Planning

USVF Hard FM Services - National

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

03 May 2025 at 13:37

Summary of the contracting process

The Ministry of Defence is planning a procurement process for the USVF Hard FM Services - National, which falls under the repair and maintenance services industry category. The process is in the planning stage as of 3rd May 2025, with a virtual soft market engagement event scheduled for 20th May 2025 at 10am. Interested suppliers should confirm their participation by 5pm on 16th May 2025. The procurement will be conducted via the Crown Commercial Service's RM6264 Facilities Management and Workplace Services Dynamic Purchasing System (DPS), and applications need to be submitted by 30th June 2025. This procurement will cover various locations in the UK, including RAF bases such as Lakenheath, Mildenhall, Croughton, Fairford, Alconbury, and Menwith Hill.

This tender presents significant opportunities for businesses in the facilities management and repair services sector to expand their operations by participating in substantial maintenance and repair contracts with the Ministry of Defence. Companies possessing the necessary industry accreditations, comprehensive insurance coverage, and security clearances would be well-suited to compete. This is especially relevant for businesses with experience in handling large-scale service contracts within secure environments. The limited number of contracts and extensive requirements highlight the need for specialised providers capable of delivering high-quality services across a diverse range of facility types.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

USVF Hard FM Services - National

Notice Description

The current United States Visiting Forces (USVF) Facility Management contracts (BMC 2.0) are due to expire in November 2027, which provides an excellent upcoming opportunity to work on the USVF estate across the UK. The intention is to let two contracts for the delivery of maintenance, repairs and additional works with the first (national) contract covering RAF Lakenheath, RAF Mildenhall, RAF Croughton, RAF Fairford, RAF Alconbury and various satellite sub-bases, and a separate contract for RAF Menwith Hill. DIO would like to make suppliers aware that you will be required to hold the following levels of insurances, accreditations and security clearances, as well as completing an RFI at a later date, in order to be eligible for this opportunity: Airside Third Party Liability Insurance - PS50 million Employer Liability - PS5 million Professional Indemnity - PS5 million Third Party Public and Products Liability - PS50 million ISO9001 and ISO14001 (confirmed). ISO27001 and ISO45001 Security Clearance - TBC - Various levels of security clearance from BPSS upwards to SC DIO intend to hold a virtual soft market engagement event on 10am, 20th May 2025 in order to provide suppliers with a greater understanding of their requirements. There is a limit of four people per organisation. If you would like to attend this event please provide the names and email addresses of the staff who will be attending to: fmsupport@crowncommercial.gov.uk, by no later than 5pm, 16th May 2025. Notwithstanding your ability to attend the pre-market engagement event, DIO would still like to understand the level of interest in these opportunities. If you are interested then please provide an email to fmsupport@crowncommercial.gov.uk by no later than 5pm, 16th May 2025. Please state if you would be interested in National, Menwith Hill or Both. DIO would like suppliers to be aware that failure to attend this event will not result in exclusion from the competition. Further details, including an agenda and timings will be provided following the EOI closure date. DIO will be using CCS' RM6264 Facilities Management and Workplace Services DPS for this procurement. https://www.crowncommercial.gov.uk/agreements/RM6264 Details of how to onboard onto the Crown Commercial Service Dynamic Purchasing System are provided below in section. II.2.4 . Deadline to submit applications to onboard onto the DPS should be complete by 30th June 2025. Please note, that this process is supplier driven, and if these steps are not complete prior to the deadline noted above, there is no guarantee you will be appointed in time for the opportunity.

