Notice Information
Notice Title
Medals and Insignia Framework
Notice Description
PLEASE NOTE - there are 91 lots for this Framework. Due to technical difficulties the notice has been populated as 3 lots (Lots 1-46, Lots 47-90 and Lot 91). Some CPV codes to not apply to all Lots (eg. Pearls and Enamels and Glazing do not apply to all lots - details can be found in Attachment 6 Specification and Technical Specifications). This procurement is being undertaken by Cabinet Office ('the Authority') on behalf of the Central Chancery of the Orders of Knighthood ('CCOK' 'Buyer') to establish a series of frameworks for the provision of medals and insignia, which form part of the UK state honours system. CCOK administers UK state honours, this includes the organisation of investitures, acting as the custodian of state insignia and overseeing the day to day administration of the Orders of Chivalry. The majority of honours are awarded on the advice of Cabinet Office, including MBEs, OBEs and CBEs. CCOK was established in 1904 by King Edward VII in response to changes to the administration of the honours system. This framework opportunity includes 91 Lots. The Authority intends to award a framework agreement to the highest scoring supplier, i.e. the most advantageous tenderer, for each of the lots 1 - 90, as preferred supplier ('PS'). The Buyer intends to enter into a call-off contract on a direct award basis, pursuant to the framework, for its requirements under that particular lot with the PS. The Authority will also award a framework agreement to the second and third highest scoring suppliers as first tier contingency supplier ('FTCS') and reserve contingency supplier ('RCS') for each of the lots 1 - 90 who may be offered an opportunity to deliver under the framework in exceptional circumstances (please see the procurement documents for the exceptional circumstances). Suppliers appointed to any of the lots 1 - 90 in PS, FTCS or RCS capacity will automatically be appointed to lot 91 and will have an opportunity to participate in further competitions pursuant to lot 91, as and when those lot 91 requirements arise. Note, there is no specification for lot 91 (please see the procurement documents for the lot 1 - 90 technical specifications). There are no restrictions on the volume of lots that you may seek appointment to, although the Authority will award the lots in accordance with the Authority's lot allocation rules, where restrictions apply (please see the procurement documents for the lot allocation rules). This is to ensure continuity of supply and to ensure that the potential barriers faced by small and medium enterprises ('SMEs') are reduced to ensure SMEs can access the procurement and the requirements. The Authority is adopting a multi stage competitive flexible procedure ('CFP') process pursuant to section 20(2)(b) of the Procurement Act 2023 and is inviting suppliers to submit a request to participate response. Please note the Authority and /or Buyer (as the case may be) reserves the right to obtain additional or repeat goods / services from an existing supplier similar to the goods / services procured in accordance with this procurement / tender notice pursuant to Paragraph 8 of Schedule 5 of the Procurement Act 2023 Suppliers wishing to access the procurement documents and submit a request to participate response must first register on the Jaggaer eSourcing Tool using the following link https://crowncommercialservice.bravosolution.co.uk.
Lot Information
Lots 1-46
Due to technical difficulties we have grouped lots 1-46 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 1 - 46.
Options: Please see the procurement documents for further information.
Renewal: The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030.
Lots 47-90Due to technical difficulties we have grouped lots 47-90 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 47- 90.
Options: Please see the procurement documents for further information.
Renewal: The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030.
Lot 91Lot 91 is for Ad hoc requirements. Please see procurement documents for more information.
Options: Please see procurement documents for more information.
Renewal: The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030.
