Notice Information
Notice Title
Print Fulfilment and Mailing Hub Framework Agreement
Notice Description
EEM seek to put in place a fully managed, neutral vendor National framework providing public sector bodies with a single, easy-to-use portal to procure Print, Fulfilment, and Mailing goods and services. From printed materials and bulk mailings to secure document fulfilment, buyers can access a wide range of suppliers through one streamlined digital platform-ensuring compliance, cost efficiency, and service flexibility for a period of 48 months. Full details of the framework scope are set out in the specification. The Framework Agreement will be open for use by all Public Sector organisations within the United Kingdom. The Indicative total contract value of this Framework Agreement over the full term of the contract has been calculated to be PS30,000,000. EEM does not guarantee any volumes of business in respect of this Framework Agreement and any figures detailed as part of this ITT are estimates for information purposes only. EEM is seeking to establish a single-supplier Framework Agreement with a Neutral Vendor responsible for delivering a fully managed, end-to-end procurement portal for the provision of Print, Fulfilment and Mailing Services. This Framework is designed to offer public sector buyers a centralised online platform through which they can access a wide range of compliant and competitively priced services, delivered by an ecosystem of pre-approved supply chain partners managed by the Neutral Vendor. The appointed Neutral Vendor will act as the single point of access for all services under the Framework, ensuring a streamlined, transparent and efficient procurement route. The Neutral Vendor will be responsible for managing supplier relationships, service delivery, reporting, and quality assurance across all lots and service categories. This approach ensures flexibility and choice for Contracting Authorities, while reducing administrative burden and maximising value for money. The objectives of the Framework are: 1. Provide a single point of access for public bodies to procure print, fulfilment and mailing services efficiently. 2. Ensure a fully managed service, where the vendor oversees supplier management, order processing, and reporting. 3. Enhance transparency and cost efficiency by allowing price comparisons and budget tracking. 4. Promote sustainability and digital transformation by offering paperless workflows and eco-friendly procurement options. 5. Improve service accessibility through a user-friendly digital platform with real-time tracking and analytics. The appointed vendor will be responsible for: 1. Developing and maintaining a procurement portal to facilitate seamless transactions. 2. Onboarding and managing suppliers across different print, fulfilment and mailing service categories. 3. Ensuring compliance with public sector procurement regulations and required data standards. 4. Providing customer support and training for buyers and suppliers using the platform. 5. Delivering analytics and reporting capabilities for spend analysis, usage tracking, and sustainability metrics. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
Planning Information
We are particularly interested in supplier views on: a) Feasibility of delivering a single-vendor managed portal covering the full scope. b) Suggested commercial and pricing models (transactional, subscription, mixed). c) Portal capabilities, such as usability, ERP integration, reporting, hybrid mail. d) Supply chain management and onboarding processes. e) Support, training and helpdesk capability. f) Value-added features, such as secure printing, carbon tracking, accessibility. g) Innovation in procurement technology and sustainability. h) Risks and mitigations related to implementation and operation. 7. How to Respond Please complete the questionnaire at Appendix A and return via email to mark@metaprocurement.org no later than 6th June 2025. We may also invite a selection of respondents to participate in follow-up in one-to-one conversations to explore feedback further. Please note this is not a call for competition or a procurement exercise. Responding to this notice does not guarantee future involvement. Next Steps and Timeline Issue PME – 19th May 2025 Deadline for Responses 6th June 2025 Follow-up Supplier Sessions 9th to 13th June Anticipated Tender Publication September 2025 Contract Start December 2025 PME Supplier Questionnaire 1. Please describe your experience in delivering vendor-managed digital portals. 2. Can your solution support the full range of services described in the draft specification? 3. What pricing model(s) would you propose (e.g., fixed, transactional, subscription)? 4. How would you manage onboarding and performance of a multi-supplier supply chain? 5. What innovations (technical, sustainability, usability) would you bring to this service? 6. Are there any commercial or operational risks you foresee with the proposed model? 7. What level of support can you provide to public sector users? 8. Would you be interested in participating in a follow-up conversation?
