Award

GWR Catering Service - Service Centre Operations & Delivery, and Catering Products & Supply

FIRST GREATER WESTERN LIMITED

This public procurement record has 7 releases in its history.

Award

23 Mar 2026 at 09:53

Tender

19 Sep 2025 at 14:23

PlanningUpdate

28 Jul 2025 at 14:39

PlanningUpdate

28 Jul 2025 at 14:38

PlanningUpdate

02 Jul 2025 at 07:07

PlanningUpdate

02 Jul 2025 at 07:03

Planning

11 Jun 2025 at 09:27

Summary of the contracting process

First Greater Western Limited is advancing its procurement process to provide comprehensive catering services across its railway network. The contract titled "GWR Catering Service - Service Centre Operations & Delivery, and Catering Products & Supply," involves logistical operations and catering product provisions for various routes serviced by Great Western Railway. The procurement, categorised under private utilities, notably revolves around regions such as Paddington, Cardiff, Penzance, and Truro, overseeing 254 catered trains from Monday to Friday, 280 on Saturdays, and 210 on Sundays. Currently in the award phase as of March 2026, with a standstill period ending on 1 April 2026, this tender utilises a competitive flexible procedure tailored for selective procurement methods. Potential vendors can anticipate a contract initiation on 1 October 2026, lasting until 30 September 2029, with renewal options extending to 2031.

This tender opens numerous avenues for business growth, particularly appealing to large-scale enterprises with substantial logistical capabilities. Ideal contenders include companies proficient in managing extensive supply operations and delivering high-quality catering products. Suppliers capable of innovating within onboard services and enhancing first-class provisions will assimilate well into this collaborative venture. The strategic objective aims to elevate customer satisfaction, loyalty, and brand reputation, aligning with long-term growth incentives. Amid evolving operational requirements, scaling technological advancements, and meeting strategic priorities, firms with expertise in dynamic service delivery enhancements will find significant growth prospects throughout the contract lifecycle. This partnership, spearheaded by FIRST GREATER WESTERN LIMITED, offers a substantial opportunity for vendors keen on contributing to the nationally recognised rail service's elevation.

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

Notice Title

GWR Catering Service - Service Centre Operations & Delivery, and Catering Products & Supply

Notice Description

GWR require Catering Services to be delivered across the network, which will be run under one contract. The catering service has two core functions the supplier is to deliver for this contract. 1. Service Centre Operations and Delivery: The supplier must be able to supply logistics operations and staff management to all GWR catered fleet. 2. Catering Products and Supply: The supplier must be able to supply all of GWR catering products, packaging and ancillary equipment. Route Details GWR manage many stations on the route with catered first-class lounges in Paddington, Cardiff, Penzance, and Truro as part of the logistics supply. Currently trains do not run on Christmas Day or Boxing Day, although some elements of the Service will be required on these days. GWR run: * 254 catered trains a day Monday - Friday, * 280 catered trains on Saturday and * 210 catered trains on a Sunday.

Lot Information

Lot 1

Options: Potential Future Enhancements and Contract Expansion. GWR is tendering for Great Western Railway Catering and Logistics with an estimated initial contract value of PS46 million over 5 years. In addition to the core service, GWR may seek to enhance or expand the service during the contract term. Notice Great Western Railway (GWR) reserves the right to introduce enhancements, modifications, or extensions to the scope of services or deliverables during the lifetime of the contract. These changes may arise due to evolving operational requirements, technological advancements, regulatory updates, or strategic priorities. Any such adjustments will be subject to mutual agreement between the parties and may be formalised through contract variation procedures, in accordance with the Procurement Act 23. The enhancements expected during the lifetime of this contract are detailed below. Future Enhancements The service enhancement GWR anticipates taking place during the lifetime of the contract is that of the enhanced First-Class offer which will aim to improve the First-Class offer on services to improve service delivery and set new benchmarks (through improved customer satisfaction). The enhanced offer aims to drive sustainable growth for GWR through revenue and loyalty. GWR want to improve the First-Class experience by enhancing both the quality and consistency of the catering services. This will include improving GWRs food offering and ensuring that a high standard of service is available throughout the day, every day, both on-board and within the station lounges, over the next five years (2025 - 2030). The First-Class Lounge proposition is a 'Premium' catering product offering, such as the introduction of enhanced choice meal options and will include a review of GWRs Pullman service, and the Standard Class catering proposition. GWR want to introduce an enhanced onboard catering experience on the High-Speed Services (HSS) routes in the form of a hot breakfast option. GWR also want to further enhance customer service provision with proactive promotion of the product, including menu cards for customers. The aims are to: * Enhanced Customer Satisfaction * Increased loyalty and reduced complaints: * Strengthened brand reputation: * Improved employee engagement: * Step change towards a national railway: Enhanced Proposition The proposition centres on the introduction of a reliable and consistent service offer, paired with improved quality catering, supported with better trolleys to see what's on offer and menu cards on train and online to improve awareness of the offer. This will increase First Class revenues, boost customer satisfaction and positively alter perceptions of performance. The result will be both growth and retention in First-Class customer base, further supported by tactical pricing adjustments that reflect the elevated value proposition. Estimated increased contract value: The estimated increase in contract value for the full enhancement offer could be PS3.2m Annually and PS16m over five years. These figures are estimates and will be based on customer uptake. Further details will be made available in Stage Two of this tender process.

