Award

DHSC Lampard Inquiry Audio Visual Services

DEPARTMENT OF HEALTH & SOCIAL CARE

This public procurement record has 5 releases in its history.

TenderUpdate

08 Aug 2025 at 12:26

TenderUpdate

01 Aug 2025 at 11:06

TenderUpdate

18 Jun 2025 at 12:47

Award

05 Aug 2024 at 10:23

Tender

28 Jan 2021 at 22:56

Summary of the contracting process

The Department of Health and Social Care (DHSC) is overseeing a contracting process for audio-visual services for the Lampard Inquiry, aimed at facilitating transparent public hearings through 2026. The procurement falls under the services category and is classified as teleconferencing services. Based in London, the contracting process was initiated under the tender stage and later completed with an awarding of contract. The contract, procured via the Dynamic Purchasing System RM6225 - Audio Visual Technical Consultancy & Commissioning, spans an initial term of 24 months with a possible 12-month extension. Key changes in the contract term were documented as of 8th August 2025, and the awarding process was concluded on 2nd August 2024.

This tender provides significant opportunities for businesses in the audio-visual sector, particularly those specialising in teleconferencing and public broadcasting services. The process was open to suppliers through a mini-competition structure under the designated DPS, offering a selective but impactful entry into government procurement. Companies that can provide comprehensive AV solutions for live streaming, stenography, and electronic presentation will find this contract beneficial for business growth. The involvement of Crown Commercial Service underlines the strategic nature of this procurement, making it a suitable opportunity for SMEs looking to enhance their portfolio in public sector contracts.

How relevant is this notice?

Notice Information

Notice Title

DHSC Lampard Inquiry Audio Visual Services

Notice Description

Audio Visual (AV) services are required for The Lampard Inquiry, allowing accessible and transparent public hearings. This case covers all public hearings over the course of the The Lampard Inquiry to be held between 2024 and 2026.

Lot Information

Lot 1

The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry.

This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.

Initial Contract Term: 12 months

Extension: The contract may be extended for a maximum duration of 12 months. Additional information: Call off contract - DPS number RM6225 - Audio Visual Technical Consultancy & Commissioning

Options: 12 month optional extension

Renewal: Initial term of 36 months, with an option to extend for a period of up to 12 months.

Procurement Information

The contract has been procured via a mini-competition using the DPS RM6225 Audio Visual Technical Consultancy & Commissioning

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028e4f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/047262-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

64 - Postal and telecommunications services


CPV Codes

32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus

32321200 - Audio-visual equipment

64224000 - Teleconferencing services

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,038,180 £1M-£10M

Notice Dates

Publication Date
8 Aug 20254 months ago
Submission Deadline
28 Feb 2025Expired
Future Notice Date
Not specified
Award Date
1 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH & SOCIAL CARE
Additional Buyers

DEPARTMENT OF HEALTH AND SOCIAL CARE

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Contact Name
ccsinbox@dhsc.gov.uk
Contact Email
ccsinbox@dhsc.gov.uk, supplier@crowncommercial.gov.uk
Contact Phone
+44 3150103503, +44 3454102222

Buyer Location

Locality
LIVERPOOL
Postcode
L 39P
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI32 Westminster