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0514cc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004544-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
22 - Printed matter and related products
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
22000000 - Printed matter and related products
72000000 - IT services: consulting, software development, Internet and support
79820000 - Services related to printing
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- £30,000,000 £10M-£100M
- Awards Value
- £30,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 20261 months ago
- Submission Deadline
- 12 Dec 2025Expired
- Future Notice Date
- 1 Sep 2025Expired
- Award Date
- 19 Jan 20261 months ago
- Contract Period
- 2 Feb 2026 - 1 Feb 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EFFICIENCY EAST MIDLANDS LIMITED
- Additional Buyers
- Contact Name
- MARK STEPHENS, Mark Stephens
- Contact Email
- contact@metaprocurement.org, tenders@eem.org.uk
- Contact Phone
- 07973385737
Buyer Location
- Locality
- ALFRETON
- Postcode
- DE55 2DS
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF14 Nottingham
- Delivery Location
- Not specified
-
- Local Authority
- Nottingham
- Electoral Ward
- Castle
- Westminster Constituency
- Nottingham East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/004544-2026
19th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/073288-2025
12th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/073286-2025
12th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/067560-2025
22nd October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/067291-2025
22nd October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/021862-2025
15th May 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
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-0514cc-2026-01-19T17:46:00Z",
"date": "2026-01-19T17:46:00Z",
"ocid": "ocds-h6vhtk-0514cc",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-07762614",
"name": "EFFICIENCY EAST MIDLANDS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07762614"
},
"address": {
"streetAddress": "3 Maisies Way",
"locality": "Alfreton",
"postalCode": "DE55 2DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF12"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "tenders@eem.org.uk",
"telephone": "07973385737"
},
"roles": [
"buyer"
],
"details": {
"url": "https://metaprocurement.org/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
},
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRXX-3953-HVQM"
}
]
},
{
"id": "GB-COH-13864148",
"name": "META PROCUREMENT LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13864148"
},
"address": {
"streetAddress": "The Rock Cottage Peveril Drive",
"locality": "Nottingham",
"postalCode": "NG7 1DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"name": "MARK STEPHENS",
"email": "contact@metaprocurement.org",
"telephone": "07973385737"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Adminstrator",
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHTC-9381-MRCG"
}
],
"details": {
"url": "http://www.metaprocurement.org"
}
},
{
"id": "GB-COH-02519887",
"name": "FINE PRINT (STOCKPORT) LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02519887"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVTM-8878-ZPRJ"
}
],
"address": {
"streetAddress": "Unit 6f Lowick Close",
"locality": "Hazel Grove",
"postalCode": "SK7 5ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD35"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://fineprint-stockport.co.uk",
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-06695717",
"name": "LATCHAM DIRECT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06695717"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJNQ-6776-QYCJ"
}
],
"address": {
"streetAddress": "Unit 1 Western Drive",
"locality": "Hengrove",
"postalCode": "BS14 0AF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK11"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.latcham.co.uk",
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-06925648",
"name": "CUBIQUITY LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06925648"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXBJ-5178-PBRT"
}
],
"address": {
"streetAddress": "One Anchorage Avenue",
"locality": "Shrewsbury",
"postalCode": "SY2 6FG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG22"
},
"contactPoint": {
"email": "tenders@cubiquitymedia.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.cubiquitymedia.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-07762614",
"name": "EFFICIENCY EAST MIDLANDS LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "We are particularly interested in supplier views on: a) Feasibility of delivering a single-vendor managed portal covering the full scope. b) Suggested commercial and pricing models (transactional, subscription, mixed). c) Portal capabilities, such as usability, ERP integration, reporting, hybrid mail. d) Supply chain management and onboarding processes. e) Support, training and helpdesk capability. f) Value-added features, such as secure printing, carbon tracking, accessibility. g) Innovation in procurement technology and sustainability. h) Risks and mitigations related to implementation and operation. 7. How to Respond Please complete the questionnaire at Appendix A and return via email to mark@metaprocurement.org no later than 6th June 2025. We may also invite a selection of respondents to participate in follow-up in one-to-one conversations to explore feedback further. Please note this is not a call for competition or a procurement exercise. Responding to this notice does not guarantee future involvement. Next Steps and Timeline Issue PME - 19th May 2025 Deadline for Responses 6th June 2025 Follow-up Supplier Sessions 9th to 13th June Anticipated Tender Publication September 2025 Contract Start December 2025 PME Supplier Questionnaire 1. Please describe your experience in delivering vendor-managed digital portals. 2. Can your solution support the full range of services described in the draft specification? 3. What pricing model(s) would you propose (e.g., fixed, transactional, subscription)? 4. How would you manage onboarding and performance of a multi-supplier supply chain? 5. What innovations (technical, sustainability, usability) would you bring to this service? 6. Are there any commercial or operational risks you foresee with the proposed model? 7. What level of support can you provide to public sector users? 8. Would you be interested in participating in a follow-up conversation?",
"dueDate": "2025-06-12T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "021862-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/021862-2025",
"datePublished": "2025-05-15T15:29:39+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "EEM0025",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Print Fulfilment and Mailing Hub Framework Agreement",
