%
FM Continuous Improvement and Innovation = 3%
Soft FM Continuous Improvement and Innovation = 22%
Soft FM Service Delivery = 40%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Soft FM Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Total Security Services
Lot number: 4a Description
Lot 4a is for the delivery of Total Security Services or for contracts where an unsuccessful competition has been run on a service specific lot.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 71000000 - Architectural, construction, engineering and inspection services
- 72212730 - Security software development services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 90711100 - Risk or hazard assessment other than for construction
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation = 25%
Security Officer Services - Service Delivery = 13%
Physical and Electronic Security Systems & Services - Service Delivery = 13%
Security Advisory & Assessment Services - Service Delivery= 13%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Officer Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Physical and Electronic Security Systems & Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Advisory & Assessment Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation = 25%
Security Officer Services - Service Delivery = 13%
Physical and Electronic Security Systems & Services - Service Delivery = 13%
Security Advisory & Assessment Services - Service Delivery= 13%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Officer Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Physical and Electronic Security Systems & Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Advisory & Assessment Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Security Officer Services
Lot number: 4b Description
Lot 4b is for delivery of Security officer Services.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34990000 - Control, safety, signalling and light equipment
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 48000000 - Software package and information systems
- 51000000 - Installation services (except software)
- 71356000 - Technical services
- 71600000 - Technical testing, analysis and consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation= 25%
Security Officer Services - Service Delivery = 39%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Officer Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Physical and Electronic Security Systems and Services
Lot number: 4c Description
Lot 4c is for delivery of Physical and Electronic Security Systems and Services.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 71000000 - Architectural, construction, engineering and inspection services
- 72212730 - Security software development services
- 72224000 - Project management consultancy services
- 72250000 - System and support services
- 72510000 - Computer-related management services
- 73431000 - Test and evaluation of security equipment
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Security advisory and assessment services
Lot number: Lot 4d Description
Lot 4d is for delivery of Security Advisory and Assessment Services.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
CPV classifications
- 48000000 - Software package and information systems
- 71000000 - Architectural, construction, engineering and inspection services
- 75000000 - Administration, defence and social security services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
- 80600000 - Training services in defence and security materials
- 90711100 - Risk or hazard assessment other than for construction
Delivery regions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
-
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation = 25%
Physical and Electronic Security Systems & Services - Service Delivery = 39%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Physical and Electronic Security Systems & Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation = 25%
Physical and Electronic Security Systems & Services - Service Delivery = 39%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Physical and Electronic Security Systems & Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
GS - South Georgia and South Sandwich Islands - IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
- AF - Afghanistan
- AL - Albania
- AG - Antigua and Barbuda
- AU - Australia
- AT - Austria
- BD - Bangladesh
- BB - Barbados
- BY - Belarus
- BE - Belgium
- BZ - Belize
- BR - Brazil
- BN - Brunei
- BG - Bulgaria
- CM - Cameroon
- CA - Canada
- CN - China
- HR - Croatia
- CY - Cyprus
- CZ - Czechia
- DK - Denmark
- EE - Estonia
- FI - Finland
- FR - France
- DE - Germany
- GH - Ghana
- EL - Greece
- HK - Hong Kong
- HU - Hungary
- IS - Iceland
- IN - India
- ID - Indonesia
- IQ - Iraq
- IE - Ireland
- IT - Italy
- JM - Jamaica
- JP - Japan
- KE - Kenya
- KW - Kuwait
- LV - Latvia
- LT - Lithuania
- LU - Luxembourg
- MY - Malaysia
- MT - Malta
- MX - Mexico
- ME - Montenegro
- NP - Nepal
- NL - Netherlands
- NZ - New Zealand
- NG - Nigeria
- MK - North Macedonia
- NO - Norway
- OM - Oman
- PK - Pakistan
- PG - Papua New Guinea
- PH - Philippines
- PL - Poland
- PT - Portugal
- RO - Romania
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SG - Singapore
- SK - Slovakia
- SI - Slovenia
- ZA - South Africa
- KR - South Korea
- ES - Spain
- LK - Sri Lanka
- SE - Sweden
- CH - Switzerland
- SY - Syria
- TW - Taiwan
- TZ - Tanzania
- TH - Thailand
- BS - The Bahamas
- TR - Turkey
- UG - Uganda
- UA - Ukraine
- AE - United Arab Emirates
- US - United States
- VA - Vatican City
- VN - Vietnam
- ZM - Zambia
Lot value (estimated)
120000000000 GBP Excluding VAT
144000000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
11 June 2026, 00:00AM
Contract end date (estimated)
10 June 2029, 23:59PM
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Participation
Conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Award criteria
Weighting description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. The evaluation model used is PQP. Quality is weighted:
Social Value = 10%
Security - Contract Management = 26%
Security - Continuous Improvement and Innovation = 25%
Security Advisory & Assessment Services - Service Delivery = 39%
Type: quality
Name
Social Value
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Contract Management
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security - Continuous Improvement and Innovation
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: quality
Name
Security Advisory & Assessment Services - Service Delivery
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.
Type: price
Name
Price
Description
You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.