Award

HMRC Vaping Duty Stamps Scheme

HM REVENUE & CUSTOMS

This public procurement record has 5 releases in its history.

Award

10 Feb 2026 at 10:04

Award

09 Jan 2026 at 10:53

Tender

29 Jul 2025 at 15:48

Planning

17 Jun 2025 at 16:09

Planning

10 Jun 2025 at 07:18

Summary of the contracting process

The HMRC Vaping Duty Stamps Scheme, announced in Autumn Budget 2024, involves a procurement process managed by HM Revenue & Customs, located at 100 Parliament Street, London. This scheme aims to implement a Vaping Duty Products policy starting 1 October 2026. The procurement has progressed through a competitive flexible procedure, with CARTOR Security Printers Limited awarded the contract to produce Vaping Duty Stamps, which include digital features for traceability and data capture. The concession contract, valued at £32 million (excluding VAT), spans five years with an optional one-year extension. This initiative targets the provision of secure, authenticated vaping duty stamps applied before the release of vaping products, with data recorded on the supplier's system. The procurement method used was selective, ensuring compliance with the Procurement Act 2023, and the current stage is complete as of February 2026.

This procurement tender presents significant opportunities for businesses in the secure printing and data management sectors. The nature of the contract suits companies, particularly SMEs that specialize in producing secure, high-volume digital and physical products with traceability features. Additionally, businesses proficient in developing systems for ordering, payment processing, and data collection on products through supply chains may find substantial growth potential. Companies involved in logistics and delivery services could also benefit, especially those aligning with HMRC's requirements for efficient, cost-effective delivery within the UK and internationally. The project emphasis on security and compliance fortifies collaboration prospects with governmental departments and influences future public sector engagements.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

HMRC Vaping Duty Stamps Scheme

Notice Description

At Autumn Budget 2024, the Government confirmed Vaping Products Duty (VPD) would be introduced from 1 October 2026. Following further technical consultation, the Government announced a Vaping Duty Stamps Scheme (VDS) to be implemented alongside the VPD. The response to the consultation is available on GOV.UK. HM Revenue & Customs (HMRC) has conducted a competitive flexible procurement exercise to appoint a Vaping Duty Stamp supplier via a concession contract. The duration of the contract will be 5 years with an optional one (1) year extension period at the sole discretion of the Authority. The estimated total contract value (inclusive of any options) is PS32 million (excluding VAT). This value has been calculated based on the indicative volumes provided within the Specification and using existing information on stamp duty costs, including engagement with International Tax Stamp Association (ITSA). The Authority anticipates that a third of the contract value is associated with delivery charges, which are a non-profitable element of the contract. This assumption is based on average delivery costs of UK postal providers, for National, European and International mail. The Supplier will support the implementation of the Vaping Duty Stamp (VDS) Scheme. Under the scheme, businesses will purchase duty stamps directly from the appointed Supplier. The stamp will be a physical product incorporating digital features for traceability and authentication and will also capture data; including information about the manufacturer or business who affixes the stamp, product details and product journey through the supply chain. The scheme will be managed by the appointed Supplier, who will be responsible for production and supply, as well as providing the system for businesses to order, make payment, manage their stamps and collect data for HMRC relating to vaping products and the journey through the supply chain. The stamp must be applied before the product is released for consumption, and associated data will be recorded in the Supplier's system.

Lot Information

Lot 1

Options: The following optional services have been identified, allowing HMRC to adapt the system as policy or operational needs evolve, anticipating future developments in compliance, enforcement or technology; - Decoupling Digital Elements from the Physical Stamp; To support innovation in digital compliance. - Expansion of Scanning Events; To enhance traceability, support enforcement and improve data across the supply chain. - Reporting; New or modified reports accessible via the graphical interface. - Alerts; New or modified alerts triggered by changes to HMRC defined 'events of interest'. Optional services are defined as services that are not part of the core deliverables and will only be implemented at HMRC' s discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023.

