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 VehiclesCivilian 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/078623-2025
- 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
- 1 Dec 20253 days ago
- Submission Deadline
- 8 Jan 20262 months 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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078623-2025
1st December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078596-2025
1st December 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05ec33-2025-12-01T16:18:45Z",
"date": "2025-12-01T16:18:45Z",
"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"
}
]
}
},
{
"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"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-04T00:00:00Z",
"endDate": "2034-03-03T23:59:59Z"
}
}
],
"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": "2026-01-08T14:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-12-15T12:00:00Z"
},
"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"
}
]
},
"language": "en"
}