Notice Information
Notice Title
Neutral Vendor for ICT Procurement
Notice Description
EEM is seeking to set up a framework arrangement with a single provider capable of operating a large-scale, neutral ICT procurement and supply chain management function across the full scope of this Framework Agreement. This procurement will establish a single-supplier framework, in accordance with Section 45(4)(a) of the Procurement Act 2023. EEM has concluded, based on market analysis, statutory considerations and PME feedback, that a single neutral vendor is the only proportionate and effective model capable of delivering the full scope of ICT requirements defined in this document. This approach is justified on the following grounds: A. Interoperability and Whole-ICT Lifecycle Integration ICT procurement across the public sector is currently fragmented. Complex interdependencies between hardware, licensing, cloud consumption, cybersecurity, networks and managed services require a single entity to coordinate supply, ensure compatibility, and provide end-to-end assurance. A multi-supplier framework would not achieve these outcomes, and would increase the risk of: * conflicting supplier commercial incentives * inconsistent technical standards * fragmented support arrangements B. Transparency and Spend Control Public bodies consistently reported that pricing for software licensing, cloud consumption, and associated services is often opaque and difficult to benchmark. The single-supplier Neutral Vendor model is required to: * eliminate hidden margins and bundled charges * ensure transparent, open-book pricing * provide uniform reporting and governance * support PA23 transparency duties under Sections 69-95 C. Aggregation and Economies of Scale A single supplier is required to centralise: * demand aggregation * volume discounting * supply chain optimisation * consolidated OEM negotiation These benefits cannot be achieved with a multi-provider arrangement. D. SME Enablement and Fair Access Evidence from Preliminary Market Engagement confirmed that SMEs find it difficult to engage directly with large ICT procurements. A neutral vendor enables: * structured and fair onboarding * transparent subcontracting workflows * increased SME participation * elimination of reseller-dominated routes This directly supports government objectives on SME inclusion. E. Risk Management and Compliance The Neutral Vendor model mitigates: * inconsistent supplier compliance * unmanaged subcontracting * variable licensing and cybersecurity standards By providing a single accountable entity, the model supports: * compliance with the Procurement Act 2023 * Cyber Essentials/ISO 27001 assurance Based on PME responses, market analysis and the statutory requirements of the Procurement Act 2023, a single neutral vendor framework is considered the only proportionate and effective commercial structure capable of delivering the scope of this Framework Agreement. This Framework does not establish a traditional ICT reseller or managed service delivery model. The appointed supplier must operate as a neutral procurement intermediary, with all sourcing decisions made transparently and without bias towards any proprietary or internally delivered services. The Neutral Vendor will act as the sole contracting entity for all purchases under the Framework, with all supply chain arrangements managed on a back-to-back basis. The objectives of the framework are: Objective 0: Provide an outsourced ICT procurement function delivering compliant sourcing, commercial governance, benchmarking and transparent access to the ICT supply market. Objective 1: Provide a comprehensive range of ICT products and services, including niche suppliers, enabling public sector buyers to procure the latest technology solutions. Objective 2: Ensure competitive pricing through transparent cost structures and negotiated discounts, offering value for money for public sector bodies. Objective 3: Facilitate the redistribution of vendor incentives (e.g., rebates, kickbacks) back to the Buyer in a fair, transparent, and legally compliant manner. Objective 4: Offer flexible and scalable ICT solutions, ensuring buyers can select the most appropriate technology to meet their needs. Objective 5: Ensure all products and services comply with relevant standards and regulations, including the Procurement Act 2023, NHS standards, and sector-specific compliance requirements. The scope of this procurement is for the providers of ICT goods and services. The themes, product and services are set out in the Scope and Specification section of this document. EEM considers this framework will help: * enable EEM members, whether existing or future, and the wider public sector to procure services provided by ICT providers in an efficient and compliant way. * provide access to a vetted list of suppliers, reducing the le and effort needed to conduct individual procurements. * ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. * provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. * provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. * provide diverse ICT needs, including hardware, software, services, and niche products, allowing buyers to source everything from a single framework. * ensure access to cutting-edge and specialised technology, such as IoT solutions and green ICT initiatives. * allows buyers to better scale their ICT purchases in line with changing requirements, from small upgrades to large-scale projects. * Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology. * promoting competition among suppliers, driving higher quality standards. * Reducing procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