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

RADIO TECHNICAL SERVICES

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-028e4f-2025-08-08T13:26:55+01:00",
    "date": "2025-08-08T13:26:55+01:00",
    "ocid": "ocds-h6vhtk-028e4f",
    "description": "The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") may apply at the call for competition. It is the supplier's responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-028e4f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DHSC Lampard Inquiry Audio Visual Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "64224000",
            "description": "Teleconferencing services"
        },
        "mainProcurementCategory": "services",
        "description": "Audio Visual (AV) services are required for The Lampard Inquiry, allowing accessible and transparent public hearings. This case covers all public hearings over the course of the The Lampard Inquiry to be held between 2024 and 2026.",
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry. <br/><br/>This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.<br/><br/>Initial Contract Term: 12 months<br/><br/>Extension: The contract may be extended for a maximum duration of 12 months. Additional information: Call off contract - DPS number RM6225 - Audio Visual Technical Consultancy & Commissioning",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term of 36 months, with an option to extend for a period of up to 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "options": {
                    "description": "12 month optional extension"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32321200",
                        "description": "Audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32300000",
                        "description": "Television and radio receivers, and sound or video recording or reproducing apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://supplierregistration.cabinetoffice.gov.uk/dps",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0 Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below: 1) Contract notice authorised customer list; 2) Rights reserved for CCS DPS Agreement. As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/5123b1c9-9f52-46d8-9314-f72c127a2168",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-28"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The contract has been procured via a mini-competition using the DPS RM6225 Audio Visual Technical Consultancy & Commissioning",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "50000000.00"
                        },
                        "newValue": {
                            "text": "65000000.00"
                        },
                        "where": {
                            "section": "II.1.5"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0 Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below: 1) Contract notice authorised customer list; 2) Rights reserved for CCS DPS Agreement. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/5123b1c9-9f52-46d8-9314-f72c127a2168"
                        },
                        "newValue": {
                            "text": "Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on the Technology link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6225 - Audio Visual Technical Consultancy & Commissioning DPS Agreement please select the 'Access as a Supplier' link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0 Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below: 1) Contract notice authorised customer list; 2) Rights reserved for CCS DPS Agreement. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/5123b1c9-9f52-46d8-9314-f72c127a2168 This notice is to advise that this DPS has been extended and the end date is now 28 February 2026. The value has also bee uplifted from the initial figure of PS50million to PS65 million."
                        },
                        "where": {
                            "section": "III.1.1"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-02-28T23:59:00Z"
                        },
                        "newValue": {
                            "date": "2026-02-28T23:59:00Z"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry. This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.Initial Contract Term: 12 monthsExtension: The contract may be extended for a maximum duration of 12 months"
                        },
                        "newValue": {
                            "text": "The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry. This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.Initial Contract Term: 12 monthsExtension: The contract may be extended for a maximum duration of 24 months"
                        },
                        "where": {
                            "section": "II.2.4.1"
                        }
                    }
                ]
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry. This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.Initial Contract Term: 12 monthsExtension: The contract may be extended for a maximum duration of 12 months"
                        },
                        "newValue": {
                            "text": "The Department of Health and Social Care has procured a contract of audio-visual (AV) services to support the Lampard Inquiry. This was procured via DPS RM6225 - Audio Visual Technical Consultancy & Commissioning. The services include: live onsite and online web streaming, broadcasting, live stenography, and electronic presentation of evidence for the Inquiry's preliminary and full hearings.Initial Contract Term: 24 monthsExtension: The contract may be extended for a maximum duration of 12 months"
                        },
                        "where": {
                            "section": "II.2.4.1"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3608",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9P",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3150103503",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://supplierregistration.cabinetoffice.gov.uk/dps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ccsinbox@dhsc.gov.uk",
                "email": "ccsinbox@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "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": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-109549",
            "name": "RADIO TECHNICAL SERVICES LIMITED",
            "identifier": {
                "legalName": "RADIO TECHNICAL SERVICES LIMITED",
                "id": "03184447"
            },
            "address": {
                "streetAddress": "40-42 Jaggard Way",
                "locality": "London",
                "region": "UKI34",
                "postalCode": "SW12 8SG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.rtscommunications.com",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-932",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-3754",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-140113",
            "name": "Department of Health & Social Care",
            "identifier": {
                "legalName": "Department of Health & Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ccsinbox@dhsc.gov.uk",
                "email": "ccsinbox@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-140113",
        "name": "Department of Health & Social Care"
    },
    "language": "en",
    "awards": [
        {
            "id": "024460-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-109549",
                    "name": "RADIO TECHNICAL SERVICES LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024460-2024-1",
            "awardID": "024460-2024-1",
            "status": "active",
            "value": {
                "amount": 2038180,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}