Notice Information
Notice Title
Facilities Management Services
Notice Description
This contract is for the supply of facilities management (FM) services at the Bank's premises over 4 years with the option to extend for a further year. The estimated total contract value is up to PS150m (inc. VAT) comprising of the initial phase of PS31m, and potential subsequent phases. Services are to be primarily delivered in London, and Essex, with ad-hoc services required at regional offices across the United Kingdom and potential for services to be provided in Leeds during the term of the contract.
Lot Information
Lot 1
Options: The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023.
Renewal: An initial contract term is 4 years with an extension option at the Bank's discretion of 1 year.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051f72
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013922-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
50 - Repair and maintenance services
55 - Hotel, restaurant and retail trade services
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
85 - Health and social work services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31625100 - Fire-detection systems
31625200 - Fire-alarm systems
32320000 - Television and audio-visual equipment
35121700 - Alarm systems
38543000 - Gas-detection equipment
39310000 - Catering equipment
50000000 - Repair and maintenance services
55520000 - Catering services
60120000 - Taxi services
63515000 - Travel services
63516000 - Travel management services
64110000 - Postal services
64120000 - Courier services
64224000 - Teleconferencing services
77314000 - Grounds maintenance services
79710000 - Security services
79952000 - Event services
79993100 - Facilities management services
85147000 - Company health services
90500000 - Refuse and waste related services
90731100 - Air quality management
90910000 - Cleaning services
Notice Value(s)
- Tender Value
- £125,000,000 £100M-£1B
- Lots Value
- £125,000,000 £100M-£1B
- Awards Value
- £125,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Feb 20266 days ago
- Submission Deadline
- 11 Aug 2025Expired
- Future Notice Date
- 30 May 2025Expired
- Award Date
- 16 Feb 20261 weeks ago
- Contract Period
- 1 Mar 2026 - 28 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
- BANK OF ENGLAND
- Contact Name
- Not specified
- Contact Email
- askprocurement@bankofengland.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- EC2R 8AH
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLE Yorkshire and The Humber, TLH3 Essex, TLI London, TLI4 Inner London - East
-
- Local Authority
- City of London
- Electoral Ward
- Walbrook
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013922-2026
16th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043028-2025
25th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/042791-2025
24th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025375-2025
22nd May 2025 - Pipeline notice on Find a Tender
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-051f72-2026-02-16T15:06:05Z",
"date": "2026-02-16T15:06:05Z",
"ocid": "ocds-h6vhtk-051f72",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "025375-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025375-2025",
"datePublished": "2025-05-22T18:12:24+01:00",
"format": "text/html"
}
],
"noEngagementNoticeRationale": "The Preliminary Market Engagement took place prior to the commencement of the Procurement Act 2023 and further information on the preliminary market engagement conducted is provided in the associated tender documents."
},
"parties": [
{
"id": "GB-COH-RC000042",
"name": "BANK OF ENGLAND",
"identifier": {
"scheme": "GB-COH",
"id": "RC000042"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRDB-1113-HPPT"
}
],
"address": {
"streetAddress": "Threadneedle Street",
"locality": "London",
"postalCode": "EC2R 8AH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "askprocurement@bankofengland.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-1799580",
"name": "CBRE Managed Services",
"identifier": {
"scheme": "GB-COH",
"id": "1799580"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWRJ-8952-YYJD"
}
],
"address": {
"streetAddress": "61 Southwark street",
"locality": "London",
"postalCode": "SE1 0HL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://www.cbre.co.uk/",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-01188567",
"name": "Jones Lang LaSalle Limited",
"identifier": {
"scheme": "GB-COH",
"id": "01188567"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNCL-6287-DJTQ"
}
],
"address": {
"streetAddress": "30 Warwick Street",
"locality": "London",
"postalCode": "W1B 5NH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.jll.co.uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-03056469",
"name": "OCS GROUP UK LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03056469"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNJD-4733-GTBJ"
}
],
"address": {
"streetAddress": "New Century House",
"locality": "Ipswich",
"postalCode": "IP3 9SJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://ocs.com/uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-00890885",
"name": "ISS FACILITY SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "00890885"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGJY-6558-DZLZ"
