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

Facilities Management and Security Services

  • First published: 04 November 2025
  • Last modified: 04 November 2025
  • Record interest

     

  • 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-0503cf
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
04 November 2025
Deadline date:
05 January 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework is for the provision of facilities management and security services to be utilised by Central Government Departments and all other UK Public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be a recommended vehicle for all facilities management and security services required by UK Central Government Departments.

Full notice text

Scope

Procurement reference

RM6378

Procurement description

This framework is for the provision of facilities management and security services to be utilised by Central Government Departments and all other UK Public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be a recommended vehicle for all facilities management and security services required by UK Central Government Departments.

Main category

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

Total value (estimated, excluding VAT)

120000000000 GBP to 1320000000000GBP

Contract dates (estimated)

11 June 2026, 00:00AM to 10 June 2029, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Crown Commercial Service

Identification register:

  • GB-PPON

Address 1: The Capital, Old Hall Street

Town/City: Liverpool

Postcode: L3 9PP

Country: United Kingdom

Website: https://www.gov.uk/ccs

Public Procurement Organisation Number: PBZB-4962-TVLR

NUTS code: UKD72

Email: supplier@crowncommercial.gov.uk

Telephone: +44 3454102222

Organisation type: Public authority - central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Framework

Further information about fees

The Supplier will pay, excluding VAT 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts, with a 0% levy on pass through costs and redundancy costs. This will be for all Lots under RM6378.

Percentage fee charged to suppliers

1.00%

Type of framework

Open

Open framework scheme end date (estimated)

10 June 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

Refer to RM6378 Facilities Management and Security - Customer List for full details of contracting authorities that may use the framework.

Framework operation description

Refer to Framework Schedule 7 for details of the competitive selection processes for the award of contracts under this framework.

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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

Economic

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.

Contract terms and risks

Description of risks to contract performance

Other locations in addition to the 99 listed under Contract Locations may be required at Call-Off.

Submission

Tender submission deadline

05 January 2026, 15:00PM

Enquiry deadline

08 December 2025, 15:00PM

Date of award of contract

11 June 2026, 23:59PM

Submission address and any special instructions

https://crowncommercialservice.bravosolution.co.uk/

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Tender submission deadline

05 January 2026, 15:00PM

Enquiry deadline

08 December 2025, 15:00PM

Date of award of contract

11 June 2026, 23:59PM

Submission address and any special instructions

https://crowncommercialservice.bravosolution.co.uk/

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
75000000 Administration, defence and social security services Defence and security
16000000 Agricultural machinery Technology and Equipment
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
72510000 Computer-related management services Computer-related services
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
34990000 Control, safety, signalling and light equipment Miscellaneous transport equipment and spare parts
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
65300000 Electricity distribution and related services Public utilities
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
85100000 Health services Health and social work services
55000000 Hotel, restaurant and retail trade services Other Services
42000000 Industrial machinery Technology and Equipment
51000000 Installation services (except software) Other Services
65500000 Meter reading service Public utilities
15800000 Miscellaneous food products Food, beverages, tobacco and related products
98000000 Other community, social and personal services Other Services
64100000 Post and courier services Postal and telecommunications services
72224000 Project management consultancy services Systems and technical consultancy services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
70000000 Real estate services Construction and Real Estate
50000000 Repair and maintenance services Other Services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
72212730 Security software development services Programming services of application software
35000000 Security, fire-fighting, police and defence equipment Defence and security
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
85300000 Social work and related services Health and social work services
48000000 Software package and information systems Computer and Related Services
92610000 Sports facilities operation services Sporting services
63700000 Support services for land, water and air transport Supporting and auxiliary transport services; travel agencies services
72250000 System and support services Software programming and consultancy services
60120000 Taxi services Road transport services
71356000 Technical services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
73431000 Test and evaluation of security equipment Test and evaluation
80500000 Training services Education and training services
80600000 Training services in defence and security materials Defence and security
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
65100000 Water distribution and related services Public utilities

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.