Planning Information
REQUEST FOR COMPLETION OF QUESTIONNAIRE BY 14TH MAY 2025 This description references the Planned Procurement Notice for this requirement, which can be found via Find a Tender at the following link: https://www.find-tender.service.gov.uk/Notice/018196-2025?origin=Dashboard Background Further to the Planned Procurement Notice published on 30th April 2025, the Cabinet Office (the Contracting Authority) intends to undertake a procurement exercise to acquire Medals and Insignia. The Central Chancery of the Orders of Knighthood (CCOK) is a branch of the Royal Household, which is responsible for delivering the State Honours system. CCOK is required to purchase and retain a stock of insignia and medals for presentation normally following the publication of the two main honours lists (King's Birthday and New Year). The State Honours system sees the formal recognition of individuals who have performed notable and worthy things, with Medals and Insignia providing a visible token of thanks and gratitude from a grateful Nation. CCOK places an annual medals and insignia order (typically September/October), for delivery not before 1 April the following year. This provides the stock required for one year, but may be topped up on a small ad hoc basis. Requirements The requirements can be summarised as: -Provision of high-quality medals and insignia, including ribbons, boxes. -Management of appropriate quality control procedures, including defect and repair procedures. -Management and resolution of all buyer queries. -Management of the supply chain. -Provision of Management Information and reporting on spend and buyer activity. It is expected that some 90 types of medals or insignia will be required. Further information on key items can be found in the Planned Procurement Notice, which includes technical specifications for all medals and insignia required. The intended procurement exercise will provide requirements from April 2026 (once orders are placed around September/October 2025). Based on past experience and future estimates we expect the total value across all suppliers to be approximately £3,800,000 excluding VAT throughout the duration of the framework. Our Ask We are currently planning and designing the procurement strategy and processes and it would be very useful to understand potential suppliers' views on these. We therefore wish to undertake a Preliminary Market Engagement exercise in accordance with Section 16 of the Procurement Act 2023. A questionnaire was attached in the Planned Procurement Notice, published on 30th April 2025. We would be very grateful if you could answer the questions as openly as possible, providing enough information to allow us to understand why you have responded as you have. Please could you return the completed questionnaire to commercial@cabinetoffice.gov.uk by 12.00 noon on Wednesday 14th May 2025. Principles Please note that the following principles will apply to this market engagement activity: -Completion and submission of a questionnaire is entirely voluntary. If you choose not to complete and submit a questionnaire (or not to respond to certain questions) this will not preclude you from submitting a bid later in the process. -Whether you choose to complete and submit a questionnaire or not, will not (negatively or positively) affect the evaluation of any bid you may later choose to submit. Your responses to the questionnaire will not be taken into account when bids are evaluated. -Similarly your specific responses to questions will not (negatively or positively) affect the evaluation of any bid you may later choose to submit. -The Contracting Authority does not guarantee that it will implement any suggestions, in part or in full, raised by a respondent to the questionnaire. The decision on how to proceed with the procurement process is at the discretion of the Contract Authority alone. -The Contracting Authority may wish to implement suggestions raised and by submitting their responses respondents agree that the Contracting Authority is free to do so. -While it is not the intention to do so, the Contracting Authority reserves the right to contact a respondent or respondents on specific points of interest. Please note: we are unable to respond to questions during this preliminary market engagement exercise as it may give suppliers an unfair advantage. Clarification periods will be incorporated into the procurement process at a later stage where suppliers may raise questions. Clarification responses will be published to all bidders in the procurement process subject to the Freedom of Information Act 2000. A further pre-market engagement exercise was conducted between 13/06-17/06. Suppliers that responded to the original pre-market engagement were invited to provide an indication of the Lots they intended to bid for. This has been used for information purposes only in order to ensure sufficient interest in the opportunity and will not be used for evaluation purposes. END
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0509b4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/074185-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
18512200 - Medals
18513100 - Pearls
18513300 - Articles of precious metal
39561133 - Insignia
44812100 - Enamels and glazes
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Nov 20253 months ago
- Submission Deadline
- 26 Nov 2025Expired
- Future Notice Date
- 9 Jun 2025Expired
- Award Date
- Not specified
- Contract Period
- 2 Mar 2026 - 1 Mar 2029 3-4 years
- Recurrence
- 2029-06-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CABINET OFFICE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- commercial@cabinetoffice.gov.uk, procurementassuranceandgovernance@crowncommercial.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AS
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/074185-2025
14th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/074184-2025
14th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/074097-2025
14th November 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018255-2025
1st May 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018245-2025
1st May 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018241-2025
1st May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018198-2025
30th April 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018196-2025
30th April 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017809-2025
30th April 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-1037
There are expected to be 91 lots for this procurement. Attached are the technical specifications for each Lot with the exception of 87,89 and 90. Lot 91 is an ad hoc lot and so there is no technical specification. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-1038
Please see attached Market Engagement Questionnaire. Please could you return the completed questionnaire to commercial@cabinetoffice.gov.uk by 12.00 noon on Wednesday 14th May 2025. -
https://crowncommercialservice.bravosolution.co.uk
You will need to create an account and search for the relevant Medals and Insignia event. Reference number RM6403.