Planning Information
The timetable for Supplier's responses to this RFI are set out below. Although Curo intend to achieve these deadlines we reserve the right to amend these dates at our sole discretion. Stage Date Publication of RFI 01/07/2025 Clarification Questions Deadline 25/07/2025 RFI Submission Closes 31/07/2025 Following the RFI deadline, Curo will be holding Engagement sessions that focus on specific business units or functions. We expect the engagement sessions to start w/c 4th August 2025 and to continue for 5 / 6 weeks. We may combine several areas into one week. The table below provides an indication of the proposed themes and focus areas. Theme Focus Area 1. Customer CRM, Complex Case Management inc complaints, Resident Portals(New & existing customers ), AI-based interactions, Customer preferences. 2. Tenancy & Housing Lettings inc Allocations, Onboarding. Tenancy Management, Rent & Service Charges inc Arrears, , Customer visits and resident engagement, Care & support 3. Repairs & Scheduling Reactive Repairs inc diagnostic, Work Orders, Job Scheduling, Contractor Portal, Rechargeable Repairs, Voids, Planned Works 4. Asset & Estate Management Scheme hierarchy & attribute data, Management inc programme planning, performance, Inspections. contract management, Estates/Grounds Maintenance, 5. Property safety Safety and Compliance inc cyclical, remedial work, evidence. Inc Complex case inc no access, Scheme hierarchy & attribute data. 6. Corporate Functions Financial Reporting, Rent accounting, Direct Debits, payroll, HR, L&D, Integration potential 7. Technical IT infrastructure (inc security, storage) integration, API, workflow configuration, Data model, BI , EDM Dates and timings of the engagement sessions will be shared with suppliers through the course of the RFI. The procurement documents are available for unrestricted and full direct access, free of charge, at https://metaprocurement.mytenders.co.uk/search/show/search_view.aspx?ID=JUN169970 Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted electronically via https://metaprocurement.mytenders.co.uk/search/show/search_view.aspx?ID=JUN169970
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-055637
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034280-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- £500,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Apr 20261 weeks ago
- Submission Deadline
- 28 Apr 20264 days to go
- Future Notice Date
- 1 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EFFICIENCY EAST MIDLANDS
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BATH
- Postcode
- BA2 1EP
- Post Town
- Bath
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF12 East Derbyshire
- Delivery Location
- Not specified
-
- Local Authority
- Bolsover
- Electoral Ward
- South Normanton East
- Westminster Constituency
- Bolsover
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034280-2026
15th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/033971-2026
15th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036793-2025
2nd July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036783-2025
2nd July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036416-2025
1st July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036222-2025
30th June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637446
APPENDIX B - Conflicts of Interest Bidder Declaration -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637447
Procurement Specific Questionnaire -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637448
APPENDIX A - Questionnaire Response - to be completed -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637449
APPENDIX B - Conflicts of Interest Bidder Declaration
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-055637-2026-04-15T14:33:07+01:00",
"date": "2026-04-15T14:33:07+01:00",
"ocid": "ocds-h6vhtk-055637",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVMW-1379-RTDG",
"name": "Curo Group",
"identifier": {
"scheme": "GB-PPON",
"id": "PVMW-1379-RTDG"
},
"address": {
"streetAddress": "The Maltings, River Place, Lower Bristol Road",
"locality": "Bath",
"postalCode": "BA2 1EP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "mark@metaprocurement.org"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.curo-group.co.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-13864148",
"name": "Meta Procurement Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "13864148"
},
"address": {
"streetAddress": "Peveril Drive",
"locality": "Nottingham",
"postalCode": "NG7 1DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "mark@metaprocurement.org",
"telephone": "07973385737"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Procurement"
},
{
"id": "GB-COH-07762614",
"name": "Efficiency East Midlands",
"identifier": {
"scheme": "GB-COH",
"id": "07762614"
},
"address": {
"streetAddress": "3 Maisies Way",
"locality": "Alfreton",
"postalCode": "DE55 2DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF12"
},
"contactPoint": {
"email": "CONTACT@METAPROCUREMENT.ORG"
},
"roles": [
"buyer"
],
"details": {
"url": "https://metaprocurement.org/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-07762614",