Renewal: The duration of the contract will be 5-years with an optional 1-year extension period at the sole discretion of the Authority.

Planning Information

The purpose of this preliminary market engagement notice is to: a) Provide notice that HMRC is seeking to undertake formal market engagement for the VDS requirement; b) Summarise any market engagement undertaken to date; and c) Invite potential providers to register for the upcoming market engagement exercise through HMRC's eSourcing system. Market engagement undertaken to date: HMRC undertook informal market engagement in August / September 2024 to explore the capabilities of the market and options for designing and delivering a duty stamps scheme to meet HMRC's objectives, including the time required for mobilisation. Further engagement was also undertaken in February 2025 as part of the policy consultation process (https://www.gov.uk/government/consultations/vaping-products-duty-consultation). These exercises helped HMRC consider how duty stamps are used globally, available market technology, potential delivery models and timescales. Businesses were also informed that HMRC were considering duty stamps as a compliance tool. Market engagement objectives: HMRC intends to conduct a short additional formal market engagement exercise. The objectives of this market engagement are to: a) Request information from the market on the indicative VDS requirements and proposed commercial approach; and b) Provide the opportunity for the market to raise any clarifications ahead of the formal tender process launching. Market engagement activities and timescales: The market engagement exercise will be undertaken through launching a Request for Information (RFI) to gain further market insight on the indicative requirements and proposed procurement approach. The RFI will open from 17/06/2025 and close at 12pm on 7/07/2025. Interested participants should register with HMRC's eSourcing tool (Ariba), using the below instructions. Once registered, participants will be able to access a supporting information document, providing further information on the outline VDS requirements and proposed procurement, and the RFI questions. There will also be the ability to seek clarifications via the messaging tool. We endeavour to answer questions as promptly as possible. Furthermore, we intend to hold a virtual "RFI information session" at 2:30pm on 24/06/2025 via MS Teams to provide a verbal overview of the VDS requirements, RFI objectives and answer any questions. Please indicate your interest in attending this session upon completing your registration to Ariba and joining instructions will be shared in advance of the session. Registration process: Market engagement will be conducted through HMRC's SAP Ariba e-Sourcing portal. You must ensure you are registered with the e-Sourcing portal to gain access to the RFI documentation. If you are not already registered, use our supplier self-registration request form to register: http://hmrc.sourcing-eu.ariba.com/ad/selfRegistration As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact; sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made. Once you have obtained 'your organisation's account ID' number, please email louise.atkinson2@hmrc.gov.uk and copy in james.mak1@hmrc.gov.uk with: - Contract title and Reference - Your organisation's HMRC SAP Ariba account ID - Your organisation name - Your name - Your email address - Your telephone number Once you have complied with the above, you will receive an email confirming access to the procurement event once it is built. Additionally, should HMRC have any questions for interested bidders prior to the event being published (in terms of market engagement and requirement development), the above provided contact details will be used. Further information about HMRC's procurement tool SAP Ariba, a supplier's guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm If you have already registered on SAP Ariba then you may also need to re-register on HMRC's SAP Ariba in order to be added to this event.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0545bc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011663-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

22 - Printed matter and related products

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

22400000 - Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals

79823000 - Printing and delivery services

Notice Value(s)

Tender Value
£32,000,000 £10M-£100M
Lots Value
£32,000,000 £10M-£100M
Awards Value
£32,000,000 £10M-£100M
Contracts Value
£32,000,000 £10M-£100M

Notice Dates

Publication Date
10 Feb 20261 weeks ago
Submission Deadline
5 Aug 2025Expired
Future Notice Date
14 Jul 2025Expired
Award Date
8 Jan 20261 months ago
Contract Period
4 Feb 2026 - 3 Feb 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
HM REVENUE & CUSTOMS
Contact Name
Louise Atkinson
Contact Email
hmrcsupportsapariba@hmrc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2BQ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

