3 March 2026: This agreement will expire on 30 April 2026.
Security - Physical, Technical and Support Services
Access security services across the UK. Suppliers provide services across 40 UK regions as defined by the Nomenclature of Territorial Statistics (NUTS). Suppliers may have opportunities to provide services internationally.
Products and services available include:
- guarding services such as, static and mobile patrolling and manning of receptions
- dealing with visitors and monitoring video surveillance systems
- installation and maintenance of security systems, for example alarms, perimeter fencing and locks
- consultancy services
- risk and security assessments
There are eleven groups of related services, or ‘work packages’ which are provided across four lots. You can buy more than one work package if needed. The work packages are:
- A: Contract Management and Mobilisation
- B: Guarding Services
- C: Physical and Technical Security Services
- D: Maintenance of security systems
- E: Alarmed Response Centre
- F: Helpdesk Services
- G: Consultancy Services
- H: Risk Assessment
- I: Security Assessment
- J: Security awareness/training
- K: Management of Billable Works
If you are a consultant working on behalf of a public sector organisation you must sign a non-disclosure agreement. The organisation you are working for must also complete a consultant approval form. You can find these documents in the document section below. Once completed you can send the documents to us by email.
- value for money: all suppliers have been selected based on quality and price
- security services you can trust: all suppliers have experience in the security sector and it is mandatory for them to comply with the National Protective Security Authority (which replaced the Centre for the Protection of National Infrastructure) guide
- provides a simple route for you to access a range of security suppliers through either a further competition or direct award
- flexible, clear terms and conditions including the simplified Public Sector Contract which means you can select contract schedules according to your needs
- access expert knowledge and support: our experienced team will offer both technical and commercial support to your procurement
- social value: you can ask suppliers to change their offer to match your social value priorities at call-off
- fully compliant with social value Procurement Policy Notes (PPNs)
- suppliers have submitted a Carbon Reduction Plan (CRP) to gain a place on this agreement, they will then need to resubmit annually in line with PPN 06/21
- we manage and monitor the financial standing of suppliers on our framework in line with the sourcing playbook so you do not have to
There are 37 suppliers on this agreement
- Lot 1: Total Security
-
Expires:
- Lot 2: Guarding Services
-
Expires:
- Lot 3: Physical & Technical Services
-
Expires:
- Lot 4: Additional Services
-
Expires:
You can buy through further competition or direct award.
Further competition
- Complete and return the customer user agreement (CUA) form which can be found in the documents section of this page, quoting ‘RM6257 CUA’ in the subject line of the email.
- Your completed CUA will allow us to provide you with a shortlist of suitable suppliers. You can then invite these suppliers to a call-off procedure through the appropriate lot based on your needs.
- You can access all relevant documents including the bid pack, in the document section of the website.
Direct Award
- Complete and return the customer user agreement (CUA) form which can be found in the documents section of this page, quoting ‘RM6257 CUA and direct award bid pack request’ in the subject line of the email.
- Your completed CUA will allow us to provide you with a shortlist of suitable suppliers. You will also be sent a direct award bid pack. Access to all other documents can be found in the document section of the website.
Once we have received your customer user agreement you may also request access to the rates. If you would like access to the rates, please email our team quoting ‘RM6257 Rates’ in the subject line of the email.
If you have any questions, send us an email. You must include ‘RM6257’ in the subject line of your email and a member of the team will get in touch.
