Tender

Civilian Armoured Vehicles Framework

  • FCDO Services

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

Notice identifier: 2025/S 000-078623

Procurement identifier (OCID): ocds-h6vhtk-05ec33 (view related notices)

Published 1 December 2025, 4:18pm



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

This table displays the award criteria of the lot
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

This table displays the award criteria of the lot
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

Region: UKJ12 - Milton Keynes

Organisation type: Public authority - central government