CARTOR SECURITY PRINTERS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0545bc-2026-02-10T10:04:34Z",
    "date": "2026-02-10T10:04:34Z",
    "ocid": "ocds-h6vhtk-0545bc",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "031109-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031109-2025",
                "datePublished": "2025-06-10T08:18:16+01:00",
                "format": "text/html"
            },
            {
                "id": "033087-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033087-2025",
                "datePublished": "2025-06-17T17:09:23+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The purpose of this preliminary market engagement notice is to: a) Provide notice that HMRC is seeking to undertake formal market engagement for the VDS requirement; b) Summarise any market engagement undertaken to date; and c) Invite potential providers to register for the upcoming market engagement exercise through HMRC's eSourcing system. Market engagement undertaken to date: HMRC undertook informal market engagement in August / September 2024 to explore the capabilities of the market and options for designing and delivering a duty stamps scheme to meet HMRC's objectives, including the time required for mobilisation. Further engagement was also undertaken in February 2025 as part of the policy consultation process (https://www.gov.uk/government/consultations/vaping-products-duty-consultation). These exercises helped HMRC consider how duty stamps are used globally, available market technology, potential delivery models and timescales. Businesses were also informed that HMRC were considering duty stamps as a compliance tool. Market engagement objectives: HMRC intends to conduct a short additional formal market engagement exercise. The objectives of this market engagement are to: a) Request information from the market on the indicative VDS requirements and proposed commercial approach; and b) Provide the opportunity for the market to raise any clarifications ahead of the formal tender process launching. Market engagement activities and timescales: The market engagement exercise will be undertaken through launching a Request for Information (RFI) to gain further market insight on the indicative requirements and proposed procurement approach. The RFI will open from 17/06/2025 and close at 12pm on 7/07/2025. Interested participants should register with HMRC's eSourcing tool (Ariba), using the below instructions. Once registered, participants will be able to access a supporting information document, providing further information on the outline VDS requirements and proposed procurement, and the RFI questions. There will also be the ability to seek clarifications via the messaging tool. We endeavour to answer questions as promptly as possible. Furthermore, we intend to hold a virtual \"RFI information session\" at 2:30pm on 24/06/2025 via MS Teams to provide a verbal overview of the VDS requirements, RFI objectives and answer any questions. Please indicate your interest in attending this session upon completing your registration to Ariba and joining instructions will be shared in advance of the session. Registration process: Market engagement will be conducted through HMRC's SAP Ariba e-Sourcing portal. You must ensure you are registered with the e-Sourcing portal to gain access to the RFI documentation. If you are not already registered, use our supplier self-registration request form to register: http://hmrc.sourcing-eu.ariba.com/ad/selfRegistration As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact; sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made. Once you have obtained 'your organisation's account ID' number, please email louise.atkinson2@hmrc.gov.uk and copy in james.mak1@hmrc.gov.uk with: - Contract title and Reference - Your organisation's HMRC SAP Ariba account ID - Your organisation name - Your name - Your email address - Your telephone number Once you have complied with the above, you will receive an email confirming access to the procurement event once it is built. Additionally, should HMRC have any questions for interested bidders prior to the event being published (in terms of market engagement and requirement development), the above provided contact details will be used. Further information about HMRC's procurement tool SAP Ariba, a supplier's guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm If you have already registered on SAP Ariba then you may also need to re-register on HMRC's SAP Ariba in order to be added to this event.",
                "dueDate": "2025-07-07T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PVMW-8599-JZNJ",
            "name": "HM Revenue & Customs",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVMW-8599-JZNJ"
            },
            "address": {
                "streetAddress": "100 Parliament Street",
                "locality": "London",
                "postalCode": "SW1A 2BQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Louise Atkinson",
                "email": "hmrcsupportsapariba@hmrc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLHH-2888-HNXM",
            "name": "DIAS Bilisim ve Teknoloji Hizmetleri A.S.",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLHH-2888-HNXM"
            },
            "address": {
                "streetAddress": "Maslak Mah. Eski Buyukdere Caddesi Kapital Plaza no 17-19",
                "locality": "Istanbul",
                "postalCode": "34398",
                "country": "TR",
