Tender

Facilities Management and Security Services

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-070492

Procurement identifier (OCID): ocds-h6vhtk-0503cf (view related notices)

Published 3 November 2025, 2:27pm



Scope

Reference

RM6378

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.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 11 June 2026 to 10 June 2029
  • 3 years

Main procurement category

Services

Contract locations

  • 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

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1a (was 1). Total Facilities Management £0-£2m average annual contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 1b. Total Facilities Management £2m-£15m annual average contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 1c. Total Facilities Management £15m+ annual average contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2a. Hard Facilities Management £0-£2m annual average contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2b. Hard Facilities Management £2m+ annual average contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3a. Soft Facilities Management £0-£2m annual average contract value

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

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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 - 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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3b. Soft Facilities Management £2m+ annual average contract value

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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 - 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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4a. Total Security Services

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4b. Security Officer Services

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4c. Physical and Electronic Security Systems and Services

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot Lot 4d. Security advisory and assessment services

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.

Lot value (estimated)

  • £120,000,000,000 excluding VAT
  • £144,000,000,000 including VAT

Framework lot values may be shared with other lots

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

10 June 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

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.

Framework operation description

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

Award method when using the framework

Either with or without 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.


Participation

Legal and financial capacity conditions of participation

Lot 1a (was 1). Total Facilities Management £0-£2m average annual contract value

Lot 1b. Total Facilities Management £2m-£15m annual average contract value

Lot 1c. Total Facilities Management £15m+ annual average contract value

Lot 2a. Hard Facilities Management £0-£2m annual average contract value

Lot 2b. Hard Facilities Management £2m+ annual average contract value

Lot 3a. Soft Facilities Management £0-£2m annual average contract value

Lot 3b. Soft Facilities Management £2m+ annual average contract value

Lot 4a. Total Security Services

Lot 4b. Security Officer Services

Lot 4c. Physical and Electronic Security Systems and Services

Lot Lot 4d. Security advisory and assessment services

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.

Technical ability conditions of participation

Lot 1a (was 1). Total Facilities Management £0-£2m average annual contract value

Lot 1b. Total Facilities Management £2m-£15m annual average contract value

Lot 1c. Total Facilities Management £15m+ annual average contract value

Lot 2a. Hard Facilities Management £0-£2m annual average contract value

Lot 2b. Hard Facilities Management £2m+ annual average contract value

Lot 3a. Soft Facilities Management £0-£2m annual average contract value

Lot 3b. Soft Facilities Management £2m+ annual average contract value

Lot 4a. Total Security Services

Lot 4b. Security Officer Services

Lot 4c. Physical and Electronic Security Systems and Services

Lot Lot 4d. Security advisory and assessment services

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.

Particular suitability

Lot 1a (was 1). Total Facilities Management £0-£2m average annual contract value

Lot 1b. Total Facilities Management £2m-£15m annual average contract value

Lot 1c. Total Facilities Management £15m+ annual average contract value

Lot 2a. Hard Facilities Management £0-£2m annual average contract value

Lot 2b. Hard Facilities Management £2m+ annual average contract value

Lot 3a. Soft Facilities Management £0-£2m annual average contract value

Lot 3b. Soft Facilities Management £2m+ annual average contract value

Lot 4a. Total Security Services

Lot 4b. Security Officer Services

Lot 4c. Physical and Electronic Security Systems and Services

Lot Lot 4d. Security advisory and assessment services

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

8 December 2025, 3:00pm

Tender submission deadline

5 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

11 June 2026


Award criteria

Lot 1a (was 1). Total Facilities Management £0-£2m average annual contract value

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality
FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 1b. Total Facilities Management £2m-£15m annual average contract value

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 1c. Total Facilities Management £15m+ annual average contract value

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 2a. Hard Facilities Management £0-£2m annual average contract value

Lot 2b. Hard Facilities Management £2m+ annual average contract value

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Hard FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 3a. Soft Facilities Management £0-£2m annual average contract value

Lot 3b. Soft Facilities Management £2m+ annual average contract value

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Soft FM Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 4a. Total Security Services

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security Officer Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Physical and Electronic Security Systems & Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security Advisory & Assessment Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 4b. Security Officer Services

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security Officer Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot 4c. Physical and Electronic Security Systems and Services

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Physical and Electronic Security Systems & Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%

Lot Lot 4d. Security advisory and assessment services

This table displays the award criteria of the lot
Name Description Type
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Contract Management

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security - Continuous Improvement and Innovation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Security Advisory & Assessment Services - Service Delivery

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Price

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%


Other information

Description of risks to contract performance

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

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

RM6378 Facilities Management and Security Services Customer list PA2023.docx

Customer List


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

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

Region: UKD72 - Liverpool

Organisation type: Public authority - central government