"description": "EEM seek to put in place a fully managed, neutral vendor National framework providing public sector bodies with a single, easy-to-use portal to procure Print, Fulfilment, and Mailing goods and services. From printed materials and bulk mailings to secure document fulfilment, buyers can access a wide range of suppliers through one streamlined digital platform-ensuring compliance, cost efficiency, and service flexibility for a period of 48 months. Full details of the framework scope are set out in the specification. The Framework Agreement will be open for use by all Public Sector organisations within the United Kingdom. The Indicative total contract value of this Framework Agreement over the full term of the contract has been calculated to be PS30,000,000. EEM does not guarantee any volumes of business in respect of this Framework Agreement and any figures detailed as part of this ITT are estimates for information purposes only. EEM is seeking to establish a single-supplier Framework Agreement with a Neutral Vendor responsible for delivering a fully managed, end-to-end procurement portal for the provision of Print, Fulfilment and Mailing Services. This Framework is designed to offer public sector buyers a centralised online platform through which they can access a wide range of compliant and competitively priced services, delivered by an ecosystem of pre-approved supply chain partners managed by the Neutral Vendor. The appointed Neutral Vendor will act as the single point of access for all services under the Framework, ensuring a streamlined, transparent and efficient procurement route. The Neutral Vendor will be responsible for managing supplier relationships, service delivery, reporting, and quality assurance across all lots and service categories. This approach ensures flexibility and choice for Contracting Authorities, while reducing administrative burden and maximising value for money. The objectives of the Framework are: 1. Provide a single point of access for public bodies to procure print, fulfilment and mailing services efficiently. 2. Ensure a fully managed service, where the vendor oversees supplier management, order processing, and reporting. 3. Enhance transparency and cost efficiency by allowing price comparisons and budget tracking. 4. Promote sustainability and digital transformation by offering paperless workflows and eco-friendly procurement options. 5. Improve service accessibility through a user-friendly digital platform with real-time tracking and analytics. The appointed vendor will be responsible for: 1. Developing and maintaining a procurement portal to facilitate seamless transactions. 2. Onboarding and managing suppliers across different print, fulfilment and mailing service categories. 3. Ensuring compliance with public sector procurement regulations and required data standards. 4. Providing customer support and training for buyers and suppliers using the platform. 5. Delivering analytics and reporting capabilities for spend analysis, usage tracking, and sustainability metrics. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "79820000",
"description": "Services related to printing"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework is established by Efficiency East Midlands (EEM) and is available for use by all UK public sector authorities as defined in the Procurement Act 2023, including central government departments and their agencies, non-departmental and arm's-length bodies, devolved administrations, local authorities, police, fire and rescue, health and social care organisations, educational institutions, and registered providers of social housing. It may also be used by charities, voluntary and third-sector organisations delivering public services, and other bodies meeting the definition of a public authority under the Act, across England, Scotland, Wales, Northern Ireland, the Crown Dependencies, and British Overseas Territories.",
"description": "Single Supplier call-off against Framework pricing"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-02-02T00:00:00Z",
"endDate": "2030-02-01T23:59:59Z"
},
"status": "complete",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical/Quality",
"description": "Technical/quality questions",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical/Quality",
"description": "Technical/quality questions",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical/Quality",
"description": "Technical/quality questions",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical/Quality",
"description": "Technical/quality questions",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-09-01T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"participationFees": [
{
"id": "ocds-h6vhtk-0514cc",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "See ITT"
}
],
"submissionMethodDetails": "https://metaprocurement.mytenders.co.uk. Please note that you will need to register on the portal if you haven't done so previously.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-12T11:59:00Z"
},
"enquiryPeriod": {
"endDate": "2025-11-07T23:59:00Z"
},
"awardPeriod": {
"endDate": "2026-01-19T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "067291-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/067291-2025",
"datePublished": "2025-10-22T08:07:26+01:00",
"format": "text/html"
},
{
"id": "067560-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/067560-2025",
"datePublished": "2025-10-22T15:27:40+01:00",
"format": "text/html"
},
{
"id": "073286-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073286-2025",
"datePublished": "2025-11-12T15:57:50Z",
"format": "text/html"
},
{
"id": "073288-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073288-2025",
"datePublished": "2025-11-12T16:02:25Z",
"format": "text/html"
}
],
"amendments": [
{
"id": "067560-2025",
"description": "22/10/25 the tender submission deadline was changed to 28.11.25"
},
{
"id": "073286-2025",
"description": "On 12 November 2025: The closing date for submissions was changed to 11.59 on 12 December 2025. The framework commencement date was changed to 2 February 2026. The framework end date was changed to 1 February 2030."
},
{
"id": "073288-2025",
"description": "On 12 November 2025: The notification of outcome date was changed to 19 January 2026."
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06925648",
"name": "CUBIQUITY LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02519887",
"name": "FINE PRINT (STOCKPORT) LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06695717",
"name": "LATCHAM DIRECT LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2026-01-19T00:00:00Z",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-06925648",
"name": "CUBIQUITY LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "79820000",
"description": "Services related to printing"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-28T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-02T00:00:00Z",
"endDate": "2030-02-01T23:59:59Z"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "004544-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004544-2026",
"datePublished": "2026-01-19T17:46:00Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-19T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-02T23:59:59Z",
"status": "scheduled"
}
]
}
]
}