                "countryName": "Turkey",
                "region": "TR"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PLQT-8721-JMZQ",
            "name": "LEONHARD Kurz Stiftung & Co. KG",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLQT-8721-JMZQ"
            },
            "address": {
                "streetAddress": "Schwabacher Strasse 482",
                "locality": "Fuerth",
                "postalCode": "90763",
                "country": "DE",
                "countryName": "Germany",
                "region": "DE"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "https://www.kurz-world.com/en/",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-00870128",
            "name": "CARTOR SECURITY PRINTERS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00870128"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRLX-7242-NNMQ"
                }
            ],
            "address": {
                "streetAddress": "Unit G3",
                "locality": "Wolverhampton",
                "postalCode": "WV9 5GB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG24"
            },
            "contactPoint": {
                "email": "andrew.brigham@cartor.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.cartor.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVMW-8599-JZNJ",
        "name": "HM Revenue & Customs"
    },
    "tender": {
        "id": "SR2327849201",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "HMRC Vaping Duty Stamps Scheme",
        "description": "At Autumn Budget 2024, the Government confirmed Vaping Products Duty (VPD) would be introduced from 1 October 2026. Following further technical consultation, the Government announced a Vaping Duty Stamps Scheme (VDS) to be implemented alongside the VPD. The response to the consultation is available on GOV.UK. HM Revenue & Customs (HMRC) has conducted a competitive flexible procurement exercise to appoint a Vaping Duty Stamp supplier via a concession contract. The duration of the contract will be 5 years with an optional one (1) year extension period at the sole discretion of the Authority. The estimated total contract value (inclusive of any options) is PS32 million (excluding VAT). This value has been calculated based on the indicative volumes provided within the Specification and using existing information on stamp duty costs, including engagement with International Tax Stamp Association (ITSA). The Authority anticipates that a third of the contract value is associated with delivery charges, which are a non-profitable element of the contract. This assumption is based on average delivery costs of UK postal providers, for National, European and International mail. The Supplier will support the implementation of the Vaping Duty Stamp (VDS) Scheme. Under the scheme, businesses will purchase duty stamps directly from the appointed Supplier. The stamp will be a physical product incorporating digital features for traceability and authentication and will also capture data; including information about the manufacturer or business who affixes the stamp, product details and product journey through the supply chain. The scheme will be managed by the appointed Supplier, who will be responsible for production and supply, as well as providing the system for businesses to order, make payment, manage their stamps and collect data for HMRC relating to vaping products and the journey through the supply chain. The stamp must be applied before the product is released for consumption, and associated data will be recorded in the Supplier's system.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "22400000",
                        "description": "Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79823000",
                        "description": "Printing and delivery services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Further to the publication of the Planned Procurement Notice and undertaking Preliminary Market Engagement, HMRC is conducting this procurement process via a Competitive Flexible Procedure in accordance with the requirements of the Procurement Act 2023. The stages of this Competitive Flexible Procedure are as follows; - Stage 1 Invitation to Participate (ITP): Suppliers must meet the Conditions of Participation in order to proceed to Stage 2 of the process. There is no limit to the numbers of Suppliers who can proceed to Stage 2. Any Supplier who fails to meet these conditions will be excluded from participating in the process and will not be invited to Stage 2. - Stage 2 Invitation to Dialogue (ITPD): Suppliers successful at Stage 1 are invited to participate in dialogue sessions to develop the requirements and contractual terms for the scheme. - Stage 3 Invitation to Tender (ITT): Suppliers who have participated in dialogue are invited to submit tenders detailing their proposed solution. - Stage 4 Demonstration: Suppliers who have submitted compliant tenders will be invited to a Demonstration session to enable the Authority to test and verify that the requirements and proposed solution can be delivered. - Stage 5 Preferred Supplier Stage (optional): The supplier who has been identified as offering the Most Advantageous Tender (MAT) maybe invited to engage in further discussion. This stage will be used to conduct any further due diligence as required, to confirm that commitments made can be satisfied, and to finalise the draft Contract terms and conditions, in accordance with the limitations set out in the Procurement Act 2023. The Award Criteria provided is indicative at this stage and further details will be provided within the Invitation to Tender (ITT). The Authority may refine award criteria as part of this Competitive Flexible procedure in accordance with Section 24 of the Procurement Act 2023."