Award

Tender for UKROEd Project MApp (Management Application) CRM Phase 2

UKROED LIMITED

This public procurement record has 5 releases in its history.

Award

29 Jan 2026 at 17:00

Award

04 Dec 2025 at 13:27

TenderUpdate

12 Jun 2025 at 13:14

Tender

12 Jun 2025 at 11:44

Planning

18 Mar 2025 at 16:35

Summary of the contracting process

UKROEd Limited has concluded its procurement process for the UKROEd Project MApp CRM Phase 2, seeking a delivery partner to deploy an integrated business management solution. This significant contract, awarded to Cranmore Consulting Limited, emphasizes the provision of IT services, including consulting and software development, within a budget of GBP 500,000. Located in Manchester, UKROEd is a public authority under the sub-central government category, aiming to enhance its National Driver Offender Retraining Scheme. The contracting phase commenced on 19th January 2026 and extends until 18th January 2030, with an option for extensions for up to four additional years. The procurement method was a competitive flexible procedure, demonstrating UKROEd’s move to improve its digital infrastructure through investments in systems like Microsoft Dynamics 365.

This tender represents a significant opportunity for businesses, particularly SMEs, specializing in IT services, CRM solutions, and digital transformation. With a planned investment in technology enhancement, businesses engaged in IT consulting and support could leverage this project to showcase their expertise in deploying low or no-code CRM systems. The contract promises further opportunities through its phased extensions and the potential for additional component deliveries, which can foster sustained growth and collaboration. Businesses with competency in integrating solutions within the Microsoft Power Platform ecosystem would find themselves particularly well-suited for this partnership, given the current technological strategy outlined by UKROEd.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tender for UKROEd Project MApp (Management Application) CRM Phase 2

Notice Description

UKROEd is undertaking a tender to procure a delivery partner for implementation of its MApp Phase 2 requirements. UKROEd has worked hard to establish its role as trusted governor of the National Driver Offender Retraining Scheme and while stakeholder feedback is consistently positive, we also know that accessing our systems and services, and our communications, can sometimes feel disjointed. 'Behind the scenes' some of our systems and processes are not as efficient and effective as we would wish. UKROEd has expanded rapidly since its creation in 2016. The company has recently developed its first Digital Strategy and within this, identified several areas of activity that would benefit from some digital investment. To address the challenges, UKROEd has commissioned Project MApp (Management Application), which will deliver an integrated business management solution that seeks to improve organisational and staff efficiency, ensure high data quality and accuracy to support timely decision making, and provide an exceptional user experience for our staff and external stakeholders. It will deliver the consolidation (and where possible automation) of critical business processes around an integrated solution. This holistic solution will not be a single logical product or technology platform and will at least comprise of a Learning Management Solution (LMS) and a Customer Relationship Management System (CRM), to be sourced separately but branded and acting (where required) cohesively as an integrated system. MApp in totality will facilitate much of UKROEd's core business including stakeholder engagement, trainer and provider licence management, training interventions (face-to-face and e-learning) and live events / conferences. Acknowledging the fact that an LMS has a simpler set of requirements and to start realising benefits as quickly as possible, these requirements were "frontloaded", with the procurement of an LMS being authorised as part of MApp 'Phase 1'. Phase 1 implementation is underway, with Open eLMS as the chosen technology platform. This tender exercise for 'Phase 2', will address the wider requirement set. UKROEd is seeking a delivery partner for implementation of its MApp Phase 2 requirements, centred around the deployment of an integrated, low/no-code CRM. Given the organisation's existing Microsoft 365 platform/application base, current technology strategy and internal skillset, it is anticipated the core CRM solution will likely comprise of Microsoft Dynamics 365, integrating with the Power Platform ecosystem for customer portal and full workflow capabilities. However, alternatives will also be considered. While the wider support model for MApp is to be determined, we would anticipate that the contracted delivery partner thereafter provides platform and application support for the implemented solution as part of a managed service. A budget envelope of GBP 500,000 has been established, within which prospective tenderers will be invited to submit capped implementation pricing (during invitation to submit a final tender - i.e. after dialogue) for delivery of all core components. As a small organisation with a limited budget, robust control over costs will be imperative.