Renewal: The initial contract term will be 3 years with the option to extend for a further 2 years.

Planning Information

We want to hear from suppliers who feel they can realistically provide the services. The project team are happy to discuss over Teams, face to face or on site. The team will agree the next steps as interest is received.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054675
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026087-2026
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
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

15 - Food, beverages, tobacco and related products

55 - Hotel, restaurant and retail trade services


CPV Codes

15000000 - Food, beverages, tobacco and related products

55520000 - Catering services

Notice Value(s)

Tender Value
£54,000,000 £10M-£100M
Lots Value
£54,000,000 £10M-£100M
Awards Value
£48,500,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
23 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
28 Jul 2025Expired
Award Date
23 Mar 20261 months ago
Contract Period
30 Sep 2026 - 30 Sep 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FIRST GREATER WESTERN LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WILTSHIRE
Postcode
SN1 1HL
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
TLK South West (England), TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
Swindon
Electoral Ward
Central
Westminster Constituency
Swindon South

Supplier Information

Number of Suppliers
1
Supplier Name

DHL SUPPLY CHAIN

Further Information

Notice Documents

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-054675-2026-03-23T09:53:19Z",
    "date": "2026-03-23T09:53:19Z",
    "ocid": "ocds-h6vhtk-054675",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-05113733",
            "name": "FIRST GREATER WESTERN LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05113733"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXVG-2764-GZCQ"
                }
            ],
            "address": {
                "streetAddress": "Milford House 1 Milford Street",
                "locality": "Wiltshire",
                "postalCode": "SN1 1HL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "name": "Ben Boatman",
                "email": "procurement@gwr.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-00528867",
            "name": "DHL SUPPLY CHAIN LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00528867"
            },
            "address": {
                "streetAddress": "251 MIDSUMMER BOULEVARD",
                "locality": "MILTON KEYNES",
                "postalCode": "MK9 1EA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ12"
            },
            "contactPoint": {
                "email": "anthony.cahill@dhl.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05113733",
        "name": "FIRST GREATER WESTERN LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We want to hear from suppliers who feel they can realistically provide the services. The project team are happy to discuss over Teams, face to face or on site. The team will agree the next steps as interest is received.",
                "dueDate": "2025-07-28T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "031434-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031434-2025",
                "datePublished": "2025-06-11T10:27:21+01:00",
                "format": "text/html"
            },
            {
                "id": "036589-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036589-2025",
                "datePublished": "2025-07-02T08:03:16+01:00",
                "format": "text/html"
            },
            {
                "id": "036591-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036591-2025",
                "datePublished": "2025-07-02T08:07:43+01:00",
                "format": "text/html"
            },
            {
                "id": "043564-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043564-2025",
                "datePublished": "2025-07-28T15:38:08+01:00",
                "format": "text/html"
            },
            {
                "id": "043567-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043567-2025",
                "datePublished": "2025-07-28T15:39:31+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-054675",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "GWR Catering Service - Service Centre Operations & Delivery, and Catering Products & Supply",
        "description": "GWR require Catering Services to be delivered across the network, which will be run under one contract. The catering service has two core functions the supplier is to deliver for this contract. 1. Service Centre Operations and Delivery: The supplier must be able to supply logistics operations and staff management to all GWR catered fleet. 2. Catering Products and Supply: The supplier must be able to supply all of GWR catering products, packaging and ancillary equipment. Route Details GWR manage many stations on the route with catered first-class lounges in Paddington, Cardiff, Penzance, and Truro as part of the logistics supply. Currently trains do not run on Christmas Day or Boxing Day, although some elements of the Service will be required on these days. GWR run: * 254 catered trains a day Monday - Friday, * 280 catered trains on Saturday and * 210 catered trains on a Sunday.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15000000",
                        "description": "Food, beverages, tobacco and related products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55520000",
