Tender

Civilian Armoured Vehicles Framework

FCDO SERVICES

This public procurement record has 4 releases in its history.

TenderUpdate

08 Jan 2026 at 16:42

TenderUpdate

17 Dec 2025 at 16:26

Tender

01 Dec 2025 at 16:18

Planning

01 Dec 2025 at 15:49

Summary of the contracting process

The procurement process led by FCDO Services is focused on establishing a multi-lot open framework for the manufacture and support of civilian armoured vehicles. Located in Milton Keynes, UK, the FCDO seeks reputable armourers who can meet requirements for standards such as PAS and VPAM, with procurement documents accessible via their e-procurement portal. This competitive flexible procedure involves two stages, with an initial framework period of three years starting from 4 March 2026. Key dates include the tender submission deadline on 23 January 2026, while the framework aims to re-open for new entries in 2029 and 2032, subject to financial thresholds.

This tender creates opportunities for businesses involved in the automotive and defence sectors, particularly those experienced in armoured vehicle manufacturing and support services. SMEs and companies set in the UK, EU, or recognised treaty states can leverage this framework for business growth, potentially securing a position on lucrative long-term contracts. Successful bidders will have the chance to contribute to a high-value framework, possibly worth up to £60 million gross, thus benefiting from sustained revenue and an expansion of their business reputation in the public procurement realm.

How relevant is this notice?

Notice Information

Notice Title

Civilian Armoured Vehicles Framework

Notice 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.

Lot Information

Toyota LC300 Civilian Armoured Vehicles

Lot 1 - manufacture and support of CAV's on the Toyota LC300 platform to a defined PAS 300 standard

Certified Civilian Armoured Vehicles

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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ec33
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001616-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34100000 - Motor vehicles

34300000 - Parts and accessories for vehicles and their engines

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20261 weeks ago
Submission Deadline
23 Jan 20263 days to go
Future Notice Date
2 Dec 2025Expired
Award Date
Not specified
Contract Period
4 Mar 2026 - 3 Mar 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
FCDO SERVICES
Contact Name
Not specified
Contact Email
purchasingenquiries@fcdo.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MILTON KEYNES
Postcode
MK19 7BH
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ12 Milton Keynes
Delivery Location
Not specified

Local Authority
Milton Keynes
Electoral Ward
Newport Pagnell North & Hanslope
Westminster Constituency
Milton Keynes North

Further Information

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-05ec33-2026-01-08T16:42:58Z",
    "date": "2026-01-08T16:42:58Z",
    "ocid": "ocds-h6vhtk-05ec33",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "078596-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078596-2025",
                "datePublished": "2025-12-01T15:49:05Z",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "Preliminary market engagement was conducted with the supply chains in 2024 prior to PA23 going live."
    },
    "parties": [
        {
            "id": "GB-PPON-PXRT-4666-VHHJ",
            "name": "FCDO Services",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRT-4666-VHHJ"
            },
            "address": {
                "streetAddress": "Hanslope Park",
                "locality": "Milton Keynes",
                "postalCode": "MK19 7BH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ12"
            },
            "contactPoint": {
                "email": "purchasingenquiries@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.fcdoservices.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRT-4666-VHHJ",
        "name": "FCDO Services"
    },
    "tender": {
        "id": "XLYPA/004/25FW",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Civilian Armoured Vehicles Framework",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34100000",
                        "description": "Motor vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34300000",
                        "description": "Parts and accessories for vehicles and their engines"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34100000",
                        "description": "Motor vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34300000",
                        "description": "Parts and accessories for vehicles and their engines"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 60000000,
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Foreign, Commonwealth and Development Office (FCDO)",
                "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 PS15M 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 <= PS15M per year, the maximum remains 3. For March 2032, if forecast spend for years 7-8 and actual spend in years 4-6 is <= PS15M per year, the maximum remains 3. If forecast spend for years 7-8 or actual spend in years 4-6 exceeds PS15M 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",
                "openFrameworkSchemeEndDate": "2034-03-03T23:59:59Z"
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-04T00:00:00Z",
                    "endDate": "2034-03-03T23:59:59Z"
                },
                "status": "active",
                "title": "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",
                "value": {
                    "amountGross": 42000000,
                    "amount": 35000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 ranked suppliers will be awarded a place for initial 3 year period of the Open Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "For operational and resource reasons to participate in this procurement process, suppliers must be: Established in the United Kingdom, or Established in a member state of the European Union, or Recognised as a \"treaty state supplier\" under Schedule 9 of the UK Procurement Act 2023, meaning the supplier is located in a country with a qualifying trade agreement with the UK."
                        },
                        {
                            "type": "economic",
                            "description": "For operational and resource reasons to participate in this procurement process, suppliers must be: Established in the United Kingdom, or Established in a member state of the European Union, or Recognised as a \"treaty state supplier\" under Schedule 9 of the UK Procurement Act 2023, meaning the supplier is located in a country with a qualifying trade agreement with the UK."
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "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",
                "status": "active",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Conditions of Participation"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Technical"
                        },
                        {
                            "type": "price",
                            "name": "Stage 2 - Commercial"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-04T00:00:00Z",
                    "endDate": "2034-03-03T23:59:59Z"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "For operational and resource reasons to participate in this procurement process, suppliers must be: Established in the United Kingdom, or Established in a member state of the European Union, or Recognised as a \"treaty state supplier\" under Schedule 9 of the UK Procurement Act 2023, meaning the supplier is located in a country with a qualifying trade agreement with the UK."
                        },
                        {
                            "type": "economic",
                            "description": "For operational and resource reasons to participate in this procurement process, suppliers must be: Established in the United Kingdom, or Established in a member state of the European Union, or Recognised as a \"treaty state supplier\" under Schedule 9 of the UK Procurement Act 2023, meaning the supplier is located in a country with a qualifying trade agreement with the UK."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-02T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procedure": {
            "features": "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."
        },
        "submissionMethodDetails": "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.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-23T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-01-15T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-04T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "078623-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078623-2025",
                "datePublished": "2025-12-01T16:18:45Z",
                "format": "text/html"
            },
            {
                "id": "084035-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084035-2025",
                "datePublished": "2025-12-17T16:26:14Z",
                "format": "text/html"
            },
            {
                "id": "001616-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001616-2026",
                "datePublished": "2026-01-08T16:42:58Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "084035-2025",
                "description": "Changes made to legal requirement - Conditions of participation excluding any suppliers outside of the UK, EU or not a treaty state supplier. Submission date extended by 7 working days providing supplier additional time to consider their response following changes to the Conditions of Participation."
            },
            {
                "id": "001616-2026",
                "description": "Deadline for bid submissions extended to 23/01/26 Deadline for clarification questions extended to 15/01/26"
            }
        ]
    },
    "language": "en"
}