
Would you like to receive update from CareSync Experts?
Summary, notice description and lot information
The Crown Commercial Service (CCS) is currently managing a procurement tender for the provision of Facilities Management and Security Services, targeting Central Government Departments and various UK public sector bodies. Officially titled "Facilities Management and Security Services," this project was initiated on 3rd November 2025. The procurement process is currently at the tender stage, with the framework anticipated to be an open agreement.
This particular tender is broad in scope, covering a wide range of services including electrical machinery, transport equipment, and security services, among others, under CPV codes ranging from 15800000 to 98000000. The planned contract period begins on 11th June 2026 and ends on 10th June 2034. Suppliers are expected to submit their proposals by 5th January 2026, with business opportunities available in locations across the UK, and internationally in countries like the United States, Canada, and Australia.
This tender offers a robust opportunity for companies to enhance their business prospects, especially those specializing in facilities management, security services, and various associated industries. Considering its extensive lotting structure, it appeals to varied business sizes, including SMEs and VCSEs, eager to expand their government contract portfolios. The estimated value of the framework is approximately £120 billion, highlighting substantial financial opportunities for successful bidders.
Companies with expertise in technical services, construction, and environmental services, among other areas, are well-positioned to compete, as these sectors align with the tender's widespread classifications. The open procurement procedure further broadens access, allowing diverse businesses to partake in this expansive framework initiative designed by the CCS.
Lot 1a is for Total Facilities Management with an estimated average annual contract value of PS0 to PS2 million or for contracts where an unsuccessful competition has been run on a service specific lot of an equal or lower value For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 1b is for Total Facilities Management with an estimated average annual contract value of PS2 million to PS15 million or for contracts where an unsuccessful competition has been run on a lower value or service specific lot of an equal or lower value For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 1c is for Total Facilities Management with an estimated average annual contract value of over PS15 million or for contracts where an unsuccessful competition has been run on a lower value or service specific lot For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 2a is for Hard Facilities Management with an estimated PS0-PS2m average annual contract value. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 2b is for Hard Facilities Management with an estimated average annual contract value of over PS2 million or for contracts where an unsuccessful competition has been run on a lower value specific lot. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 3a is for Soft Facilities Management with an estimated PS0-PS2m average annual contract value For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions
Lot 3b is for Soft Facilities Management with an estimated average annual contract value of over PS2 million or for contracts where an unsuccessful competition has been run on a lower value specific lot For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 4a is for the delivery of Total Security Services or for contracts where an unsuccessful competition has been run on a service specific lot. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 4b is for delivery of Security officer Services. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 4c is for delivery of Physical and Electronic Security Systems and Services. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Lot 4d is for delivery of Security Advisory and Assessment Services. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Notice type, method, and CPV codes
Financial information and value estimates
The contract period is three years.
Publication, submission, and award timeline
Current status of tender, lots, awards, and contracts
Buyer organisation and contact details
Supplier who was awarded this contract
External resources and data downloads
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector.
Our expert team can help you prepare a winning bid. Get professional support from CareSync Experts.
Get in touch with our team at Care Sync Experts today for a consultation.
Email: hello@caresyncexperts.co.uk
Phone: 0333 577 0877
Contact Us