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-0509b4-2025-11-14T18:55:56Z",
"date": "2025-11-14T18:55:56Z",
"ocid": "ocds-h6vhtk-0509b4",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "017809-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017809-2025",
"datePublished": "2025-04-30T09:19:54+01:00",
"format": "text/html"
},
{
"id": "018196-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018196-2025",
"datePublished": "2025-04-30T18:17:33+01:00",
"format": "text/html"
},
{
"id": "018198-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018198-2025",
"datePublished": "2025-04-30T18:20:36+01:00",
"format": "text/html"
},
{
"id": "018241-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018241-2025",
"datePublished": "2025-05-01T09:12:32+01:00",
"format": "text/html"
},
{
"id": "018245-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018245-2025",
"datePublished": "2025-05-01T09:18:02+01:00",
"format": "text/html"
},
{
"id": "018255-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018255-2025",
"datePublished": "2025-05-01T09:33:04+01:00",
"format": "text/html"
},
{
"id": "074097-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/074097-2025",
"datePublished": "2025-11-14T15:28:10Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "REQUEST FOR COMPLETION OF QUESTIONNAIRE BY 14TH MAY 2025 This description references the Planned Procurement Notice for this requirement, which can be found via Find a Tender at the following link: https://www.find-tender.service.gov.uk/Notice/018196-2025?origin=Dashboard Background Further to the Planned Procurement Notice published on 30th April 2025, the Cabinet Office (the Contracting Authority) intends to undertake a procurement exercise to acquire Medals and Insignia. The Central Chancery of the Orders of Knighthood (CCOK) is a branch of the Royal Household, which is responsible for delivering the State Honours system. CCOK is required to purchase and retain a stock of insignia and medals for presentation normally following the publication of the two main honours lists (King's Birthday and New Year). The State Honours system sees the formal recognition of individuals who have performed notable and worthy things, with Medals and Insignia providing a visible token of thanks and gratitude from a grateful Nation. CCOK places an annual medals and insignia order (typically September/October), for delivery not before 1 April the following year. This provides the stock required for one year, but may be topped up on a small ad hoc basis. Requirements The requirements can be summarised as: -Provision of high-quality medals and insignia, including ribbons, boxes. -Management of appropriate quality control procedures, including defect and repair procedures. -Management and resolution of all buyer queries. -Management of the supply chain. -Provision of Management Information and reporting on spend and buyer activity. It is expected that some 90 types of medals or insignia will be required. Further information on key items can be found in the Planned Procurement Notice, which includes technical specifications for all medals and insignia required. The intended procurement exercise will provide requirements from April 2026 (once orders are placed around September/October 2025). Based on past experience and future estimates we expect the total value across all suppliers to be approximately PS3,800,000 excluding VAT throughout the duration of the framework. Our Ask We are currently planning and designing the procurement strategy and processes and it would be very useful to understand potential suppliers' views on these. We therefore wish to undertake a Preliminary Market Engagement exercise in accordance with Section 16 of the Procurement Act 2023. A questionnaire was attached in the Planned Procurement Notice, published on 30th April 2025. We would be very grateful if you could answer the questions as openly as possible, providing enough information to allow us to understand why you have responded as you have. Please could you return the completed questionnaire to commercial@cabinetoffice.gov.uk by 12.00 noon on Wednesday 14th May 2025. Principles Please note that the following principles will apply to this market engagement activity: -Completion and submission of a questionnaire is entirely voluntary. If you choose not to complete and submit a questionnaire (or not to respond to certain questions) this will not preclude you from submitting a bid later in the process. -Whether you choose to complete and submit a questionnaire or not, will not (negatively or positively) affect the evaluation of any bid you may later choose to submit. Your responses to the questionnaire will not be taken into account when bids are evaluated. -Similarly your specific responses