- RM6257 Core terms v3.0.11
- RM6257 Customer user agreement v7.0
- RM6257 Attachment 1 about the procurement v6.0
- RM6257 Attachment 2 how to bid including evaluation criteria v8.0
- RM6257 Attachment 3 specification 3.0
- RM6257 Attachment 3 annex A deliverables matrix (lot 1) v2.0
- RM6257 Attachment 3 annex A deliverables matrix (lot 2) v2.0
- RM6257 Attachment 3 annex A deliverables matrix (lot 3) v2.0
- RM6257 Attachment 3 annex A deliverables matrix (lot 4) v2.0
- RM6257 Attachment 3 annex B KPI pay mech model with sample data v3.0
- RM6257 Attachment 3 annex B KPI pay mech model with no data v3.0
- RM6257 Attachment 3 annex C cyber essentials plus optional-v1.0
- RM6257 Attachment 4 lot 1 security pricing matrix v3.0
- RM6257 Attachment 4 lot 2 security pricing matrix v3.0
- RM6257 Attachment 4 lot 3 security pricing matrix v3.0
- RM6257 Attachment 4 lot 4 security pricing matrix v3.0
- RM6257 Attachment 5 order form v2.0
- RM6257 Attachment 6 TUPE information capture template v.1.0
- RM6257 Attachment 7 pricing matrix buyers guidance Lots 1, 2 and 3 v1.0
- RM6257 Attachment 7 pricing matrix buyers guidance Lot 4 v1.0
- RM6257 Attachment 7 pricing matrix bidders guidance lots 1, 2 and 3 v1.0
- RM6257 Attachment 7 pricing matrix bidders guidance lot 4 v1.0
- RM6257 Attachment 8 further competition master clarification Log 1.0
- RM6257 Call-Off schedule 1 (transparency reports) v1.0
- RM6257 Call-Off schedule 2 (staff transfer) v1.0
- RM6257 Call-Off schedule 3 (continuous improvement) v1.0
- RM6257 Call-Off schedule 4 (call-off tender) v1.0
- RM6257 Call-off schedule 5 pricing details v2.0
- RM6257 Call-Off Schedule 6 (ICT Services) v1.0
- RM6257 Call-off schedule 7 (key supplier staff) v1.0
- RM6257 Call-off schedule 8 (business continuity and disaster recovery) v1.0
- RM6257 Call-off schedule 9 (security) v1.0
- RM6257 Call-off schedule 10 (exit management) v2.0
- RM6257 Call-off schedule 11 (installation works) v1.0
- RM6257 Call-off schedule 12 (clustering) v1.0
- RM6257 Call-off schedule 13 mobilisation plan and testing v2.0
- RM6257 Call-off schedule 14 key performance indicators v3.0
- RM6257 Call-off schedule 15 (call-off contract management) v1.0
- RM6257 Call-off schedule 16 (benchmarking) v1.0
- RM6257 Call-off schedule 17 (MOD Terms) v1.0
- RM6257 Call-off schedule 18 (background checks) v2.0
- RM6257 Call-off schedule 19 (Scottish law) v1.0
- RM6257 Call-off schedule 20 (specification) v.1.0
- RM6257 Call-off schedule 21 (Northern Ireland law) v.1.0
- RM6257 Call-off schedule 22 (lease terms) v.1.0
- RM6257 Call-off schedule 23 (HMRC terms) v1.0
- RM6257 Call-off schedule 24 (supplier furnished terms) v1.0
- RM6257 Call-off schedule 25 (billable works and projects) v1.0
- RM6257 Call-off schedule 26 (buyer remedies for default and step in rights) v1.0
- RM6257 Call-off schedule 27 (accessed contracts and construction contracts) v1.0
- RM6257 Call-off schedule 28 TUPE surcharge v2.0
- RM6257 Call-off schedule 29 redundancy surcharge v2.0
- RM6257 Call-off schedule 30 (collateral warranty agreements) v1.0
- RM6257 Call-off schedule 31 (performance bond) v1.0
- RM6257 Call-off schedule 32 (consortium bids) v1.0
- RM6257 Joint schedule 1 definitions v2.0
- RM6257 Joint schedule 2 (variation form) v1.0
- RM6257 Joint schedule 3 (insurance requirements) v1.0
- RM6257 Joint schedule 4 (commercially sensitive information) v1.0
- RM6257 Joint schedule 5 corporate social responsibility v2.0
- RM6257 Joint schedule 6 (key subcontractors) v1.0
- RM6257 Joint schedule 7 financial difficulties v2.0
- RM6257 Joint Schedule 8 (Guarantee for PSC) v2.0
- RM6257 Joint schedule 9 (minimum standards of reliability) v1.0
- RM6257 Joint Schedule 10 (Rectification Plan) v.1.0
- RM6257 Joint Schedule 11 (Processing Data) v1.0
- RM6257 Joint schedule 12 (supply chain visibility) v1.0
- RM6257 Framework schedule 1 specification v2.0
- RM6257 Framework schedule 2 (framework tender) v.1.0
- RM6257 Framework schedule 3 (framework prices) v.2.0
- RM6257 Framework schedule 4 framework management v2.0
- RM6257 Framework schedule 5 (management charges and information) v1.0
- RM6257 Framework schedule 6 order form template and call-off schedules v2.0
- RM6257 Framework schedule 7 call-off award procedure v3.0
- RM6257 Framework schedule 8 (self audit certificate) v1.0
- RM6257 Framework schedule 9 (Cyber Essentials scheme) v1.0
- RM6257 Lot 1 supplier brief template v1.0
- RM6257 Lot 2 supplier brief template v1.0
- RM6257 Lot 3 supplier brief template v1.0
- RM6257 Lot 4 supplier brief template v1.0
- RM6257- KPI_Paymech Model Instructions & Information including FAQ's-v3.0
- RM6257 Public sector contract terms and conditions guidance v2.0
- RM6257 Contract award notification form v3.0
- RM6257 Consultant Approval Form v1.0