Lot Information

Lot 1

DIO will be using CCS' RM6264 Facilities Management and Workplace Services DPS for this procurement. https://www.crowncommercial.gov.uk/agreements/RM6264 How to onboard FM DPS: 1- follow the link to the FM DPS - on the left-hand side, select the box for 'facilities management' and once selected, the Facilities management and Workplace services DPS will be an option 2- ensure you are looking at Facilities management and workplace services DPS and scroll down to select 'access as a supplier' 3- create a log in when prompted and trying to log in 4- once logged in, it should take you through to the selection questionnaire, this needs to be completed, and then you will begin to complete the second questionnaire (DPSQ). 5- as part of this questionnaire, you will need to upload your insurances (employers, public liability, professional indemnity and cyber essentials) and also the financial viability risk assessment. (This can be found in the bid pack accessible from the first step linked above, and it is within the bid pack folder, named 'attachment 3a financial viability risk assessment') 6- once this is completed, your application will be assessed to be appointed on the DPS. Please note there is a 10-working day SLA period to be assessed, without any additional push backs for any further information, so we would advise you begin the onboarding process as soon as possible. This can be longer if there are multiple requests for additional information. Another thing to note- If you have selected the PS500,001+ , you will be required to submit a carbon reduction plan too as part of your onboarding process. Please also be aware that selection questionnaires (first questionnaire) cannot be amended, so ensure all details are correct before moving on. If there are elements to the application that are incorrect, your application will be pushed back to require additional information. In your second questionnaire, you will need to select the services you can deliver in deliverable locations (NUTS2 regions), with contract values etc. Please ensure if you are interested in this opportunity you select the filters shown in the additional information field to ensure you are pulled through the shortlist.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050cbc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018938-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 May 20259 months ago
Submission Deadline
Not specified
Future Notice Date
5 May 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
diocomrcl-usfm-repfmbmc3@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HUNTINGDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLF24 West Northamptonshire, TLH12 Cambridgeshire CC, TLH14 Suffolk CC, TLJ11 Berkshire, TLK13 Gloucestershire CC