to questions will not (negatively or positively) affect the evaluation of any bid you may later choose to submit. -The Contracting Authority does not guarantee that it will implement any suggestions, in part or in full, raised by a respondent to the questionnaire. The decision on how to proceed with the procurement process is at the discretion of the Contract Authority alone. -The Contracting Authority may wish to implement suggestions raised and by submitting their responses respondents agree that the Contracting Authority is free to do so. -While it is not the intention to do so, the Contracting Authority reserves the right to contact a respondent or respondents on specific points of interest. Please note: we are unable to respond to questions during this preliminary market engagement exercise as it may give suppliers an unfair advantage. Clarification periods will be incorporated into the procurement process at a later stage where suppliers may raise questions. Clarification responses will be published to all bidders in the procurement process subject to the Freedom of Information Act 2000. A further pre-market engagement exercise was conducted between 13/06-17/06. Suppliers that responded to the original pre-market engagement were invited to provide an indication of the Lots they intended to bid for. This has been used for information purposes only in order to ensure sufficient interest in the opportunity and will not be used for evaluation purposes. END",
"dueDate": "2025-05-14T23:59:59+01:00",
"status": "met",
"dateMet": "2025-06-17T00:00:00+01:00"
}
]
},
"parties": [
{
"id": "GB-PPON-PRVX-1591-PJVV",
"name": "Cabinet Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PRVX-1591-PJVV"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "commercial@cabinetoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PBZB-4962-TVLR",
"name": "Crown Commercial Service",
"identifier": {
"scheme": "GB-PPON",
"id": "PBZB-4962-TVLR"
},
"address": {
"streetAddress": "The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"email": "procurementassuranceandgovernance@crowncommercial.gov.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Assistance with the procurement process"
}
],
"buyer": {
"id": "GB-PPON-PRVX-1591-PJVV",
"name": "Cabinet Office"
},
"tender": {
"id": "RM6403",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Medals and Insignia Framework",
"description": "PLEASE NOTE - there are 91 lots for this Framework. Due to technical difficulties the notice has been populated as 3 lots (Lots 1-46, Lots 47-90 and Lot 91). Some CPV codes to not apply to all Lots (eg. Pearls and Enamels and Glazing do not apply to all lots - details can be found in Attachment 6 Specification and Technical Specifications). This procurement is being undertaken by Cabinet Office ('the Authority') on behalf of the Central Chancery of the Orders of Knighthood ('CCOK' 'Buyer') to establish a series of frameworks for the provision of medals and insignia, which form part of the UK state honours system. CCOK administers UK state honours, this includes the organisation of investitures, acting as the custodian of state insignia and overseeing the day to day administration of the Orders of Chivalry. The majority of honours are awarded on the advice of Cabinet Office, including MBEs, OBEs and CBEs. CCOK was established in 1904 by King Edward VII in response to changes to the administration of the honours system. This framework opportunity includes 91 Lots. The Authority intends to award a framework agreement to the highest scoring supplier, i.e. the most advantageous tenderer, for each of the lots 1 - 90, as preferred supplier ('PS'). The Buyer intends to enter into a call-off contract on a direct award basis, pursuant to the framework, for its requirements under that particular lot with the PS. The Authority will also award a framework agreement to the second and third highest scoring suppliers as first tier contingency supplier ('FTCS') and reserve contingency supplier ('RCS') for each of the lots 1 - 90 who may be offered an opportunity to deliver under the framework in exceptional circumstances (please see the procurement documents for the exceptional circumstances). Suppliers appointed to any of the lots 1 - 90 in PS, FTCS or RCS capacity will automatically be appointed to lot 91 and will have an opportunity to participate in further competitions pursuant to lot 91, as and when those lot 91 requirements arise. Note, there is no specification for lot 91 (please see the procurement documents for the lot 1 - 90 technical specifications). There are no restrictions on the volume of lots that you may seek appointment to, although the Authority will award the lots in accordance with the Authority's lot allocation rules, where restrictions