Scope
Reference
XLYPA/004/25FW
Description
FCDO Services is looking to establish a multi Lot Open Framework to to award call off contracts to reputable armourers to build and support civilian armoured vehicles across a number of vehicle platforms.
Commercial tool
Establishes an open framework
Total value (estimated)
- £50,000,000 excluding VAT
- £60,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 4 March 2026 to 3 March 2034
- 8 years
Main procurement category
Goods
CPV classifications
- 34100000 - Motor vehicles
- 34300000 - Parts and accessories for vehicles and their engines
Lot 1. Toyota LC300 Civilian Armoured Vehicles
Description
Lot 1 - manufacture and support of CAV's on the Toyota LC300 platform to a defined PAS 300 standard
Lot value (estimated)
- £35,000,000 excluding VAT
- £42,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Certified Civilian Armoured Vehicles
Description
Civilian Armoured Vehicles in Lot 2 will be certified to the specified standard detailed in a call off ITT. Certification requested will be within scope of PAS, VPAM or equivalent. The base vehicle platform will be detailed in the ITT and may include (but not be limited too) vehicle chassis manufactured by Toyota, Land Rover, Skoda and BMW
Lot value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
3 March 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The Framework will consist of 2 Lots
Lot 1 - manufacture and support of CAV's on the Toyota LC300 platform to a defined PAS 300 standard
Lot 2 - manufacture and support of certified CAV solutions using PAS, VPAM and other industry recognised testing standards
Suppliers can be awarded a place on both or either Lot if successful at tender stage
Call off contracts under the Framework agreement will be awarded either via further competition or direct award
The initial term of the Framework is 3 years with a maximum of 3 suppliers being awarded a place on Lot 1, there is no limit to the number of suppliers who can be awarded a place on Lot 2
The framework will re-open for new entrants to Lot 1 and Lot 2 in March 2029 and March 2032 or if thresholds detailed below are exceeded or expected to be exceeded before the planned re-opening dates
Lot 1 Tender Allocation Rules
If forecast spend for years 4-6 or actual spend in years 1-3 exceeds £15M per year, the maximum number of suppliers for Lot 1 in March 2029 will increase from 3 to 5.
If forecast spend for years 4-6 and actual spend in years 1-3 is ≤ £15M per year, the maximum remains 3.
For March 2032, if forecast spend for years 7-8 and actual spend in years 4-6 is ≤ £15M per year, the maximum remains 3.
If forecast spend for years 7-8 or actual spend in years 4-6 exceeds £15M per year, the maximum may increase (same principle applies).
Lot 2 Tender Allocation Rules
The framework will re-open for new entrants to Lot 2 in March 2029 and March 2032
All Lots
Suppliers already awarded a place on the framework will be required to submit a bid for re-evaluation when the Framework is re-opened for new entrants.
Suppliers can choose to resubmit their original technical and commercial envelope submissions presented at the start of the Framework or can chose to update their responses before evaluation.
Suppliers who do not re-submit a bid when the framework is re-opened will be removed from the next framework agreement
Call off Contract award
For Lot 1 direct award call off contracts can be awarded to the top ranked supplier for contracts up to 5 vehicles in total . All Call off contracts for 6 or more vehicles will be awarded following further competition.
For Lot 2 all call off contacts will be awarded following further competition
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Foreign, Commonwealth and Development Office (FCDO)
Participation
Particular suitability
Lot 1. Toyota LC300 Civilian Armoured Vehicles
Lot 2. Certified Civilian Armoured Vehicles
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
15 December 2025, 12:00pm
Submission type
Tenders
Tender submission deadline
8 January 2026, 2:00pm
Submission address and any special instructions
All tender documentation must be downloaded via the authorities e-procurement portal:
https://fcdo.bravosolution.co.uk/web/login.html
Full details of this procurement found within the following area:
Project: project_12737 - Civilian Armoured Vehicles Framework
pqq_1903 - Civilian Armoured Vehicles Framework XLYPA/004/25FW - Stage 1
Submissions will only be accepted via the e-procurement portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
4 March 2026
Award criteria
Lot 1. Toyota LC300 Civilian Armoured Vehicles
| Name | Type |
|---|---|
| Stage 1 - Conditions of Participation | Quality |
| Stage 2 - Technical | Quality |
| Stage 2 - Commercial | Price |
Weighting description
A successful supplier must be ranked in the top 5 suppliers following evaluation of pass/fail questions as well as scored technical questions in stage 1 to progress to stage 2.
In stage 2 Technical questions will be scored to achieve a technical value. A commercial score will be achieved by applying their submitted rate card to a cost model detailed in the tender documentation. Suppliers will be ranked on their combined scores using PQP (Commercial Score divided by Technical Score).
The top 3...
Lot 2. Certified Civilian Armoured Vehicles
| Name | Type |
|---|---|
| Stage 1 - Conditions of Participation | Quality |
| Stage 2 - Technical | Quality |
| Stage 2 - Commercial | Price |
Weighting description
A successful supplier must score above the minimum requirement in stage 1 to progress to stage 2.
In stage 2 Technical questions will be scored to achieve a technical value. A commercial score will be achieved by applying their submitted rate card to a cost model detailed in the tender documentation. Suppliers will be ranked on their combined scores using PQP (Commercial Score divided by Technical Score).
All compliant suppliers will be awarded a place for initial 3 year period of the Open...
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
Stage 1 - Conditions of Participation. Suppliers must meet the minimum threshold requirement and ranked accordingly to progress to Stage 2 (see the award criteria 1 & 2 in this notice)
The top 5 suppliers bidding for lot 1 are required to complete and comply with a Non-Disclosure Agreement before progressing to stage 2.
In stage 2 Technical questions will be scored to achieve a technical value. A commercial score will be achieved by applying their submitted rate card to a cost model detailed in the tender documentation. Suppliers will be ranked on their combined scores using PQP (Commercial Score divided by Technical Score).
The top 3 ranked suppliers bidding for lot 1 will be awarded a place for initial 3 year period of the Open Framework.
All compliant suppliers bidding for lot 2 will be awarded a place for initial 3 year period of the Open Framework.
Justification for not publishing a preliminary market engagement notice
Preliminary market engagement was conducted with the supply chains in 2024 prior to PA23 going live.
Contracting authority
FCDO Services
- Public Procurement Organisation Number: PXRT-4666-VHHJ
Hanslope Park
Milton Keynes
MK19 7BH
United Kingdom
Email: purchasingenquiries@fcdo.gov.uk
Website: https://www.fcdoservices.gov.uk/
Region: UKJ12 - Milton Keynes
Organisation type: Public authority - central government