Lot Information

Lot 1

Options: Contract contains concept of core components and additonal components, the former to be delivered via a capped time and materials pricing submission at award. The latter being optional scope that can be selected in addition, once the core components have been delievered. pricing for these will be agreed, at the point of decision to proceed is made subject to the overall pricing conditions of the contract and in accordance with the rate card submitted with the tender.

Renewal: Four further one year extensipons (4+1+1+1+1)

Planning Information

To participate in the Preliminary Market Engagement, please submit a request to tenders@phplaw.co.uk. A Preliminary Market Engagement Information pack will be shared by return of email which will include further information about the project and a link to a MS Form to enable you to provide feedback through an online questionnaire. UKROEd may opt to conduct further soft market testing in addition to this survey by arranging discussions and/or demonstrations directly with suppliers. If we opt to do so, please confirm in your email if you would be interested in participating. Please be advised that due to time and resource constraints, it is unlikely to be possible to make arrangements with every interested supplier, so a representative sample would be selected. These sessions would be minuted, with any implications on our requirements or tender approach transparently updated. No prospective supplier would be put at a disadvantage when it comes to a subsequent formal procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04eeb0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008233-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
£2,000,000 £1M-£10M
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
29 Jan 20263 weeks ago
Submission Deadline
19 Sep 2025Expired
Future Notice Date
28 Apr 2025Expired
Award Date
3 Dec 20252 months ago
Contract Period
19 Jan 2026 - 18 Jan 2030 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UKROED LIMITED
Additional Buyers

PHP LAW LLP

UKROED

Contact Name
Dean Meredith, Josie Medforth
Contact Email
dean.meredith@ukroed.org.uk, josie.medforth@phplaw.co.uk, procurement@ukroed.org.uk
Contact Phone
+44 01234567890, +44 7857426127

Buyer Location

Locality
MANCHESTER
Postcode
M2 3BA
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK43 Devon CC
Delivery Location
TLD North West (England), TLD33 Manchester

Local Authority
South Hams
Electoral Ward
Totnes
Westminster Constituency
South Devon