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Suppliers who wish to participate in public procurements are required to register on the Government's Central Digital Platform (CDP). Suppliers can submit their core supplier information and, where a procurement opportunity arises, share this information with HMRC via the CDP. It is free to use and will mean you should no longer have to re-enter your core supplier information for each public procurement, but simply ensure it is up to date and subsequently share as needed. The CDP is available at https://www.gov.uk/find-tender. This procurement will be conducted by way of an e-Sourcing event using HMRC's SAP Ariba e-Sourcing portal. You must ensure you are registered with the e-Sourcing portal to gain access to the procurement documentation when it is released, which will contain full details of the requirement. If you are not already registered, the registration link is; http://hmrc.sourcing-eu.ariba.com/ad/selfRegistration As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact; sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying them of non-receipt and confirming the date when your registration request was first made. Once you have obtained 'your organisation's account ID' number, please email louise.atkinson2@hmrc.gov.uk and hazikah.ahmed@hmrc.gov.uk and copy in e.procurement@hmrc.gov.uk with the following information: - Contract title and Reference - Your organisation's HMRC SAP Ariba account ID - Your organisation name - Your name - Your email address - Your telephone number Once you have complied with the above, you will receive an email confirming access to the procurement event once it is built. Additionally, should HMRC have any questions for interested Suppliers prior to the event being published (in terms of market engagement and requirement development), the above provided contact details will be used. Further information about HMRC's procurement tool SAP Ariba, a suppliers guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm If you have already registered on SAP Ariba then you may also need to re-register on HMRC's SAP Ariba to be added to this event.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-08-12T14:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-01-02T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "HMRC wishes to assess the Economic and Financial Standing of bidders to perform the contract following the application of standard financial assessments. It is envisaged that this will be through HMRC undertaking a financial viability assessment of the supplier against the following metrics based on bidders latest filed accounts: Turnover Ratio, Operating Margin, Free Cash Flow to Net Debt Ratio and Acid Ratio."
                        },
                        {
                            "type": "technical",
                            "description": "HMRC wishes to assess bidders experience and past performance and will require bidders to demonstrate experience and relevance to HMRCs requirement. It is envisaged that suppliers will be requested to provide details of two contracts in case study format that have been performed during the past three years. HMRC will evaluate responses based upon an assessment criterion, methodology and marking scheme outlined in the tender documentation."
                        },
                        {
                            "type": "economic",
                            "description": "Assessment of Financial Capacity Suppliers will be assessed against financial metrics to assess the suppliers financial capacity to perform the contract. Where the Authority assessed a Supplier to be 'high risk' against any of the Metrics (as detailed in Appendix II of the Cabinet Office Guidance on 'Assessing and Monitoring the Economic and Financial Standing of Suppliers'), the Authority shall request an explanation from the Supplier to seek to understand the risk mitigation in place. The Authority shall undertake a financial viability assessment against the following metrics; 1 Turnover Ratio - Assesses whether winning the contract could have a material impact on the organisation that it might struggle to deliver the contract (Metric 1) . 2 Operating Margin - Measures what proportion of revenues remain after deducting operating expenses (Metric 2) . 3 Net Debt to EBITDA Ratio - Shows how many years it would take to repay net debt if EBITDA remained constant and was used in full to repay financial debt (Metric 3(B)). 4 Acid Ratio - A liquidity ratio which measures an organisation's ability to use cash and other assets it can quickly translate into cash to meet short term liabilities falling due (Metric 6). To assess Suppliers against these metrics, the Authority will undertake due diligence on your documentary evidence of economic and financial standing normally provided through your accounts filed with Companies House where applicable. Where these are not available, you may submit one or more of the following to demonstrate your economic and financial standing; including but not limited to: - Details of annual company turnover and the applicable financial year based on your latest filed accounts; - Financial Statements or extracts from Financial Statements; - Statement of overall turnover, and where appropriate of turnover in the areas covered by the contract for a maximum of the last three (3) financial years available; - Any other appropriate statements from banks, management accounts etc. Where the Authority assessed a Supplier to be 'high risk' against any of the Metrics (full details of the metrics are provided within the Procurement Specific Questionnaire (PSQ)), the Authority shall request an explanation from the Supplier to seek to understand the risk mitigation in place."