apply (please see the procurement documents for the lot allocation rules). This is to ensure continuity of supply and to ensure that the potential barriers faced by small and medium enterprises ('SMEs') are reduced to ensure SMEs can access the procurement and the requirements. The Authority is adopting a multi stage competitive flexible procedure ('CFP') process pursuant to section 20(2)(b) of the Procurement Act 2023 and is inviting suppliers to submit a request to participate response. Please note the Authority and /or Buyer (as the case may be) reserves the right to obtain additional or repeat goods / services from an existing supplier similar to the goods / services procured in accordance with this procurement / tender notice pursuant to Paragraph 8 of Schedule 5 of the Procurement Act 2023 Suppliers wishing to access the procurement documents and submit a request to participate response must first register on the Jaggaer eSourcing Tool using the following link https://crowncommercialservice.bravosolution.co.uk.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18512200",
"description": "Medals"
},
{
"scheme": "CPV",
"id": "18513100",
"description": "Pearls"
},
{
"scheme": "CPV",
"id": "18513300",
"description": "Articles of precious metal"
},
{
"scheme": "CPV",
"id": "39561133",
"description": "Insignia"
},
{
"scheme": "CPV",
"id": "44812100",
"description": "Enamels and glazes"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18512200",
"description": "Medals"
},
{
"scheme": "CPV",
"id": "18513100",
"description": "Pearls"
},
{
"scheme": "CPV",
"id": "18513300",
"description": "Articles of precious metal"
},
{
"scheme": "CPV",
"id": "39561133",
"description": "Insignia"
},
{
"scheme": "CPV",
"id": "44812100",
"description": "Enamels and glazes"
}
],
"relatedLot": "2"
},
{
"id": "91",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18512200",
"description": "Medals"
},
{
"scheme": "CPV",
"id": "18513100",
"description": "Pearls"
},
{
"scheme": "CPV",
"id": "18513300",
"description": "Articles of precious metal"
},
{
"scheme": "CPV",
"id": "39561133",
"description": "Insignia"
},
{
"scheme": "CPV",
"id": "44812100",
"description": "Enamels and glazes"
}
],
"relatedLot": "91"
}
],
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "Not applicable",
"type": "closed",
"description": "At Stage 1 Bidders will be asked to complete a Procurement Specific Questionnaire. Responses will be evaluated and all organisations which are successful at Stage 1 will be invited to submit a tender at Stage 2. At Stage 2 tenders will be evaluated on their technical, social value and pricing proposals to identify a Preferred Supplier for each Lot. A First Tier Contingency Supplier and a Reserve Contingency Supplier shall also be identified for each Lot 1-90. Organisations which progress to Stage 2 will be asked to provide a per unit price for each Lot for which they bid. To assist organisations with determining their prices, technical specifications are provided for each Lot and organisations which progress to Stage 2 will be invited to visit the Authority's premises to examine physical medals and insignia before submitting a tender. A competitive procedure will be conducted for requirements under Lot 91 if any arise."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00Z",
"endDate": "2029-03-01T23:59:59Z",
"maxExtentDate": "2030-03-01T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"title": "Lots 1-46",
"description": "Due to technical difficulties we have grouped lots 1-46 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 1 - 46.",
"value": {
"amountGross": 2100000,
"amount": 1750000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Questions within the Quality section will be broken down as follows: Resourcing (25%) Quality Assurance (30%) Lead Time and Delivery (25%) Complaints Handling and Business Continuity (20%) (This will be weighted to make 60% of the overall evaluation) There will be mandatory pass/fail questions for the following specialist skills: Engraving Hand Painting Enamelling These questions will only be assessed on the Lots that require the specialist skill. More information will be provided at Stage 2.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social Value Outcome 4: Sustainable Procurement Practices: reducing carbon footprints, minimising waste, and promoting the use of clean energy and green technologies has been selected and will form 10% of the award criteria. Further information will be provided at Stage 2 of the competition.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "More information will be provided at Stage 2.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"renewal": {
"description": "The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030."