Supplier Information

Number of Suppliers
1
Supplier Name

CRANMORE CONSULTING

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-04eeb0-2026-01-29T17:00:40Z",
    "date": "2026-01-29T17:00:40Z",
    "ocid": "ocds-h6vhtk-04eeb0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDGN-8678-JDZX",
            "name": "UKROEd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDGN-8678-JDZX"
            },
            "address": {
                "streetAddress": "First Floor Colwyn Chambers, 19 York Street",
                "locality": "Manchester",
                "postalCode": "M2 3BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "name": "Dean Meredith",
                "email": "dean.meredith@ukroed.org.uk",
                "telephone": "+44 7857426127"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.ukroed.org.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PPRM-9434-VNYQ",
            "name": "PHP Law LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPRM-9434-VNYQ"
            },
            "address": {
                "streetAddress": "Unit 3 The Brutus Centre Station Road Totnes",
                "locality": "Totnes",
                "postalCode": "TQ9 5RW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "name": "Josie Medforth",
                "email": "josie.medforth@phplaw.co.uk",
                "telephone": "+44 01234567890"
            },
            "roles": [
                "buyer",
                "processContactPoint"
            ],
            "roleDetails": "Procurement Consultant",
            "details": {
                "url": "https://www.phplaw.co.uk",
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-08773977",
            "name": "UKROED LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08773977"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDGN-8678-JDZX"
                }
            ],
            "address": {
                "streetAddress": "Colwyn Chambers",
                "locality": "Manchester",
                "postalCode": "M2 3BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "procurement@ukroed.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC429243",
            "name": "PHP LAW LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC429243"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPRM-9434-VNYQ"
                }
            ],
            "address": {
                "streetAddress": "Unit 3 The Brutus Centre",
                "locality": "Totnes",
                "postalCode": "TQ9 5RW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "email": "josie.medforth@phplaw.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Procurement Advisor",
            "details": {
                "url": "http://www.phplaw.co.uk"
            }
        },
        {
            "id": "GB-COH-NI070910",
            "name": "CRANMORE CONSULTING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "NI070910"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDDN-5833-MBHX"
                }
            ],
            "address": {
                "streetAddress": "73 Church View",
                "locality": "Holywood",
                "postalCode": "BT18 9LN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN09"
            },
            "contactPoint": {
                "email": "info@cranmoreconsulting.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.cranmo.re",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-08773977",
        "name": "UKROED LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "To participate in the Preliminary Market Engagement, please submit a request to tenders@phplaw.co.uk. A Preliminary Market Engagement Information pack will be shared by return of email which will include further information about the project and a link to a MS Form to enable you to provide feedback through an online questionnaire. UKROEd may opt to conduct further soft market testing in addition to this survey by arranging discussions and/or demonstrations directly with suppliers. If we opt to do so, please confirm in your email if you would be interested in participating. Please be advised that due to time and resource constraints, it is unlikely to be possible to make arrangements with every interested supplier, so a representative sample would be selected. These sessions would be minuted, with any implications on our requirements or tender approach transparently updated. No prospective supplier would be put at a disadvantage when it comes to a subsequent formal procurement.",
                "dueDate": "2025-04-04T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "010002-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010002-2025",
                "datePublished": "2025-03-18T16:35:13Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "001",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Tender for UKROEd Project MApp (Management Application) CRM Phase 2",
        "description": "UKROEd is undertaking a tender to procure a delivery partner for implementation of its MApp Phase 2 requirements. UKROEd has worked hard to establish its role as trusted governor of the National Driver Offender Retraining Scheme and while stakeholder feedback is consistently positive, we also know that accessing our systems and services, and our communications, can sometimes feel disjointed. 'Behind the scenes' some of our systems and processes are not as efficient and effective as we would wish. UKROEd has expanded rapidly since its creation in 2016. The company has recently developed its first Digital Strategy and within this, identified several areas of activity that would benefit from some digital investment. To address the challenges, UKROEd has commissioned Project MApp (Management Application), which will deliver an integrated business management solution that seeks to improve organisational and staff efficiency, ensure high data quality and accuracy to support timely decision making, and provide an exceptional user experience for our staff and external stakeholders. It will deliver the consolidation (and where possible automation) of critical business processes around an integrated solution. This holistic solution will not be a single logical product or technology platform and will at least comprise of a Learning Management Solution (LMS) and a Customer Relationship Management System (CRM), to be sourced separately but branded and acting (where required) cohesively as an integrated system. MApp in totality will facilitate much of UKROEd's core business including stakeholder engagement, trainer and provider licence management, training interventions (face-to-face and e-learning) and live events / conferences. Acknowledging the fact that an LMS has a simpler set of requirements and to start realising benefits as quickly as possible, these requirements were \"frontloaded\", with the procurement of an LMS being authorised as part of MApp 'Phase 1'. Phase 1 implementation is