                        "description": "Catering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 54000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "additionalProcurementCategories": [
            "goods"
        ],
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 54000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "There will be two stages to this procurement. Stage 1 - Conditions of Participation (a minimum of the three highest scoring tenderers will be invited to submit a tender in stage 2). These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. Stage 2 - Invitation to Tender Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated, as detailed above. Stage 2 will be weighted across four areas: Quality: 50% Price: 40% Commercial T&Cs: 5% Presentation: 5% Full criteria will be detailed in Wax (e-procurement portal) in Stage 2.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Future Enhancement Proposal",
                            "description": "Leading on from the above description for stage 1 and 2, this element will be pass/fail. In order to score a pass, the tenderer must submit a proposal for the future enhancement. All details/criteria will be provided at stage 2."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "This will be explained in Wax. A minimum of the three highest scoring tenders from stage one will be invited to stage two of this tender process.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The initial contract term will be 3 years with the option to extend for a further 2 years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Potential Future Enhancements and Contract Expansion. GWR is tendering for Great Western Railway Catering and Logistics with an estimated initial contract value of PS46 million over 5 years. In addition to the core service, GWR may seek to enhance or expand the service during the contract term. Notice Great Western Railway (GWR) reserves the right to introduce enhancements, modifications, or extensions to the scope of services or deliverables during the lifetime of the contract. These changes may arise due to evolving operational requirements, technological advancements, regulatory updates, or strategic priorities. Any such adjustments will be subject to mutual agreement between the parties and may be formalised through contract variation procedures, in accordance with the Procurement Act 23. The enhancements expected during the lifetime of this contract are detailed below. Future Enhancements The service enhancement GWR anticipates taking place during the lifetime of the contract is that of the enhanced First-Class offer which will aim to improve the First-Class offer on services to improve service delivery and set new benchmarks (through improved customer satisfaction). The enhanced offer aims to drive sustainable growth for GWR through revenue and loyalty. GWR want to improve the First-Class experience by enhancing both the quality and consistency of the catering services. This will include improving GWRs food offering and ensuring that a high standard of service is available throughout the day, every day, both on-board and within the station lounges, over the next five years (2025 - 2030). The First-Class Lounge proposition is a 'Premium' catering product offering, such as the introduction of enhanced choice meal options and will include a review of GWRs Pullman service, and the Standard Class catering proposition. GWR want to introduce an enhanced onboard catering experience on the High-Speed Services (HSS) routes in the form of a hot breakfast option. GWR also want to further enhance customer service provision with proactive promotion of the product, including menu cards for customers. The aims are to: * Enhanced Customer Satisfaction * Increased loyalty and reduced complaints: * Strengthened brand reputation: * Improved employee engagement: * Step change towards a national railway: Enhanced Proposition The proposition centres on the introduction of a reliable and consistent service offer, paired with improved quality catering, supported with better trolleys to see what's on offer and menu cards on train and online to improve awareness of the offer. This will increase First Class revenues, boost customer satisfaction and positively alter perceptions of performance. The result will be both growth and retention in First-Class customer base, further supported by tactical pricing adjustments that reflect the elevated value proposition. Estimated increased contract value: The estimated increase in contract value for the full enhancement offer could be PS3.2m Annually and PS16m over five years. These figures are estimates and will be based on customer uptake. Further details will be made available in Stage Two of this tender process."
                }
            }
        ],
        "status": "complete",
        "amendments": [
            {
                "id": "036589-2025",
                "description": "The estimated total value of the contract has been amended."
            },
            {
                "id": "036591-2025",