},
"identifiers": [
{
"id": "1-46"
}
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The legal and financial capacity conditions of participation, such as requirement to obtain a specified D&B Failure Score, have or arrange to have specified insurance policies and comply with data protection law, for lots 1 - 90 are set out in the procurement documents."
},
{
"type": "technical",
"description": "The technical ability conditions of participation, such as requirement to submit 1 contract example and respond to the Authority's modern slavery and cyber essential questions, for lots 1 - 90 are set out in the procurement documents."
},
{
"description": "Please see the procurement documents for further information.",
"forReduction": true
}
]
},
"hasOptions": true,
"options": {
"description": "Please see the procurement documents for further information."
}
},
{
"id": "2",
"title": "Lots 47-90",
"description": "Due to technical difficulties we have grouped lots 47-90 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 47- 90.",
"status": "active",
"value": {
"amountGross": 2100000,
"amount": 1750000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Questions within the Quality section will be broken down as follows: Resourcing (25%) Quality Assurance (30%) Lead Time and Delivery (25%) Complaints Handling and Business Continuity (20%) (This will be weighted to make 60% of the overall evaluation) There will be mandatory pass/fail questions for the following specialist skills: Engraving Hand Painting Enamelling These questions will only be assessed on the Lots that require the specialist skill. More information will be provided at Stage 2.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social Value Outcome 4: Sustainable Procurement Practices: reducing carbon footprints, minimising waste, and promoting the use of clean energy and green technologies has been selected and will form 10% of the award criteria. Further information will be provided at Stage 2 of the competition.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "More information will be provided at Stage 2.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00Z",
"endDate": "2029-03-01T23:59:59Z",
"maxExtentDate": "2030-03-01T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030."
},
"identifiers": [
{
"id": "47-90"
}
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The legal and financial capacity conditions of participation, such as requirement to obtain a specified D&B Failure Score, have or arrange to have specified insurance policies and comply with data protection law, for lots 1 - 90 are set out in the procurement documents."
},
{
"type": "technical",
"description": "The technical ability conditions of participation, such as requirement to submit 1 contract example and respond to the Authority's modern slavery and cyber essential questions, for lots 1 - 90 are set out in the procurement documents."
},
{
"description": "Please see the procurement documents for further information.",
"forReduction": true
}
]
},
"hasOptions": true,
"options": {
"description": "Please see the procurement documents for further information."
}
},
{
"id": "91",
"title": "Lot 91",
"description": "Lot 91 is for Ad hoc requirements. Please see procurement documents for more information.",
"status": "active",
"value": {
"amountGross": 600000,
"amount": 500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Questions within the Quality section will be broken down as follows: Resourcing (25%) Quality Assurance (30%) Lead Time and Delivery (25%) Complaints Handling and Business Continuity (20%) (This will be weighted to make 60% of the overall evaluation) There will be mandatory pass/fail questions for the following specialist skills: Engraving Hand Painting Enamelling These questions will only be assessed on the Lots that require the specialist skill. More information will be provided at Stage 2.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social Value Outcome 4: Sustainable Procurement Practices: reducing carbon footprints, minimising waste, and promoting the use of clean energy and green technologies has been selected and will form 10% of the award criteria. Further information will be provided at Stage 2 of the competition.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "More information will be provided at Stage 2.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The legal and financial capacity conditions of participation, such as requirement to obtain a specified D&B Failure Score, have or arrange to have specified insurance policies and comply with data protection law, for lots 1 - 90 are set out in the procurement documents."