}
],
"address": {
"streetAddress": "Velocity 1 Brooklands Drive",
"locality": "Weybridge",
"postalCode": "KT13 0SL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ25"
},
"contactPoint": {
"email": "isscommercial@uk.issworld.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.issworld.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-RC000042",
"name": "BANK OF ENGLAND"
},
"tender": {
"id": "PROC/470",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Facilities Management Services",
"description": "This contract is for the supply of facilities management (FM) services at the Bank's premises over 4 years with the option to extend for a further year. The estimated total contract value is up to PS150m (inc. VAT) comprising of the initial phase of PS31m, and potential subsequent phases. Services are to be primarily delivered in London, and Essex, with ad-hoc services required at regional offices across the United Kingdom and potential for services to be provided in Leeds during the term of the contract.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625100",
"description": "Fire-detection systems"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "32320000",
"description": "Television and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
},
{
"scheme": "CPV",
"id": "38543000",
"description": "Gas-detection equipment"
},
{
"scheme": "CPV",
"id": "39310000",
"description": "Catering equipment"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "55520000",
"description": "Catering services"
},
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
},
{
"scheme": "CPV",
"id": "63515000",
"description": "Travel services"
},
{
"scheme": "CPV",
"id": "63516000",
"description": "Travel management services"
},
{
"scheme": "CPV",
"id": "64110000",
"description": "Postal services"
},
{
"scheme": "CPV",
"id": "64120000",
"description": "Courier services"
},
{
"scheme": "CPV",
"id": "64224000",
"description": "Teleconferencing services"
},
{
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
{
"scheme": "CPV",
"id": "79952000",
"description": "Event services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "85147000",
"description": "Company health services"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "90731100",
"description": "Air quality management"
},
{
"scheme": "CPV",
"id": "90910000",
"description": "Cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 150000000,
"amount": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-02-09T00:00:00Z",
"endDate": "2030-02-08T23:59:59Z",
"maxExtentDate": "2031-02-08T23:59:59Z"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 150000000,
"amount": 125000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Pricing Requirements",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Delivery",
"numbers": [
{
"number": 21,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health & Safety",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "People Management",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Culture",
"numbers": [
{
"number": 3.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Transformation",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 3.5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Pricing Requirements",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Delivery",
"numbers": [
{
"number": 21,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health & Safety",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "People Management",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Culture",
"numbers": [
{
"number": 3.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Transformation",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 3.5,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "In summary the technical ability conditions of participation address the following: - Core supplier information - Associated persons - Debarment (including proposed sub-contractors) - Financial capacity - Insurance requirements - Relevant experience and contract examples - Health and safety - Professional memberships/accreditation - Modern slavery - Quality assurance - Equality and diversity - Business continuity - ESG - Bribery Act 2010 - Prompt Payment - Carbon Reduction The questions and the assessment criteria are set out in the Procurement Specific Questionnaire provided as part of the associated tender documents."
},
{
"type": "technical",
"description": "In summary the technical ability conditions of participation address the following: - Core supplier information - Associated persons - Debarment (including proposed sub-contractors) - Financial capacity - Insurance requirements - Relevant experience and contract examples - Health and safety - Professional memberships/accreditation - Modern slavery - Quality assurance - Equality and diversity - Business continuity - ESG - Bribery Act 2010 - Prompt Payment - Carbon Reduction The questions and the assessment criteria are set out in the Procurement Specific Questionnaire provided as part of the associated tender documents."
}
]
},
"renewal": {
"description": "An initial contract term is 4 years with an extension option at the Bank's discretion of 1 year."
},
"hasOptions": true,
"options": {
"description": "The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023."
