Tender

Defence Soft Facilities Management (UK Estate)

DEFENCE INFRASTRUCTURE ORGANISATION

This public procurement record has 6 releases in its history.

TenderUpdate

02 Sep 2025 at 13:44

Tender

02 Sep 2025 at 13:35

PlanningUpdate

13 Aug 2025 at 11:39

Planning

01 Aug 2025 at 09:10

PlanningUpdate

21 Jul 2025 at 10:07

Planning

17 Jul 2025 at 07:33

Summary of the contracting process

The Defence Infrastructure Organisation is inviting expressions of interest for the Defence Soft Facilities Management (UK Estate) Programme, which aims to deliver quality and consistent Soft Facilities Management (SFM) services across various UK regions. The procurement process, managed through a competitive flexible procedure, involves submitting a Procurement Specific Questionnaire by 1st October 2025. The Programme includes services like cleaning, waste management, accommodation, and catering, with contracts running from March 2027 to March 2034, and the potential for extensions. The procurement is in the tender stage, with significant opportunities for business participation, focusing on enhancing the lived experience of the Defence community. Businesses located throughout the UK, particularly those with expertise in facilities management and related services, are encouraged to engage with this £4.5 billion tender.

This tender initiative provides substantial growth opportunities for various businesses, especially those in fields such as facilities management, retail services, and maintenance. Given the diverse nature of services required—ranging from mess accommodation and helpdesk support to refuse services and tailoring—firms with versatile capabilities stand well-placed to compete. The opportunity to secure contracts in different regional lots offers a competitive advantage to companies with comprehensive service portfolios. Successful providers have the chance to gain substantial contracts under a long-term arrangement, refining processes and maximising economies of scale. The procurement structure encourages collaboration and innovation, making it ideal for firms poised to deliver high-quality service while effectively addressing the evolving needs of the Defence community.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

Defence Soft Facilities Management (UK Estate)

Notice Description

The provision of quality Soft Facilities Management (SFM) services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction, and motivation of Service personnel. The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027. Defence Soft Facilities Management (UK Estate) Programme will deliver quality and consistent replacement SFM regional contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the "Lived Experience" for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers. The Defence Soft Facilities Management (UK Estate) Programme contributes to Defence Infrastructure Organisation's (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform. The DIO is seeking expressions of interest, via the completion of the Procurement Specific Questionnaire (PSQ), from Potential Providers (PPs) for managing and delivering the Defence Soft Facilities Management services detailed in this tender notice. Further information regarding the scope of the contracts can be found in the Regional Information Booklets (RIBs). The RIBs will also include background information regarding the Defence Soft Facilities Management (UK Estate) Programme, the services required and an overview of the establishments per region. During the life of the contracts there may be growth or reduction in estate driven by changes in defence outputs / requirements. The Authority intends to use win restrictions as part of the evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire guidance document. Potential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the PSQ supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party's participation in the procurement. Please note that any incumbent supplier that has been shortlisted to participate in the ITT will be required sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process. The documents made available to Potential Providers via AWARD are; - 20250830-DEF SFM PSQ Guidance Document-v1.0 - 20250707_Appendix 1_DEF SFM PSQ Guidance_V1 - 20241007_Appendix 2_PSQ_Plan_DEF SFM_PSQ_Technical Questions - 20250808_DEF SFM_Conflict of Interest Declaration Form - 20250813_Ethical Walls Agreement - Regional Information Booklets - 20250813_DEF SFM_PSQ Certificate of Performance - 20250813_DEF SFM_PSQ_Similar Contracts Previous 3 Years - 20250902_Market Engagement Questions and Answers 19 Aug 25 - 20250819-DEF SFM Industry Engagement Aug 25 In order to access these documents and submit a PSQ response Potential Providers will be required to sign a confidentiality agreement. This will be made available to Potential Providers as part of the AWARD portal registration process. The link to which is below. https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd8d465876/register

Lot Information

South West

Provision of the following services in the South West region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

South East

Provision of the following services in the South East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

East

Provision of the following services in the East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

North

Provision of the following services in the North Region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Wales & West Midlands

Provision of the following services in the Wales & West Midlands region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Scotland & Northern Ireland

Provision of the following services in the Scotland & Northern Ireland region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Options: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Renewal: The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Planning Information

The Defence Infrastructure Organisation (DIO) is holding a Market Engagement (ME) event on the 19th August 2025 from 10am to 12pm. The event will be hosted on TEAMS. The purpose of the event is to enable potential participants to understand the planned tender process and the timescales anticipated for the procurement of the Defence Soft Facilities Management regional contracts. Suppliers are invited to express their interest in joining the event by emailing the Defence Soft Facilities Management Commercial Team: DIOComrcl-SFMFP@mod.gov.uk. Expressions of interest to join this ME event must be received by 10am on 18th August 2025. Attendee numbers are not limited, given this is a virtual event, however DIO reserves the right to schedule additional events if there is a significant number of respondents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0560bc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/053210-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

55 - Hotel, restaurant and retail trade services

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

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

50000000 - Repair and maintenance services

55110000 - Hotel accommodation services

55900000 - Retail trade services

79993100 - Facilities management services

90500000 - Refuse and waste related services

90911000 - Accommodation, building and window cleaning services

98311100 - Laundry-management services

98393000 - Tailoring services

Notice Value(s)

Tender Value
£4,554,115,720 £1B-£10B
Lots Value
£4,554,115,720 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Sep 20255 months ago
Submission Deadline
Not specified
Future Notice Date
27 Aug 2025Expired
Award Date
Not specified
Contract Period
17 Mar 2027 - 16 Mar 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE INFRASTRUCTURE ORGANISATION
Contact Name
Amy Stamp
Contact Email
diocomrcl-sfmfp@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
Not specified

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0560bc-2025-09-02T14:44:22+01:00",
    "date": "2025-09-02T14:44:22+01:00",
    "ocid": "ocds-h6vhtk-0560bc",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "040694-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040694-2025",
                "datePublished": "2025-07-17T08:33:24+01:00",
                "format": "text/html"
            },
            {
                "id": "041552-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041552-2025",
                "datePublished": "2025-07-21T11:07:59+01:00",
                "format": "text/html"
            },
            {
                "id": "045066-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045066-2025",
                "datePublished": "2025-08-01T10:10:17+01:00",
                "format": "text/html"
            },
            {
                "id": "048382-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048382-2025",
                "datePublished": "2025-08-13T12:39:49+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Defence Infrastructure Organisation (DIO) is holding a Market Engagement (ME) event on the 19th August 2025 from 10am to 12pm. The event will be hosted on TEAMS. The purpose of the event is to enable potential participants to understand the planned tender process and the timescales anticipated for the procurement of the Defence Soft Facilities Management regional contracts. Suppliers are invited to express their interest in joining the event by emailing the Defence Soft Facilities Management Commercial Team: DIOComrcl-SFMFP@mod.gov.uk. Expressions of interest to join this ME event must be received by 10am on 18th August 2025. Attendee numbers are not limited, given this is a virtual event, however DIO reserves the right to schedule additional events if there is a significant number of respondents.",
                "dueDate": "2025-08-19T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Defence Infrastructure Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "St George's House, DMS Whittington",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG24"
            },
            "contactPoint": {
                "name": "Amy Stamp",
                "email": "DIOComrcl-SFMFP@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Defence Infrastructure Organisation"
    },
    "tender": {
        "id": "715309450",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Defence Soft Facilities Management (UK Estate)",
        "description": "The provision of quality Soft Facilities Management (SFM) services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction, and motivation of Service personnel. The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027. Defence Soft Facilities Management (UK Estate) Programme will deliver quality and consistent replacement SFM regional contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the \"Lived Experience\" for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers. The Defence Soft Facilities Management (UK Estate) Programme contributes to Defence Infrastructure Organisation's (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform. The DIO is seeking expressions of interest, via the completion of the Procurement Specific Questionnaire (PSQ), from Potential Providers (PPs) for managing and delivering the Defence Soft Facilities Management services detailed in this tender notice. Further information regarding the scope of the contracts can be found in the Regional Information Booklets (RIBs). The RIBs will also include background information regarding the Defence Soft Facilities Management (UK Estate) Programme, the services required and an overview of the establishments per region. During the life of the contracts there may be growth or reduction in estate driven by changes in defence outputs / requirements. The Authority intends to use win restrictions as part of the evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire guidance document. Potential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the PSQ supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party's participation in the procurement. Please note that any incumbent supplier that has been shortlisted to participate in the ITT will be required sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process. The documents made available to Potential Providers via AWARD are; - 20250830-DEF SFM PSQ Guidance Document-v1.0 - 20250707_Appendix 1_DEF SFM PSQ Guidance_V1 - 20241007_Appendix 2_PSQ_Plan_DEF SFM_PSQ_Technical Questions - 20250808_DEF SFM_Conflict of Interest Declaration Form - 20250813_Ethical Walls Agreement - Regional Information Booklets - 20250813_DEF SFM_PSQ Certificate of Performance - 20250813_DEF SFM_PSQ_Similar Contracts Previous 3 Years - 20250902_Market Engagement Questions and Answers 19 Aug 25 - 20250819-DEF SFM Industry Engagement Aug 25 In order to access these documents and submit a PSQ response Potential Providers will be required to sign a confidentiality agreement. This will be made available to Potential Providers as part of the AWARD portal registration process. The link to which is below. https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd8d465876/register",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "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"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "value": {
            "amountGross": 5464938864,
            "amount": 4554115720,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "status": "active",
                "hasRenewal": true,
                "title": "South West",
                "description": "Provision of the following services in the South West region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "value": {
                    "amountGross": 1518708841,
                    "amount": 1265590701,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            },
            {
                "id": "2",
                "title": "South East",
                "description": "Provision of the following services in the South East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "status": "active",
                "value": {
                    "amountGross": 1154823551,
                    "amount": 962352959,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please see PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            },
            {
                "id": "3",
                "title": "East",
                "description": "Provision of the following services in the East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "status": "active",
                "value": {
                    "amountGross": 887435465,
                    "amount": 739529554,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            },
            {
                "id": "4",
                "title": "North",
                "description": "Provision of the following services in the North Region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "status": "active",
                "value": {
                    "amountGross": 750805879,
                    "amount": 625671566,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            },
            {
                "id": "5",
                "title": "Wales & West Midlands",
                "description": "Provision of the following services in the Wales & West Midlands region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "status": "active",
                "value": {
                    "amountGross": 642672677,
                    "amount": 535560564,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            },
            {
                "id": "6",
                "title": "Scotland & Northern Ireland",
                "description": "Provision of the following services in the Scotland & Northern Ireland region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.",
                "status": "active",
                "value": {
                    "amountGross": 510492451,
                    "amount": 425410376,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation. The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to PSQ Guidance Document",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2034-03-16T23:59:59Z",
                    "maxExtentDate": "2037-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-27T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "041552-2025",
                "description": "Amendment to estimated contract extension date and amendment to estimated tender notice publication date"
            },
            {
                "id": "048382-2025",
                "description": "Update to email address. The correct email address to register an interest in the Market Engagement Event is DIOComrcl-SFMFP@mod.gov.uk"
            },
            {
                "id": "053210-2025",
                "description": "Change to deadline for requests to participate."
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The Procurement Specific Questionnaire (PSQ) (including Conditions of Participation) is available within AWARD and will be used to down-select so that no more than 6 suppliers per Lot will be invited to Tender. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons and whether the suppliers are UK suppliers under the Procurement Act. A clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority. Within the PSQ there are a mix of questions: Pass/Fail, a Fail in any question will result in exclusion from further participation in the tendering process; and scored Questions. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those suppliers ranking in the top 6 will be invited to Tender. Where there is a tie at Positions 6 and 7 (or more), the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 1 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 2. This will continue sequentially down the list for Questions 1 to 4 until a supplier is selected for 6th place. If this sequential process does not result in a clear 6th place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 6th position. An Invitation to Tender (ITT) will be issued to those successful at PSQ. A clarification process will be used during the tendering period to allow suppliers to seek clarification from the Authority. A summary of the award criteria is in this notice and will be explained in the Tender Evaluation Strategy, which will be published in AWARD, with the ITT. The Authority reserves the right to refine the award criteria before and during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the scored quality questions including potential revision to the weightings. - The following supplementary processes may be used, with further details set out in the additional tender documents; - Clarifications - during the tender evaluation period - Dialogue - Supplier presentations / site visits - during the Tender, and Tender Evaluation period - Tender submission - Best and Final Offer Preferred Supplier Stage - an opportunity to review and apply any economies of scale to pricing where a supplier is awarded multiple lots; and/or to confirm solutions; and/or to finalise the draft contract(s). A review of pricing at this stage does not form part of the tender evaluation process. The Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to; - amendments to the tender documents which may provide clarification - refining the specification as the competitive flexible procedure progresses - reducing timescales. If any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued. Under Section 43 of the Procurement Act 2023, the Authority reserves the right to Direct Award should no suitable tenders or requests to participate be received."
        },
        "submissionMethodDetails": "https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd8d465876/register",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-01T12:00:00+01:00",
        "awardPeriod": {
            "endDate": "2027-03-16T23:59:59Z"
        },
        "lotDetails": {
            "awardCriteriaDetails": "The Authority intends to use win restrictions as part of the tender evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire (PSQ) Guidance document."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "053204-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053204-2025",
                "datePublished": "2025-09-02T14:35:04+01:00",
                "format": "text/html"
            },
            {
                "id": "053210-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053210-2025",
                "datePublished": "2025-09-02T14:44:22+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "All payments will be made through the Authority's Contracting, Purchasing & Finance (CP&F) system (Exostar) and will be in accordance with future contractual arrangements."
        },
        "riskDetails": "Changes in standards and policies, outside of Authority control, may necessitate changes to the contract. This may cost time and money. Changes in the character of conflict or geopolitical landscape may reduce the relevance of the service. This means the supplier will need to adapt the service to keep up with these changes. If the above risks materialise then there is a possibility that the contract will be modified under paragraph 5 of Schedule 8."
    },
    "language": "en"
}