underway, with Open eLMS as the chosen technology platform. This tender exercise for 'Phase 2', will address the wider requirement set. UKROEd is seeking a delivery partner for implementation of its MApp Phase 2 requirements, centred around the deployment of an integrated, low/no-code CRM. Given the organisation's existing Microsoft 365 platform/application base, current technology strategy and internal skillset, it is anticipated the core CRM solution will likely comprise of Microsoft Dynamics 365, integrating with the Power Platform ecosystem for customer portal and full workflow capabilities. However, alternatives will also be considered. While the wider support model for MApp is to be determined, we would anticipate that the contracted delivery partner thereafter provides platform and application support for the implemented solution as part of a managed service. A budget envelope of GBP 500,000 has been established, within which prospective tenderers will be invited to submit capped implementation pricing (during invitation to submit a final tender - i.e. after dialogue) for delivery of all core components. As a small organisation with a limited budget, robust control over costs will be imperative.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-10-28T00:00:00Z",
                    "endDate": "2029-10-28T23:59:59Z",
                    "maxExtentDate": "2033-10-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Stage 1a: Invitation to participate - The Contracting Authority will undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in this document. The assessment of these responses will identify and shortlist up to five [5] highest scoring submissions from Tenderers, with a minimum score of 55% These Tenderers will be invited to participate in Stage 1b. The Contracting Authority proposes to rely on Section 24 of the PA 2023 (refining award criteria). Should any award criteria be refined, this will be detailed in the Stage 2 tender pack. Stage 1b: Invitation to participate in dialogue Stage 2: Invitation to submit a final tender Part 1 Eligibility Assessment Pass/Fail Part 2 Quality Assessment - Questions 50% Part 3 Quality Assessment - Demo Exercise 20% Part 4 Pricing Assessment 30%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "price",
                            "name": "Price"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Due diligence checks will be undertaken on the Tenderer's accounts to determine a Tenderer's financial standing. This will incorporate credit checks and a financial appraisal. Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the requirements indicated below: - ISO27001 Accreditation - Cyber Essentials Plus"
                        },
                        {
                            "type": "technical",
                            "description": "Provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). The relevant contract examples need to be proportional to the scale and maturity of UKROEd. Refer to the Supplier Brief, which defines this."
                        },
                        {
                            "type": "economic",
                            "description": "Due diligence checks will be undertaken on the Tenderer's accounts to determine a Tenderer's financial standing. This will incorporate credit checks and a financial appraisal. Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the requirements indicated below: - ISO27001 Accreditation - Cyber Essentials Plus"
                        },
                        {
                            "type": "technical",
                            "description": "Provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). The relevant contract examples need to be proportional to the scale and maturity of UKROEd. Refer to the Supplier Brief, which defines this."
                        }
                    ]
                },
                "renewal": {
                    "description": "Four further one year extensipons (4+1+1+1+1)"
                },
                "hasOptions": true,
                "options": {
                    "description": "Contract contains concept of core components and additonal components, the former to be delivered via a capped time and materials pricing submission at award. The latter being optional scope that can be selected in addition, once the core components have been delievered. pricing for these will be agreed, at the point of decision to proceed is made subject to the overall pricing conditions of the contract and in accordance with the rate card submitted with the tender."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-04-28T23:59:59+01:00"
        },
        "status": "complete",
        "value": {
            "amountGross": 2400000,
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This competitive flexible procedure will be conducted in three (3) stages described in more detail below. Stage 1a: Invitation to participate Stage 1a commenced with the issuing of a Tender Notice and the publication of this document. The tender pack includes a procurement specific questionnaire (PSQ) which all Tenderers are required to complete and return in accordance with the Procurement Timetable and instructions within this document. The Contracting Authority will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in this document. The assessment of these responses will identify up to five [5] highest scoring submissions from Tenderers, with a minimum score of 55% These Tenderers will be invited to participate in Stage 1b. Stage 1a will complete with Tenderers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 1b. Tenderers not invited to Stage 1b will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 1b. Tenderers should note that the Contracting Authority reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to the Contracting Authority's attention. Please refer to the 'Tenderer eligibility' provisions: Procurement terms and conditions. The Contracting Authority proposes to rely on Section 24 of the PA 2023 (refining award criteria). Should any award criteria be refined, this will be detailed in the Stage 2 tender pack. Stage 1b: Invitation to participate in dialogue Stage 1b will commence with the issuing of a letter inviting Tenderers that have successfully passed Stage 1a to attend one or more dialogue meetings. The letter will also provide details of any new information made available to Tenderers at this stage in the Procurement and describe how the dialogue will be conducted, including the location and dates for the relevant meetings, as well as the attendee arrangements. It is proposed that as part of the dialogue/clarification stage (stage 1b) of the tender, UKROEd facilitates a DORS+ Clarification session with shortlisted bidders to provide a more detailed overview. This may also include prior release of current (or as recent as maintained) DORS+ webservice/API specification