Notice Information
Notice Title
Supply and Maintenance of Multi Function Devices and Photocopiers to Education Authority (EA) Schools
Notice Description
Supply and Maintenance of Multi Function Devices and Photocopiers to individual schools within Northern Ireland for a period of 4 years. A framework agreement let by the Northern Ireland Education Authority ("EA") that is open to the NI educational bodies as follows and at some point, during the life of the framework agreement these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. https://www.education- ni.gov.uk/services/schools-plus Primary and Post Primary schools under the control of the EA. Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), Pre-Schools and Nurseries included within the EA's Pre-School Education Programme (PSEP).
Planning Information
Questionnaire submission followed by Supplier Engagement days via MS Teams.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-055d20
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010619-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
79800000 - Printing and related services
79810000 - Printing services
Notice Value(s)
- Tender Value
- £19,500,000 £10M-£100M
- Lots Value
- £19,500,000 £10M-£100M
- Awards Value
- £19,500,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Feb 20262 weeks ago
- Submission Deadline
- 19 Jan 2026Expired
- Future Notice Date
- 1 Oct 2025Expired
- Award Date
- 3 Feb 20262 weeks ago
- Contract Period
- 17 Feb 2026 - 16 Feb 2030 4-5 years
- Recurrence
- 2029-11-01
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE EDUCATION AUTHORITY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- ict.procure@eani.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 2NQ
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/010619-2026
5th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/002143-2026
12th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/082752-2025
15th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/080715-2025
8th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/039042-2025
10th July 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-055d20-2026-02-05T15:54:08Z",
"date": "2026-02-05T15:54:08Z",
"ocid": "ocds-h6vhtk-055d20",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "the Education Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PPHJ-6982-JPXY"
},
"address": {
"streetAddress": "40 Academy Street",
"locality": "Belfast",
"postalCode": "BT1 2NQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "ict.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
],
"url": "https://www.eani.org.uk/"
}
},
{
"id": "GB-COH-NI608607",
"name": "QLC SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "NI608607"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZYC-4198-DQLX"
}
],
"address": {
"streetAddress": "192 - 202 Obins Street",
"locality": "Craigavon",
"postalCode": "BT62 1BU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN07"
},
"contactPoint": {
"email": "sales@qlcsolutions.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.qlcsolutions.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-01132885",
"name": "Konica Minolta Business Solutions (UK) Limited",
"identifier": {
"scheme": "GB-COH",
"id": "01132885"
},
"address": {
"streetAddress": "Konica House",
"locality": "Basildon",
"postalCode": "SS14 3AR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "bidsandtenders@konicaminolta.co.uk",
"telephone": "01268 534444"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-01271033",
"name": "RICOH UK LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01271033"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMHC-4165-CBLG"
}
],
"address": {
"streetAddress": "900 Pavilion Drive",
"locality": "Northampton",
"postalCode": "NN4 7RG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF24"
},
"contactPoint": {
"email": "bid.team@ricoh.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.ricoh.co.uk",
"scale": "large",
"vcse": true,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-NI620043",
"name": "BURKE SYSTEMS & SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "NI620043"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPCR-9875-YTRD"
}
],
"address": {
"streetAddress": "Unit 28 Ormeau Business Park",
"locality": "Belfast",
"postalCode": "BT7 2JA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "service@burkesystems.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.burkesystems.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-NI006103",
"name": "CALVERT OFFICE EQUIPMENT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "NI006103"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLBV-2644-CBWR"
}
],
"address": {
"streetAddress": "20 Orby Link",
"locality": "Belfast",
"postalCode": "BT5 5HU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "kevin@calvert.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.calvert.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "the Education Authority"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Questionnaire submission followed by Supplier Engagement days via MS Teams.",
"dueDate": "2025-08-31T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "039042-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/039042-2025",
"datePublished": "2025-07-10T15:45:03+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ICT-25-012",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Supply and Maintenance of Multi Function Devices and Photocopiers to Education Authority (EA) Schools",