"name": "Efficiency East Midlands"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The timetable for Supplier's responses to this RFI are set out below. Although Curo intend to achieve these deadlines we reserve the right to amend these dates at our sole discretion. Stage Date Publication of RFI 01/07/2025 Clarification Questions Deadline 25/07/2025 RFI Submission Closes 31/07/2025 Following the RFI deadline, Curo will be holding Engagement sessions that focus on specific business units or functions. We expect the engagement sessions to start w/c 4th August 2025 and to continue for 5 / 6 weeks. We may combine several areas into one week. The table below provides an indication of the proposed themes and focus areas. Theme Focus Area 1. Customer CRM, Complex Case Management inc complaints, Resident Portals(New & existing customers ), AI-based interactions, Customer preferences. 2. Tenancy & Housing Lettings inc Allocations, Onboarding. Tenancy Management, Rent & Service Charges inc Arrears, , Customer visits and resident engagement, Care & support 3. Repairs & Scheduling Reactive Repairs inc diagnostic, Work Orders, Job Scheduling, Contractor Portal, Rechargeable Repairs, Voids, Planned Works 4. Asset & Estate Management Scheme hierarchy & attribute data, Management inc programme planning, performance, Inspections. contract management, Estates/Grounds Maintenance, 5. Property safety Safety and Compliance inc cyclical, remedial work, evidence. Inc Complex case inc no access, Scheme hierarchy & attribute data. 6. Corporate Functions Financial Reporting, Rent accounting, Direct Debits, payroll, HR, L&D, Integration potential 7. Technical IT infrastructure (inc security, storage) integration, API, workflow configuration, Data model, BI , EDM Dates and timings of the engagement sessions will be shared with suppliers through the course of the RFI. The procurement documents are available for unrestricted and full direct access, free of charge, at https://metaprocurement.mytenders.co.uk/search/show/search_view.aspx?ID=JUN169970 Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted electronically via https://metaprocurement.mytenders.co.uk/search/show/search_view.aspx?ID=JUN169970",
"dueDate": "2025-07-31T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "036222-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036222-2025",
"datePublished": "2025-06-30T16:13:22+01:00",
"format": "text/html"
},
{
"id": "036416-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036416-2025",
"datePublished": "2025-07-01T13:40:30+01:00",
"format": "text/html"
},
{
"id": "036783-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036783-2025",
"datePublished": "2025-07-02T13:05:35+01:00",
"format": "text/html"
},
{
"id": "036793-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036793-2025",
"datePublished": "2025-07-02T13:23:13+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "EEM 0080",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Neutral Vendor for ICT Procurement",
"description": "EEM is seeking to set up a framework arrangement with a single provider capable of operating a large-scale, neutral ICT procurement and supply chain management function across the full scope of this Framework Agreement. This procurement will establish a single-supplier framework, in accordance with Section 45(4)(a) of the Procurement Act 2023. EEM has concluded, based on market analysis, statutory considerations and PME feedback, that a single neutral vendor is the only proportionate and effective model capable of delivering the full scope of ICT requirements defined in this document. This approach is justified on the following grounds: A. Interoperability and Whole-ICT Lifecycle Integration ICT procurement across the public sector is currently fragmented. Complex interdependencies between hardware, licensing, cloud consumption, cybersecurity, networks and managed services require a single entity to coordinate supply, ensure compatibility, and provide end-to-end assurance. A multi-supplier framework would not achieve these outcomes, and would increase the risk of: * conflicting supplier commercial incentives * inconsistent technical standards * fragmented support arrangements B. Transparency and Spend Control Public bodies consistently reported that pricing for software licensing, cloud consumption, and associated services is often opaque and difficult to benchmark. The single-supplier Neutral Vendor model is required to: * eliminate hidden margins and bundled charges * ensure transparent, open-book pricing * provide uniform reporting and governance * support PA23 transparency duties under Sections 69-95 C. Aggregation and Economies of Scale A single supplier is required to centralise: * demand aggregation * volume discounting * supply chain optimisation * consolidated OEM negotiation These benefits cannot be achieved with a multi-provider arrangement. D. SME Enablement and Fair Access Evidence from Preliminary Market Engagement confirmed that SMEs find it difficult to engage directly with large ICT procurements. A neutral vendor enables: * structured and fair onboarding * transparent subcontracting workflows * increased SME participation * elimination of reseller-dominated routes This directly supports government objectives on SME inclusion. E. Risk Management and Compliance The Neutral Vendor model mitigates: * inconsistent supplier compliance * unmanaged subcontracting * variable licensing and cybersecurity standards By providing a single accountable entity, the model supports: * compliance with the Procurement Act 2023 * Cyber Essentials/ISO 27001 assurance Based on PME responses, market analysis and the statutory requirements of the Procurement Act 2023, a single neutral vendor framework is considered the only proportionate and effective commercial structure capable of delivering the scope of this Framework Agreement. This Framework does not establish a traditional ICT reseller or managed service delivery model. The appointed supplier must operate as a neutral procurement intermediary, with all sourcing decisions made transparently and without bias towards any proprietary or internally delivered services. The Neutral Vendor will act as the sole contracting entity for all purchases under the Framework, with all supply chain arrangements managed on a back-to-back basis. The objectives of the framework are: Objective 0: Provide an outsourced ICT procurement function delivering compliant sourcing, commercial governance, benchmarking and transparent access to the ICT supply market. Objective 1: Provide a comprehensive range of ICT products and services, including niche suppliers, enabling public sector buyers to procure the latest technology solutions. Objective 2: Ensure competitive pricing through transparent cost structures and negotiated discounts, offering value for money for public sector bodies. Objective 3: Facilitate the redistribution of vendor incentives (e.g., rebates, kickbacks) back to the Buyer in a fair, transparent, and legally compliant manner. Objective 4: Offer flexible and scalable ICT solutions, ensuring buyers can select the most appropriate technology to meet their needs. Objective 5: Ensure all products and services comply with relevant standards and regulations, including the Procurement Act 2023, NHS standards, and sector-specific compliance requirements. The scope of this procurement is for the providers of ICT goods and services. The themes, product and services are set out in the Scope and Specification section of this document. EEM considers this framework will help: * enable EEM members, whether existing or future, and the wider public sector to procure services provided by ICT providers in an efficient and compliant way. * provide access to a vetted list of suppliers, reducing the le and effort needed to conduct individual procurements. * ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. * provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. * provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. * provide diverse ICT needs, including hardware, software, services, and niche products, allowing buyers to source everything from a single framework. * ensure access to cutting-edge and specialised technology, such as IoT solutions and green ICT initiatives. * allows buyers to better scale their ICT purchases in line with changing requirements, from small upgrades to large-scale projects. * Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology. * promoting competition among suppliers, driving higher quality standards. * Reducing procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00",
"maxExtentDate": "2032-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2026-01-01T23:59:59Z"
},
"status": "active",
"amendments": [
{
"id": "036416-2025",
"description": "We have added a link to the eSourcing portal, where documentation for this RFI can be found."
},
{
"id": "034280-2026",
"description": "To upload additional documents"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Neutral Vendor for ICT Procurement"
},
"participationFees": [
{
"id": "ocds-h6vhtk-055637",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
}
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "As described in the PSQ documentation",
"description": "Neutral Vendor"
}
},
"submissionMethodDetails": "https://www.mytenders.co.uk/ MyTenders",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-05-12T23:59:00+01:00",
"enquiryPeriod": {
"endDate": "2026-04-28T23:59:00+01:00"
},
"awardPeriod": {
"endDate": "2026-08-31T23:59:59+01:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Procurement PME",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637166"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "https://metaprocurement.mytenders.co.uk/"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "033971-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/033971-2026",
"datePublished": "2026-04-15T08:24:35+01:00",
"format": "text/html"
},
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "APPENDIX B - Conflicts of Interest Bidder Declaration",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637446"
},
{
"id": "L-3",
"documentType": "biddingDocuments",
"description": "Procurement Specific Questionnaire",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637447"
},
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "APPENDIX A - Questionnaire Response - to be completed",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637448"
},
{
"id": "L-5",
"documentType": "biddingDocuments",
"description": "APPENDIX B - Conflicts of Interest Bidder Declaration",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=637449"
},
{
"id": "034280-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034280-2026",
"datePublished": "2026-04-15T14:33:07+01:00",
"format": "text/html"
}
]
},
"language": "en"
}