                        },
                        {
                            "type": "technical",
                            "description": "Technical Ability: Suppliers are required to provide up to 3 contract examples that demonstrate experience of delivering similar contracts, or where this is not possible (e.g. your organisation is a new start up, or you have provided services in the past but not under a contract) you may provide a 500 word statement providing an explanation for this and how you meet the Conditions of Participation relating to technical ability. HMRC reserves the right to contact the clients named in the case studies to validate the information provided. Failure to provide any or all of the information requested for each case study may result in your tender being rejected. It will be at HMRC's discretion to determine whether the contract examples demonstrate a suitable level of experience and ability to deliver the contract envisaged from this procurement exercise. A Supplier's tender will be rejected where HMRC deem the contract examples do not demonstrate a sufficient level of experience and ability. Demonstration of Technical Ability: Suppliers are required to demonstrate their technical experience and ability of delivering similar requirements to those set out in the Specification. Suppliers are required to provide a response to each of the questions below, in no more than 500 words per question: 1 Details of your experience and / or capability of secure production and distribution of physical secure products; 2 Details of your experience and / or capability of delivering a digital platform for the purposes of user / business registration, ordering and data capture; 3 Details of your experience and / or capability of delivering a secure, high volume data repository with real time access and reporting capabilities. Responses will be scored in accordance with the methodology outlined within Section 12.7 of the 'Invitation to Participate' Document. Suppliers must score a minimum of 60 in every question to progress. Suppliers who do not achieve the minimum score of 60 in every question will be excluded and will not be invited to the next stage of the process."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-01-15T00:00:00Z",
                    "endDate": "2031-01-14T23:59:59Z",
                    "maxExtentDate": "2032-01-14T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the contract will be 5-years with an optional 1-year extension period at the sole discretion of the Authority."
                },
                "value": {
                    "amountGross": 38400000,
                    "amount": 32000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Physical Stamp",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "IT Solution",
                            "numbers": [
                                {
                                    "number": 22,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Mobilisation of the Contract",
                            "numbers": [
                                {
                                    "number": 9,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Added Value",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Relationship Management",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Supplier Demonstration",
                            "description": "Suppliers will be invited to participate in a Demonstration. This stage is designed to assess the practical functionality, usability and compliance of the proposed solution, against the requirements detailed in the Specification. Suppliers' demonstrations must align to the solution detailed within the responses to the Award Questionnaire. The demonstration forms part of the evaluation process and will contribute 15% of the overall quality score.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The following optional services have been identified, allowing HMRC to adapt the system as policy or operational needs evolve, anticipating future developments in compliance, enforcement or technology; - Decoupling Digital Elements from the Physical Stamp; To support innovation in digital compliance. - Expansion of Scanning Events; To enhance traceability, support enforcement and improve data across the supply chain. - Reporting; New or modified reports accessible via the graphical interface. - Alerts; New or modified alerts triggered by changes to HMRC defined 'events of interest'. Optional services are defined as services that are not part of the core deliverables and will only be implemented at HMRC' s discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-14T23:59:59+01:00"
        },
        "value": {
            "amountGross": 38400000,
            "amount": 32000000,
            "currency": "GBP"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-05T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "044009-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044009-2025",
                "datePublished": "2025-07-29T16:48:33+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "Known Unknown Risks: These are risks that a contracting authority can identify upfront prior to commencing a procurement process, but where the likelihood of that risk materialising, or the impact if it did materialise, are not quantifiable. i. Risk: Unauthorised creation, duplication, or manipulation of Duty Stamps or their digital elements, which could enable illicit trade, duty evasion or undermine the integrity of the Vaping Duty (VDS) Scheme. Includes both physical and digital elements that could be exploited by fraudulent actors. ii. Risk: Global Supply Chain Delivery / Shipping. Potential disruption, delay or failure in the timely, secure and accurate delivery of the physical duty stamps across domestic and international supply chains. iii. Risk: Cyber Attack. Potential for malicious digital actions that compromise the confidentiality, integrity or availability of the VDS System."
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-00870128",
                        "name": "CARTOR SECURITY PRINTERS LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PLHH-2888-HNXM",
                        "name": "DIAS Bilisim ve Teknoloji Hizmetleri A.S."
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PLQT-8721-JMZQ",
                        "name": "LEONHARD Kurz Stiftung & Co. KG"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "date": "2026-01-08T00:00:00Z",
            "value": {
                "amountGross": 38400000,
                "amount": 32000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-00870128",
                    "name": "CARTOR SECURITY PRINTERS LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "22400000",
                            "description": "Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79823000",
                            "description": "Printing and delivery services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-20T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-22T00:00:00Z",
                "endDate": "2031-01-21T23:59:59Z",
                "maxExtentDate": "2032-01-21T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The duration of the contract will be 5-years with an optional 1-year extension period at the sole discretion of the Authority."
            },
            "hasOptions": true,
            "options": {
                "description": "The following optional services have been identified, allowing HMRC to adapt the system as policy or operational needs evolve, anticipating future developments in compliance, enforcement or technology; - Decoupling Digital Elements from the Physical Stamp; To support innovation in digital compliance. - Expansion of Scanning Events; To enhance traceability, support enforcement and improve data across the supply chain. - Reporting; New or modified reports accessible via the graphical interface. - Alerts; New or modified alerts triggered by changes to HMRC defined 'events of interest'. Optional services are defined as services that are not part of the core deliverables and will only be implemented at HMRC' s discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "001737-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/001737-2026",
                    "datePublished": "2026-01-09T10:53:56Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-09T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-21T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-02-04T00:00:00Z",
                "endDate": "2031-02-03T23:59:59Z",
                "maxExtentDate": "2032-02-03T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The duration of the contract will be 5-years with an optional 1-year extension period at the sole discretion of the Authority."
            },
            "hasOptions": true,
            "options": {
                "description": "The following optional services have been identified, allowing HMRC to adapt the system as policy or operational needs evolve, anticipating future developments in compliance, enforcement or technology; - Decoupling Digital Elements from the Physical Stamp; To support innovation in digital compliance. - Expansion of Scanning Events; To enhance traceability, support enforcement and improve data across the supply chain. - Reporting; New or modified reports accessible via the graphical interface. - Alerts; New or modified alerts triggered by changes to HMRC defined 'events of interest'. Optional services are defined as services that are not part of the core deliverables and will only be implemented at HMRC' s discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023."
            },
            "value": {
                "amountGross": 38400000,
                "amount": 32000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-04T00:00:00Z",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "KPI 3 (Loss/ Theft of VDS in Transit)",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "KPI6 (Complaints - Acknowledgment)",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "KPI7 (Complaints - Resolution);",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "KPI9 (Graphical Interface Availability)",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "011663-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/011663-2026",
                    "datePublished": "2026-02-10T10:04:34Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}