"description": "Supply and Maintenance of Multi Function Devices and Photocopiers to individual schools within Northern Ireland for a period of 4 years. A framework agreement let by the Northern Ireland Education Authority (\"EA\") that is open to the NI educational bodies as follows and at some point, during the life of the framework agreement these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. https://www.education- ni.gov.uk/services/schools-plus Primary and Post Primary schools under the control of the EA. Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), Pre-Schools and Nurseries included within the EA's Pre-School Education Programme (PSEP).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
},
{
"scheme": "CPV",
"id": "79810000",
"description": "Printing services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Clients may either conduct mini competition or utilise direct award as per tender documents"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00+00:00",
"endDate": "2030-01-31T23:59:59+00:00"
},
"status": "complete",
"value": {
"amountGross": 19500000,
"amount": 19500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "AC1 - Contract Management & Reporting",
"description": "Tenderers must include comprehensive details of the methodology and escalation procedures that will be employed to deal with any poor performance matters that may occur during the contract duration. Tenderers are asked to consider the scale, scope and complexity of the requirements in their response. Tenderers response should include: * Any quality control systems and checks that will be in place to ensure that the services are delivered in line with the requirements of the specification * How the SLA and KPIs can be met throughout the Framework period, and the period associated with any Call-Offs * Details of the initial and ongoing training proposed for your internal staff and for the EA client * The process for the reporting, management and resolution of calls for service or support. * Detail of how you will ensure continuous improvement throughout the contract term for all clients * The contingency arrangements for support and maintenance * The quality and sourcing of parts which will be provided",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC2 - Sustainability",
"description": "With reference to the information provided in the Specification document , tenderers are required to detail how their proposed solution will support the EA's drive to deliver a sustainable print/photocopy service across the schools estate. Suppliers should propose how they aim to meet sustainability requirements. Your response should consider the following sustainability elements: Environmental Social Economic",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC3 - Social value",
"description": "Tenderers are required to complete and submit with their tender response a Social Value Delivery plan identifying and demonstrating how their proposals will deliver against the Social Value requirements as detailed in PPN 01 21 - Social Value in Procurement Word master.pdf These include but are not limited to: a. Creating training schemes that address skills gaps within the workplace that result in recognised qualifications. b. Promotion of awareness of careers and recruitment opportunities relating to known skills shortages or in high growth sectors relating to the subject matter of the contract. c. Identification of opportunities to grow supplier diversity in the con- tract supply chain or in the location/community where the contract is performed, including SME and VCSE participation and new business creation. d. Building innovative and/or disruptive technologies into network solutions that increase efficiency, quality, whilst reducing the over- all cost baseline. The proposals contained within your Social Value Delivery Plan should also include where relevant and possible: o The activities you will undertake and the timescales for delivery of the social value requirements; o Quantifiable metrics for each activity o For example, this may include: number of hours of support or training; a bespoke policy or strategy related to the contract; number of hours/weeks offered to promote awareness of careers and recruitment opportunities; o The resources, both internal and external, you will use to plan and deliver the social value requirements (this should include details of suppliers in your supply chain); o How you will engage if necessary with key stakeholders; o Confirmation that the planned activities are additional to activities your organisation already undertakes; (All activities included in your o response should be forward looking, additional activities that are directly related to this contract) and, o How you will monitor and report on the delivery of the social value requirements and address any performance issues.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "AC4 - Cost",
"description": "Suppliers must download and complete the document \"Financial Response\" The document must then be uploaded into the financial envelope on eTendersNI.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC1 - Contract Management & Reporting",
