Award

715048452 - The Provision of BATUK Bottled Drinking Water

MINISTRY OF DEFENCE

This public procurement record has 4 releases in its history.

Award

06 Jan 2026 at 09:34

Award

11 Dec 2025 at 14:18

Tender

09 Oct 2025 at 15:45

Planning

22 Jul 2025 at 08:00

Summary of the contracting process

The Ministry of Defence (MoD) has completed the procurement process for the provision of bottled drinking water and dispensers to British Army Training Unit Kenya (BATUK) locations, including Kifaru Barracks in Nairobi and Nyati Barracks in Nanyuki. This award, made through an open procedure, has led to a contract with Alpine Coolers Ltd. The initiation of the tender occurred in the planning stage on 22 July 2025, with subsequent tender and award stages, culminating in the contract being awarded on 30 December 2025. The contract, valued at 57.6 million KES (approximately 45K GBP), is set to start on 1 January 2026 and end on 31 December 2028, with an option to extend for up to two additional years. This specific procurement falls under the 'goods' category catering to the mineral and drinking water industry.

This tender presents substantial growth opportunities, particularly for small to medium enterprises (SMEs) equipped to handle large-scale supply and logistics operations. Businesses in the water provisioning and dispenser manufacturing sectors are particularly suited to benefit from such contracts. The open nature of this procurement process encourages competition, thus providing a chance for various companies to showcase their capability in meeting military-grade supply standards. Suppliers are required to ensure accreditation in line with Kenyan Bureau of Standards' ‘Diamond’ status and maintain technical proficiency, making it an excellent opportunity for companies with solid operational capacity and commitment to quality standards to thrive.

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

715048452 - The Provision of BATUK Bottled Drinking Water

Notice Description

The requirement is the supply and delivery of bottled drinking water and suitable drinking water dispensers, to BATUK locations in Kifaru Barracks, Nairobi and Nyati Barracks, Nanyuki on behalf of BATUK and DIO. The total requirement over one year is estimated at 48,000 x 18.9Ltr bottles. (Average use of 4000 bottles per month) and a requirement of 300 water dispensers.

Lot Information

Lot 1

Options: 3 + 1 + 1

Renewal: The core contract term is 3 years with the option to extend 1+1 years. The Authority is entitled to propose any change to the contract in accordance with SC2 - Schedule 4 - Contract Change Control and the extension would follow this process.

Planning Information

BATUK Drinking Water – UK2 Preliminary Market Engagement The purpose of this Preliminary Market Engagement Notice (PMEN) is to notify the market of an upcoming tender for bottled drinking water within British Army Training Unit Kenya (BATUK) . Please note the following general conditions: • This PMEN will help us to refine the requirement and conduct market research. • We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. • Any and all costs associated with the production of such a response either to the PMEN or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. • Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. • No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this PMEN. • We expect that all responses to this PMEN will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. • No information provided by a Potential Provider in response to this PMEN will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. • Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS – WHAT WE WANT TO ACHIEVE • Provide Industry with a greater understanding of the requirement allowing reduced timescales for tender returns. Potentially reducing the number of clarification questions meaning reduced timescales for procurements. • Have a higher chance of creating a competitive tendering environment and ensuring a higher level of response to your resultant procurement. • Understand Industry’s viewpoints on significant risks and reducing the need for future amendments and associated costs. • Determine the most appropriate tender evaluation criteria and terms and conditions. REQUIREMENT INFORMATION Once all documentation is finalised, the Authority expect this requirement to be acquired through a competitive procurement run under the Procurement Act 2023. The contract is valued at £785,947.24 over a term of 5 years. Anticipated Contract Start Date – 01st January 2026 The requirement will require a Kenyan registered company to deliver it. There are regulations in place to ensure that the drinking water is safe for human consumption and suppliers will be subject to regular testing throughout the life of the contract. To ensure they meet the conditions of participation, suppliers will need to have achieved the ‘Diamond’ standard through the Kenya Bureau of Standards (KEBS) as well as having a Schedule of Accreditation from the local testing unit from Crop Nutrition Laboratory Services Limited (Cropnut). Suppliers interested in participating in this competition will need to actively seek out and achieve accreditation from Cropnut as part of the Conditions of Participation for the tender. The chemical and biological parameters are set out in a bespoke test by Cropnut, which emulate the testing conducted by the Institute of Naval Medicine. It is strongly advised that you contact the Authority prior to booking an appointment with Cropnut to ensure the correct testing is completed. Further to this, MOD reserves the right and has no obligation to continue with the requirement following this PMEN, therefore any actions taken by suppliers as a result is entirely at their own risk. The requirement is the supply and delivery of bottled drinking water and suitable drinking water dispensers, to BATUK locations in Kifaru Barracks, Nairobi and Nyati Barracks, Nanyuki on behalf of BATUK and DIO. The total requirement over one year is estimated at 48,000 x 18.9Ltr bottles. (Average use of 4000 bottles per month) and a requirement of 300 water dispensers. The contract must also include routine maintenance, repair and replacements if the bottles or water dispenser were to become unserviceable. WHAT WE ARE LOOKING FOR 1. Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 5 years. 2. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 3. Are there any major pit falls, issues or risks with the requirement? 4. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 5. Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS • To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the Defence Sourcing Portal (DSP) . • Responses to questions will not identify the originator of the question. · If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk Completed questionnaires should be returned by no later than 11th August 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056367
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000517-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