                "description": "Amended the estimated contract lifetime value"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. There will be two stages to this procurement. Stage 1 - Conditions of Participation (a minimum of the three highest scoring tenderers will be invited to submit a tender in stage 2). Due to the nature and technical requirements of the contract opportunity, the Client will be using certain mandatory Conditions of Participation with pass/fail criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: Legal capacity, Financial capacity, and Technical ability. Stage 2 - Invitation to Tender A minimum of the three highest scoring tenderers from stage 1 will be invited to submit a tender through stage 2. Stage 2 will be have the following weighting criteria: Quality: 50% Price: 40% Commercial T&Cs: 5% Presentation: 5% The evaluation criteria is detailed in GWRs e-procurement portal Wax."
        },
        "submissionMethodDetails": "Registration of interest (access to documents) Please follow this link to register your interest and gain access to the tender documentation. Link: https://procurement.gwr.com/tenders or http://redirect.transaxions.com/events/lHmsf Once you have registered your interest, a link to the tender will be sent via email which will enable you to view the tender instructions & T&Cs and submit your tender response.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-13T13:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-01-19T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Registration of interest (access to documents) Please follow this link to register your interest and gain access to the tender documentation. Link: http://redirect.transaxions.com/events/lHmsf Once you have registered your interest, a link to the tender will be sent via email which will enable you to view the tender instructions & T&Cs and submit your tender response. E-Procurement Portal: The Client is using Wax Digital (current e-procurement portal). The detail within Wax Digital applicable to this tender describes how the Procurement will be conducted, including details of the associated Procurement timetable, participation and award criteria and how to respond to this opportunity. Tenderers are strongly encouraged to read through each tab/section before preparing their submission. Tenderers are also encouraged to review all attachments published with this tender.",
                "url": "http://redirect.transaxions.com/events/lHmsf"
            },
            {
                "id": "058198-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058198-2025",
                "datePublished": "2025-09-19T15:23:56+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-03-23T00:00:00Z",
            "value": {
                "amountGross": 58200000,
                "amount": 48500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-00528867",
                    "name": "DHL SUPPLY CHAIN LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "55520000",
                            "description": "Catering services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKK1",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-04-01T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2026-10-01T00:00:00+01:00",
                "endDate": "2029-09-30T23:59:59+01:00",
                "maxExtentDate": "2031-09-30T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract is 3 years initial term with the option to extend for a further 2 years."
            },
            "hasOptions": true,
            "options": {
                "description": "Great Western Railway (GWR) reserves the right to introduce enhancements, modifications, or extensions to the scope of services or deliverables during the lifetime of the contract. These changes may arise due to evolving operational requirements, technological advancements, regulatory updates, or strategic priorities. Any such adjustments will be subject to mutual agreement between the parties and may be formalised through contract variation procedures, in accordance with the Procurement Act 23. The enhancements expected during the lifetime of this contract are detailed below. Future Enhancements: The service enhancement GWR anticipates taking place during the lifetime of the contract is that of the enhanced First-Class offer which will aim to improve the First-Class offer on services to improve service delivery and set new benchmarks (through improved customer satisfaction). The enhanced offer aims to drive sustainable growth for GWR through revenue and loyalty. GWR want to improve the First-Class experience by enhancing both the quality and consistency of the catering services. This will include improving GWRs food offering and ensuring that a high standard of service is available throughout the day, every day, both on-board and within the station lounges, over the next five years (2026 - 2031). The First-Class Lounge proposition is a 'Premium' catering product offering, such as the introduction of enhanced choice meal options and will include a review of GWRs Pullman service, and the Standard Class catering proposition. GWR want to introduce an enhanced onboard catering experience on the High-Speed Services (HSS) routes in the form of a hot breakfast option. GWR also want to further enhance customer service provision with proactive promotion of the product, including menu cards for customers. The aims are to: * Enhanced Customer Satisfaction * Increased loyalty and reduced complaints: * Strengthened brand reputation: * Improved employee engagement: * Step change towards a national railway:"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "026087-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/026087-2026",
                    "datePublished": "2026-03-23T09:53:19Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-06-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}