"description": "Tenderers must include comprehensive details of the methodology and escalation procedures that will be employed to deal with any poor performance matters that may occur during the contract duration. Tenderers are asked to consider the scale, scope and complexity of the requirements in their response. Tenderers response should include: * Any quality control systems and checks that will be in place to ensure that the services are delivered in line with the requirements of the specification * How the SLA and KPIs can be met throughout the Framework period, and the period associated with any Call-Offs * Details of the initial and ongoing training proposed for your internal staff and for the EA client * The process for the reporting, management and resolution of calls for service or support. * Detail of how you will ensure continuous improvement throughout the contract term for all clients * The contingency arrangements for support and maintenance * The quality and sourcing of parts which will be provided",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC2 - Sustainability",
"description": "With reference to the information provided in the Specification document , tenderers are required to detail how their proposed solution will support the EA's drive to deliver a sustainable print/photocopy service across the schools estate. Suppliers should propose how they aim to meet sustainability requirements. Your response should consider the following sustainability elements: Environmental Social Economic",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC3 - Social value",
"description": "Tenderers are required to complete and submit with their tender response a Social Value Delivery plan identifying and demonstrating how their proposals will deliver against the Social Value requirements as detailed in PPN 01 21 - Social Value in Procurement Word master.pdf These include but are not limited to: a. Creating training schemes that address skills gaps within the workplace that result in recognised qualifications. b. Promotion of awareness of careers and recruitment opportunities relating to known skills shortages or in high growth sectors relating to the subject matter of the contract. c. Identification of opportunities to grow supplier diversity in the con- tract supply chain or in the location/community where the contract is performed, including SME and VCSE participation and new business creation. d. Building innovative and/or disruptive technologies into network solutions that increase efficiency, quality, whilst reducing the over- all cost baseline. The proposals contained within your Social Value Delivery Plan should also include where relevant and possible: o The activities you will undertake and the timescales for delivery of the social value requirements; o Quantifiable metrics for each activity o For example, this may include: number of hours of support or training; a bespoke policy or strategy related to the contract; number of hours/weeks offered to promote awareness of careers and recruitment opportunities; o The resources, both internal and external, you will use to plan and deliver the social value requirements (this should include details of suppliers in your supply chain); o How you will engage if necessary with key stakeholders; o Confirmation that the planned activities are additional to activities your organisation already undertakes; (All activities included in your o response should be forward looking, additional activities that are directly related to this contract) and, o How you will monitor and report on the delivery of the social value requirements and address any performance issues.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "AC4 - Cost",
"description": "Suppliers must download and complete the document \"Financial Response\" The document must then be uploaded into the financial envelope on eTendersNI.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC1 - Contract Management & Reporting",
"description": "Tenderers must include comprehensive details of the methodology and escalation procedures that will be employed to deal with any poor performance matters that may occur during the contract duration. Tenderers are asked to consider the scale, scope and complexity of the requirements in their response. Tenderers response should include: * Any quality control systems and checks that will be in place to ensure that the services are delivered in line with the requirements of the specification * How the SLA and KPIs can be met throughout the Framework period, and the period associated with any Call-Offs * Details of the initial and ongoing training proposed for your internal staff and for the EA client * The process for the reporting, management and resolution of calls for service or support. * Detail of how you will ensure continuous improvement throughout the contract term for all clients * The contingency arrangements for support and maintenance * The quality and sourcing of parts which will be provided",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC2 - Sustainability",
"description": "With reference to the information provided in the Specification document , tenderers are required to detail how their proposed solution will support the EA's drive to deliver a sustainable print/photocopy service across the schools estate. Suppliers should propose how they aim to meet sustainability requirements. Your response should consider the following sustainability elements: Environmental Social Economic",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC3 - Social value",