15 - Food, beverages, tobacco and related products

41 - Collected and purified water


CPV Codes

15981000 - Mineral water

15981100 - Still mineral water

41110000 - Drinking water

Notice Value(s)

Tender Value
£705,000 £500K-£1M
Lots Value
£705,000 £500K-£1M
Awards Value
£57,600,000 £10M-£100M
Contracts Value
£57,600,000 £10M-£100M

Notice Dates

Publication Date
6 Jan 20261 months ago
Submission Deadline
6 Nov 2025Expired
Future Notice Date
30 Sep 2025Expired
Award Date
3 Dec 20252 months ago
Contract Period
1 Jan 2026 - 31 Dec 2028 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Scott Wallace
Contact Email
scott.wallace124@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ANDOVER
Postcode
SP11 8HT
Post Town
Salisbury
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
Not specified

Local Authority
Test Valley
Electoral Ward
Andover Millway
Westminster Constituency
North West Hampshire

Supplier Information

Number of Suppliers
1
Supplier Name

ALPINE COOLERS LID

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-056367-2026-01-06T09:34:18Z",
    "date": "2026-01-06T09:34:18Z",
    "ocid": "ocds-h6vhtk-056367",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Blenheim Building, Monxton Road",
                "locality": "Andover",
                "postalCode": "SP11 8HT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "name": "Scott Wallace",
                "email": "scott.wallace124@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PDYY-5768-DLNH",
            "name": "Alpine Coolers Lid",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDYY-5768-DLNH"
            },
            "address": {
                "streetAddress": "Ectoville Estate, Road A off Enterprise Road",
                "locality": "Nairobi",
                "postalCode": "00100",
                "country": "KE",
                "countryName": "Kenya",
                "region": "KE"
            },
            "contactPoint": {
                "email": "info@alpinecoolers.co.ke"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "BATUK Drinking Water - UK2 Preliminary Market Engagement The purpose of this Preliminary Market Engagement Notice (PMEN) is to notify the market of an upcoming tender for bottled drinking water within British Army Training Unit Kenya (BATUK) . Please note the following general conditions: * This PMEN will help us to refine the requirement and conduct market research. * We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. * Any and all costs associated with the production of such a response either to the PMEN or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. * Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. * No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this PMEN. * We expect that all responses to this PMEN will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. * No information provided by a Potential Provider in response to this PMEN will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. * Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS - WHAT WE WANT TO ACHIEVE * Provide Industry with a greater understanding of the requirement allowing reduced timescales for tender returns. Potentially reducing the number of clarification questions meaning reduced timescales for procurements. * Have a higher chance of creating a competitive tendering environment and ensuring a higher level of response to your resultant procurement. * Understand Industry's viewpoints on significant risks and reducing the need for future amendments and associated costs. * Determine the most appropriate tender evaluation criteria and terms and conditions. REQUIREMENT INFORMATION Once all documentation is finalised, the Authority expect this requirement to be acquired through a competitive procurement run under the Procurement Act 2023. The contract is valued at PS785,947.24 over a term of 5 years. Anticipated Contract Start Date - 01st January 2026 The requirement will require a Kenyan registered company to deliver it. There are regulations in place to ensure that the drinking water is safe for human consumption and suppliers will be subject to regular testing throughout the life of the contract. To ensure they meet the conditions of participation, suppliers will need to have achieved the 'Diamond' standard through the Kenya Bureau of Standards (KEBS) as well as having a Schedule of Accreditation from the local testing unit from Crop Nutrition Laboratory Services Limited (Cropnut). Suppliers interested in participating in this competition will need to actively seek out and achieve accreditation from Cropnut as part of the Conditions of Participation for the tender. The chemical and biological parameters are set out in a bespoke test by Cropnut, which emulate the testing conducted by the Institute of Naval Medicine. It is strongly advised that you contact the Authority prior to booking an appointment with Cropnut to ensure the correct testing is completed. Further to this, MOD reserves the right and has no obligation to continue with the requirement following this PMEN, therefore any actions taken by suppliers as a result is entirely at their own risk. The requirement is the supply and delivery of bottled drinking water and suitable drinking water dispensers, to BATUK locations in Kifaru Barracks, Nairobi and Nyati Barracks, Nanyuki on behalf of BATUK and DIO. The total requirement over one year is estimated at 48,000 x 18.9Ltr bottles. (Average use of 4000 bottles per month) and a requirement of 300 water dispensers. The contract must also include routine maintenance, repair and replacements if the bottles or water dispenser were to become unserviceable. WHAT WE ARE LOOKING FOR 1. Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 5 years. 2. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 3. Are there any major pit falls, issues or risks with the requirement? 4. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 5. Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS * To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the Defence Sourcing Portal (DSP) . * Responses to questions will not identify the originator of the question. * If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk Completed questionnaires should be returned by no later than 11th August 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability.",
                "dueDate": "2025-08-11T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "041821-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041821-2025",
                "datePublished": "2025-07-22T09:00:42+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "715048452",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "715048452 - The Provision of BATUK Bottled Drinking Water",
        "description": "The requirement is the supply and delivery of bottled drinking water and suitable drinking water dispensers, to BATUK locations in Kifaru Barracks, Nairobi and Nyati Barracks, