Award

Supply and Maintenance of Multi Function Devices and Photocopiers to Education Authority (EA) Schools

THE EDUCATION AUTHORITY

This public procurement record has 6 releases in its history.

Award

19 Mar 2026 at 10:26

Award

05 Feb 2026 at 15:54

TenderUpdate

12 Jan 2026 at 10:19

TenderUpdate

15 Dec 2025 at 09:37

Tender

08 Dec 2025 at 15:30

Planning

10 Jul 2025 at 14:45

Summary of the contracting process

In March 2026, the Education Authority (EA) in Northern Ireland completed the procurement process for the supply and maintenance of Multi Function Devices and Photocopiers to schools. This contract spans four years and covers institutions under the EA's jurisdiction and other educational bodies that might choose to take part. Valued at £23.4 million gross, the procurement was conducted using an open procedure, culminating in the award phase. Key dates include the contract start on 1st March 2026 and its conclusion on 28th February 2030. This procurement falls under services in IT and printing, with compliance to Northern Irish devolved regulations.

This framework agreement presents significant growth opportunities for businesses specialising in IT services and printing solutions. Suppliers named in the awards include QLC Solutions Limited, Ricoh UK Limited, Konica Minolta Business Solutions (UK) Limited, Burke Systems & Solutions Limited, and Calvert Office Equipment Limited. Both small and medium-sized enterprises (SMEs) and large companies are encouraged to compete within this framework, highlighting a pathway for small businesses to collaborate with educational institutions and potentially widen their reach. The open procedure allows a broad scope for various businesses to bid, promoting diversity and innovation in supplying multi-function devices and related services to educational bodies across Northern Ireland.

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

Notice Title

Supply and Maintenance of Multi Function Devices and Photocopiers to Education Authority (EA) Schools

Notice Description

The provision of Supply and Maintenance of Multi Function Devices and Photocopiers to individual schools within Northern Ireland for a period of 4 years. This framework agreement is let by the Northern Ireland Education Authority ("EA") and 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055d20
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025003-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details 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
£19,500,000 £10M-£100M

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
19 Jan 2026Expired
Future Notice Date
1 Oct 2025Expired
Award Date
3 Feb 20262 months ago
Contract Period
1 Mar 2026 - 28 Feb 2030 4-5 years
Recurrence
2029-11-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE EDUCATION AUTHORITY
Additional Buyers

EDUCATION AUTHORITY

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
5
Supplier Names

BURKE SYSTEMS & SOLUTIONS

CALVERT OFFICE EQUIPMENT

KONICA MINOLTA BUSINESS SOLUTIONS (UK

QLC SOLUTIONS

RICOH

Further Information

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-055d20-2026-03-19T10:26:51Z",
    "date": "2026-03-19T10:26:51Z",
    "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": "procurementcompliance@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"
            ],
            "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 Miles Gray Road",
                "locality": "Basildon",
                "postalCode": "SS14 3AR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH37"
            },
            "contactPoint": {
                "email": "bidsandtenders@konicaminolta.co.uk",
                "telephone": "01268 534444"
            },
            "roles": [
                "supplier"
            ],
            "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"
            ],
            "details": {
                "url": "http://www.ricoh.co.uk",
                "scale": "large",
                "vcse": false,
                "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"
            ],
            "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"
            ],
            "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": "The provision of Supply and Maintenance of Multi Function Devices and Photocopiers to individual schools within Northern Ireland for a period of 4 years. This framework agreement is let by the Northern Ireland Education Authority (\"EA\") and 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": "The customer may utilise the framework through use of the call off route or via mini competition. The use of the Direct Call-Off option or the Mini Competition option will be at the client's discretion. These routes are outlined below: * Direct Call-Off - This option is open to schools, where the schools needs can be met by tender pricing. Schools will buy directly from the framework based on the information and product pricing provided by each supplier in their tender bid. This means that the Schools would select products based on the information provided that is the closest match to their operational requirements. * Mini Competition - In line with school's requirements, there may be the need to run mini-competitions within this Framework Agreement utilising a desktop assessment of costs based on framework prices submitted. Mini Competitions will be evaluated based on cost and will be awarded under the same terms and conditions."
            }
        },
        "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": "active",
            "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"
                        },
                        {
                            "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"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-03-01T00:00:00Z",
                "endDate": "2030-02-28T23:59:59Z"
            },
            "value": {
                "amountGross": 23400000,
                "amount": 19500000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-27T00:00:00Z",
            "documents": [
                {
                    "id": "025003-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/025003-2026",
                    "datePublished": "2026-03-19T10:26:51Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}