"description": "Tenderers are required to complete and submit with their tender response a Social Value Delivery plan identifying and demonstrating how their proposals will deliver against the Social Value requirements as detailed in PPN 01 21 - Social Value in Procurement Word master.pdf These include but are not limited to: a. Creating training schemes that address skills gaps within the workplace that result in recognised qualifications. b. Promotion of awareness of careers and recruitment opportunities relating to known skills shortages or in high growth sectors relating to the subject matter of the contract. c. Identification of opportunities to grow supplier diversity in the con- tract supply chain or in the location/community where the contract is performed, including SME and VCSE participation and new business creation. d. Building innovative and/or disruptive technologies into network solutions that increase efficiency, quality, whilst reducing the over- all cost baseline. The proposals contained within your Social Value Delivery Plan should also include where relevant and possible: o The activities you will undertake and the timescales for delivery of the social value requirements; o Quantifiable metrics for each activity o For example, this may include: number of hours of support or training; a bespoke policy or strategy related to the contract; number of hours/weeks offered to promote awareness of careers and recruitment opportunities; o The resources, both internal and external, you will use to plan and deliver the social value requirements (this should include details of suppliers in your supply chain); o How you will engage if necessary with key stakeholders; o Confirmation that the planned activities are additional to activities your organisation already undertakes; (All activities included in your o response should be forward looking, additional activities that are directly related to this contract) and, o How you will monitor and report on the delivery of the social value requirements and address any performance issues.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "AC4 - Cost",
"description": "Suppliers must download and complete the document \"Financial Response\" The document must then be uploaded into the financial envelope on eTendersNI.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per tender documents"
},
{
"type": "technical",
"description": "As per tender documents"
},
{
"type": "economic",
"description": "As per tender documents"
},
{
"type": "technical",
"description": "As per tender documents"
},
{
"type": "economic",
"description": "As per tender documents"
},
{
"type": "technical",
"description": "As per tender documents"
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-10-01T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 19500000,
"amount": 19500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-055d20",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.0025,
"monetaryValue": "award"
},
"description": "As per tender documents"
}
],
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-19T15:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-07T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-26T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "080715-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080715-2025",
"datePublished": "2025-12-08T15:30:08Z",
"format": "text/html"
},
{
"id": "082752-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/082752-2025",
"datePublished": "2025-12-15T09:37:17Z",
"format": "text/html"
},
{
"id": "002143-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002143-2026",
"datePublished": "2026-01-12T10:19:59Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-11-01T23:59:59+00:00"
},
{
"startDate": "2029-11-01T23:59:59+00:00"
},
{
"startDate": "2029-11-01T23:59:59+00:00"
}
]
},
"riskDetails": "The Buyer considers the risk of an epidemic/pandemic situation to be a risk which could jeopardise performance of this Framework but due to the nature of this risk, cannot be fully addressed at this point. The Buyer therefore considers that a future modification of the Framework may be required should this risk materialise during the term of the Framework.",
"amendments": [
{
"id": "082752-2025",
"description": "Enquiry deadline amended to 3pm 7th January 2026 Tender submission deadline amended to 3pm 14th January 2026"
},
{
"id": "002143-2026",
"description": "Enquiry deadline amended to 3pm 7th January 2026 Tender submission deadline amended to 3pm 14th January 2026"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-NI608607",
"name": "QLC SOLUTIONS LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01132885",
"name": "Konica Minolta Business Solutions (UK) Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01271033",
"name": "RICOH UK LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-NI620043",
"name": "BURKE SYSTEMS & SOLUTIONS LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-NI006103",
"name": "CALVERT OFFICE EQUIPMENT LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Supply and Maintenance of Multi Function Devices and Photocopiers to Education Authority (EA) Schools",
"status": "pending",
"date": "2026-02-03T00:00:00Z",
"value": {
"amountGross": 23400000,
"amount": 19500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-NI608607",
"name": "QLC SOLUTIONS LIMITED"
},
{
"id": "GB-COH-01132885",
"name": "Konica Minolta Business Solutions (UK) Limited"
},
{
"id": "GB-COH-01271033",
"name": "RICOH UK LIMITED"
},
{
"id": "GB-COH-NI620043",
"name": "BURKE SYSTEMS & SOLUTIONS LIMITED"
},
{
"id": "GB-COH-NI006103",
"name": "CALVERT OFFICE EQUIPMENT LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-16T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-17T00:00:00Z",
"endDate": "2030-02-16T23:59:59Z"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "010619-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010619-2026",
"datePublished": "2026-02-05T15:54:08Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-05T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-17T23:59:59Z",
"status": "scheduled"
}
]
}
]
}