documentation (Functions, Expected Behaviour, HTTP Methods, Parameters) and current infrastructure documentation (HLD, LLD), subject to bidder acceptance of a Non-Disclosure Agreement. Stage 1b will conclude with the issuing of letters to all participating Tenderers confirming the closure of dialogue. Stage 2: Invitation to submit a final tender Stage 2 will commence with the issuing of a letter and Stage 2 tender pack inviting Tenderers who have been successfully shortlisted at Stage 1a to submit their final tenders. The Contracting Authority will conduct an assessment of all final tenders in order to identify the Tenderer which has submitted the most advantageous tender in accordance with the assessment methodology and award criteria set out in the Tender Once the assessment summaries have been provided to the Tenderers that submitted final tenders, the Contracting Authority will also publish a contract award notice on the Central Digital Platform to commence the mandatory standstill period. Subject to completion of the mandatory standstill period, Stage 2 will end with the Contracting Authority entering into the Contract with the preferred Tenderer and publication of a Contract Details Notice on the Central Digital Platform (within 30 days of the date on which the Contract is entered into)."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94245&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-19T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-19T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-15T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "031896-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031896-2025",
                "datePublished": "2025-06-12T12:44:20+01:00",
                "format": "text/html"
            },
            {
                "id": "031951-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031951-2025",
                "datePublished": "2025-06-12T14:14:48+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "The payment terms are as per Schedule 4 Charges within the Implementation & Support Services Agreement."
        },
        "riskDetails": "The following contract risks have been identified: a. Financial Risks: i. Inaccurate cost estimates or underfunding could lead to incomplete or substandard service delivery ii. Use of capped time and materials approach for core components could cause cashflow issues for the supplier and delivery issues for the customer, if burn rate is managed inappropriately. iii. External benchmarks, such as use of CPI, could be higher than anticipated. iv. Supplier might face financial difficulties b. Technical and Security Risks: i. Cybersecurity threats to digital systems could compromise sensitive information and system integrity, leading to data breaches and/or performance issues ii. Unauthorised personnel could gain access to sensitive data c. Operational and Delivery Risks: i. Overreliance on single supplier in the supply chain (e.g. data centre hosting provider) could cause issues ii. Supplier may fail to meet contractual obligations or commit a material breach iii. Poor communication between the supplier and the customer could lead to misunderstandings and unmet expectations d. Personnel Risks: i. Supplier resources could be insufficiently skilled of accredited to perform the requirements of the contract ii. Supplier personal might be insufficiently vetted",
        "amendments": [
            {
                "id": "031951-2025",
                "description": "Clarification that there is just 1 Contracting Authority - UKROEd Ltd who are part of this opportunity. PHP Law LLP are the procurement consultants supporting the tender process"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 15,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Tender for UKROEd Project MApp (Management Application) CRM Phase 2",
            "status": "active",
            "date": "2025-12-03T00:00:00Z",
            "value": {
                "amountGross": 2400000,
                "amount": 2000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-NI070910",
                    "name": "CRANMORE CONSULTING LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKD33",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKD33",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-15T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-05T00:00:00Z",
                "endDate": "2030-01-04T23:59:59Z",
                "maxExtentDate": "2034-01-04T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The possibility of four additional one-year extensions (4+1+1+1+1)"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Contract contains concept of core components and additonal components, the former to be delivered via a capped time and materials pricing submission at award. The latter being optional scope that can be selected in addition, once the core components have been delievered. pricing for these will be agreed, at the point of decision to proceed is made subject to the overall pricing conditions of the contract and in accordance with the rate card submitted with the tender."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "079744-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/079744-2025",
                    "datePublished": "2025-12-04T13:27:26Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-04T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-19T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-01-19T00:00:00Z",
                "endDate": "2030-01-18T23:59:59Z",
                "maxExtentDate": "2034-01-18T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The possibility of four additional one-year extensions (4+1+1+1+1)"
            },
            "hasOptions": true,
            "options": {
                "description": "Contract contains concept of core components and additional components. Where committed to by the supplier as part of tender submission, they are to be delivered via a capped time and materials pricing submission at award. For components not committed to be delivered via the capped time and materials pricing submission, pricing will be agreed, at the point of decision to proceed is made subject to the overall pricing conditions of the contract and in accordance with the rate card submitted with the tender."
            },
            "value": {
                "amountGross": 2400000,
                "amount": 2000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-19T00:00:00Z",
            "noAgreedMetricsRationale": "There is an overall availability service level of 99.5% and Incident Management Service Levels are being used in accordance with a P1 - P4 Priority Level.",
            "documents": [
                {
                    "id": "008233-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/008233-2026",
                    "datePublished": "2026-01-29T17:00:40Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}