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050cbc-2025-05-03T14:37:46+01:00",
    "date": "2025-05-03T14:37:46+01:00",
    "ocid": "ocds-h6vhtk-050cbc",
    "description": "In your second questionnaire, you will need to select the services you can deliver in deliverable locations (NUTS2 regions), with contract values etc. Please ensure if you are interested in this opportunity you select the following filters on the DPS onboarding to ensure you are pulled through the shortlist. Services- Accommodation Compliance Services, Accommodation Maintenance Services, Accommodation Stores Service, Customer Service Centre, Emergency Accommodation, Future Accommodation Model (FAM), Housing Stock Management, Property Maintenance Support Desk Services, Special Need Or Disability Adaptions, Third Party Claims, Helpdesk Services, Tree Surgery (Arboriculture), Audio Visual (AV) equipment maintenance, Automated barrier control systems maintenance, Building Management System (BMS) maintenance, Catering equipment maintenance, Environmental cleaning service, Fire detection and firefighting systems maintenance, High Voltage (HV) and switchgear maintenance, Internal and external building fabric maintenance, Lifts, hoists and conveyance systems maintenance, Locksmith Services, Mail room equipment maintenance, Mechanical and Electrical Engineering Maintenance, Reactive maintenance services, Security, access and intruder systems maintenance, Specialist maintenance Services, Standby power system maintenance, Ventilation and air conditioning systems maintenance, Voice announcement system maintenance, Cable management, Portable washroom solutions, Repairperson Services, Signage, Smart FM Solutions and CAFM - TFM & Hard FM Requirements, Asbestos Management, Building Information Modelling (BIM) and Government Soft Landings (GSL), Condition surveys, Electrical Testing, Energy Performance Certificates (EPCs), Fire Risk Assessments, Miscellaneous Surveys, Audits and Testing Services, Permit to Work (PtW), Portable Appliance Testing (PAT), Radon Testing Services, Statutory Inspections, Water hygiene maintenance Building type- Animal Facilities, Call Centre Operations, Custodial Facilities, Data Centre Operations, Educational Establishments, Fire and Police Stations, Fitness / Training Establishments, Garages, General office, Heritage Buildings, Laboratory, List X Property, Nursery and Care Homes, Parks, grounds and car parks, Port and Airport buildings, Production Facilities, Restaurant and Catering Facilities, Void / Mothballed / Vacant / Disposal, Warehouses, Workshops, Other. Location- Berkshire, Cambridgeshire CC, Suffolk, Gloucestershire, West Northamptonshire",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-050cbc",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "USVF Hard FM Services - National",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "The current United States Visiting Forces (USVF) Facility Management contracts (BMC 2.0) are due to expire in November 2027, which provides an excellent upcoming opportunity to work on the USVF estate across the UK. The intention is to let two contracts for the delivery of maintenance, repairs and additional works with the first (national) contract covering RAF Lakenheath, RAF Mildenhall, RAF Croughton, RAF Fairford, RAF Alconbury and various satellite sub-bases, and a separate contract for RAF Menwith Hill. DIO would like to make suppliers aware that you will be required to hold the following levels of insurances, accreditations and security clearances, as well as completing an RFI at a later date, in order to be eligible for this opportunity: Airside Third Party Liability Insurance - PS50 million Employer Liability - PS5 million Professional Indemnity - PS5 million Third Party Public and Products Liability - PS50 million ISO9001 and ISO14001 (confirmed). ISO27001 and ISO45001 Security Clearance - TBC - Various levels of security clearance from BPSS upwards to SC DIO intend to hold a virtual soft market engagement event on 10am, 20th May 2025 in order to provide suppliers with a greater understanding of their requirements. There is a limit of four people per organisation. If you would like to attend this event please provide the names and email addresses of the staff who will be attending to: fmsupport@crowncommercial.gov.uk, by no later than 5pm, 16th May 2025. Notwithstanding your ability to attend the pre-market engagement event, DIO would still like to understand the level of interest in these opportunities. If you are interested then please provide an email to fmsupport@crowncommercial.gov.uk by no later than 5pm, 16th May 2025. Please state if you would be interested in National, Menwith Hill or Both. DIO would like suppliers to be aware that failure to attend this event will not result in exclusion from the competition. Further details, including an agenda and timings will be provided following the EOI closure date. DIO will be using CCS' RM6264 Facilities Management and Workplace Services DPS for this procurement. https://www.crowncommercial.gov.uk/agreements/RM6264 Details of how to onboard onto the Crown Commercial Service Dynamic Purchasing System are provided below in section. II.2.4 . Deadline to submit applications to onboard onto the DPS should be complete by 30th June 2025. Please note, that this process is supplier driven, and if these steps are not complete prior to the deadline noted above, there is no guarantee you will be appointed in time for the opportunity.",
        "lots": [
            {
                "id": "1",
                "description": "DIO will be using CCS' RM6264 Facilities Management and Workplace Services DPS for this procurement. https://www.crowncommercial.gov.uk/agreements/RM6264 How to onboard FM DPS: 1- follow the link to the FM DPS - on the left-hand side, select the box for 'facilities management' and once selected, the Facilities management and Workplace services DPS will be an option 2- ensure you are looking at Facilities management and workplace services DPS and scroll down to select 'access as a supplier' 3- create a log in when prompted and trying to log in 4- once logged in, it should take you through to the selection questionnaire, this needs to be completed, and then you will begin to complete the second questionnaire (DPSQ). 5- as part of this questionnaire, you will need to upload your insurances (employers, public liability, professional indemnity and cyber essentials) and also the financial viability risk assessment. (This can be found in the bid pack accessible from the first step linked above, and it is within the bid pack folder, named 'attachment 3a financial viability risk assessment') 6- once this is completed, your application will be assessed to be appointed on the DPS. Please note there is a 10-working day SLA period to be assessed, without any additional push backs for any further information, so we would advise you begin the onboarding process as soon as possible. This can be longer if there are multiple requests for additional information. Another thing to note- If you have selected the PS500,001+ , you will be required to submit a carbon reduction plan too as part of your onboarding process. Please also be aware that selection questionnaires (first questionnaire) cannot be amended, so ensure all details are correct before moving on. If there are elements to the application that are incorrect, your application will be pushed back to require additional information. In your second questionnaire, you will need to select the services you can deliver in deliverable locations (NUTS2 regions), with contract values etc. Please ensure if you are interested in this opportunity you select the filters shown in the additional information field to ensure you are pulled through the shortlist.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF24"
                    },
                    {
                        "region": "UKH12"
                    },
                    {
                        "region": "UKH14"
                    },
                    {
                        "region": "UKJ11"
                    },
                    {
                        "region": "UKK13"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-06T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-78153",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Huntingdon",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "DIOComrcl-USFM-RepFMBMC3@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-78153",
        "name": "Ministry of Defence"
    },
    "language": "en"
}