}
}
],
"communication": {
"futureNoticeDate": "2025-05-30T23:59:59+01:00"
},
"status": "complete",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Bank will conduct a Competitive Flexible Procedure in 4 stages: 1) conditions of participation (selection) stage 2) invitation to submit initial tenders (shortlisting) stage 3) negotiation 4) invitation to submit Best And Final Offer (BAFO) stage and award. The Bank will assess the responses to Conditions of Participation (selection) stage in three steps: 1) completeness and compliance check 2) confirmation that the potential supplier, associated persons, connected persons and/or any sub-contractors are not listed on the debarment list and any significant sub-contractors are checked against the exclusions grounds 3) responses to the Procurement Specific Questionnaire assessed against Conditions of Participation criteria Following the Conditions of Participation (selection) stage, the Bank will rank potential suppliers who achieved a Pass in relation to all Pass/Fail criteria on the basis of the total scores achieved on the scored criteria (the highest scoring response being ranked in first place). The Bank will invite the top 5 ranking potential suppliers to the Invitation to submit Initial Tenders (shortlisting) stage. The Invitation to submit Initial Tenders stage submissions will include a response to the pricing schedule, tender questions and form of tender. Evaluation of tender responses will be scored against the published criteria, and a presentation and clarification meeting held with the Bank. The top 3 ranking suppliers will be shortlisted to participate in the negotiation stage and following negotiation, invited to submit a final tender response (BAFO stage)."
},
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "Submission of responses to the Procurement Specific Questionnaire must be via the Bank's procurement portal Proactis at this address: https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-08-21T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-08-11T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-26T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "The following documents are being provided as the tender notice is being published - Instructions to Suppliers (including early market engagement summary, and summary of Invitation to Tender questions (criteria and weightings provided only)) - Procurement Specific Questionnaire - Statement of Requirements - Supplier Code of Practice The following documents will be published during the Conditions of Participation stage: - Draft Contract Terms - Invitation to Tender - Price Schedule - Key Performance Indicators The following documents will be published at Invitation to submit Initial Tenders stage: - TUPE Employee Liability Information Documents are provided on the Bank of England's Procurement portal: https://supplierlive.proactisp2p.com/ Due to the sensitive nature of the Threadneedle Street building and associated documentation, interested suppliers are required to complete a non-disclosure agreement in order to access the associated tender documents. Interested suppliers should e-mail fm.contracts@bankofengland.co.uk with the reference \"PROC/470\" within the subject and confirm the signatory name and e-mail address for the Non-disclosure Agreement. This will then be issued via DocuSign."
},
{
"id": "042791-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/042791-2025",
"datePublished": "2025-07-24T14:06:58+01:00",
"format": "text/html"
},
{
"id": "043028-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043028-2025",
"datePublished": "2025-07-25T10:18:44+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Payment terms in line with the Services Contract provided as part of the associated tender documents."
},
"riskDetails": "The Bank is undergoing a transformation project to its estate in London, which involves redesigning and consolidating into the Threadneedle Street building. In addition, the Bank is expanding its Leeds presence over the next three years. In support of these changes, the Bank will be looking at the provision of facilities management services to enhance the operation to be more risk controlled, data driven, and cost-efficient quality service for the future. In light of this, changes may impact the provision of services and there is a risk of modifications to the contract.",
"amendments": [
{
"id": "043028-2025",
"description": "Corrected the e-mail address Potential Suppliers should contact to fm.contracts@bankofengland.co.uk"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00890885",
"name": "ISS FACILITY SERVICES LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-1799580",
"name": "CBRE Managed Services"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01188567",
"name": "Jones Lang LaSalle Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03056469",
"name": "OCS GROUP UK LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Facilities Management Services",
"status": "pending",
"date": "2026-02-16T00:00:00Z",
"value": {
"amountGross": 150000000,
"amount": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00890885",
"name": "ISS FACILITY SERVICES LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-25T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2030-02-28T23:59:59Z",
"maxExtentDate": "2031-02-28T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option for extension of term by 1 year."
},
"hasOptions": true,
"options": {
"description": "Option for the supply of Phase 2 Services: * Events Management * Audio Visuals Services * Security Manned Guarding * Space Management * Catering & Hospitality The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "013922-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013922-2026",
"datePublished": "2026-02-16T15:06:05Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-16T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-27T23:59:59Z",
"status": "scheduled"
}
]
}
]
}