},
{
"type": "technical",
"description": "The technical ability conditions of participation, such as requirement to submit 1 contract example and respond to the Authority's modern slavery and cyber essential questions, for lots 1 - 90 are set out in the procurement documents."
},
{
"description": "Please see procurement documents for more information.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00Z",
"endDate": "2029-03-01T23:59:59Z",
"maxExtentDate": "2030-03-01T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030."
},
"hasOptions": true,
"options": {
"description": "Please see procurement documents for more information."
}
}
],
"communication": {
"futureNoticeDate": "2025-06-09T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Qualifying planned procurement notice",
"features": "The procurement will be undertaken in two stages: Stage 1 - Invitation to Participate (ITP) Suppliers are invited to submit a request to participate response. The Authority will use this ITP stage, which consists of the procurement specific questionnaire and conditions of participation, to shortlist suppliers, for each of the lots 1 - 90, who pass all of the pass / fail requirements, to take forward to the ITT stage of this competitive flexible procedure procurement process. Stage 2 - Invitation to Tender (ITT) Shortlisted suppliers from Stage 1 will be invited to attend a demonstration event, following such, those suppliers will be invited to submit a tender to allow the Authority to identify the PS, FTCS and RCS for each of the lots 1 - 90. Suppliers appointed to any of the lots 1 - 90 in PS, FTCS or RCS capacity will automatically be appointed to lot 91 and will have an opportunity to participate in further competitions pursuant to lot 91, as and when those lot 91 requirements arise. No negotiation stage will apply, although the Authority reserves the right to clarify responses."
},
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-12-09T12:00:00Z",
"awardPeriod": {
"endDate": "2026-02-17T23:59:59Z"
},
"documents": [
{
"id": "A-1037",
"documentType": "biddingDocuments",
"description": "There are expected to be 91 lots for this procurement. Attached are the technical specifications for each Lot with the exception of 87,89 and 90. Lot 91 is an ad hoc lot and so there is no technical specification.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1037",
"format": "application/x-zip-compressed"
},
{
"id": "A-1038",
"documentType": "biddingDocuments",
"description": "Please see attached Market Engagement Questionnaire. Please could you return the completed questionnaire to commercial@cabinetoffice.gov.uk by 12.00 noon on Wednesday 14th May 2025.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1038",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "You will need to create an account and search for the relevant Medals and Insignia event. Reference number RM6403.",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
{
"id": "A-7931",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7931",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "074184-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/074184-2025",
"datePublished": "2025-11-14T18:49:39Z",
"format": "text/html"
},
{
"id": "A-7932",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7932",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "074185-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/074185-2025",
"datePublished": "2025-11-14T18:55:56Z",
"format": "text/html"
}
],
"amendments": [
{
"id": "018241-2025",
"description": "Value excluding VAT amended"
},
{
"id": "018245-2025",
"description": "Value excluding VAT amended"
},
{
"id": "018255-2025",
"description": "Amended total value excluding VAT, as well as amended Value per Lot information"
},
{
"id": "074097-2025",
"description": "Further pre-market engagement information (for exercise in June 2025)."
},
{
"id": "074185-2025",
"description": "Updated with correct file for lot descriptions, CPV codes and estimated Lot values"
}
],
"coveredBy": [
"GPA",
"CPTPP"
],
"participationFees": [
{
"id": "ocds-h6vhtk-0509b4",
"type": [
"win"
],
"description": "Not applicable"
}
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"enquiryPeriod": {
"endDate": "2025-11-26T12:00:00Z"
},
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-06-01T23:59:59+01:00"
}
]
}
},
"language": "en"
}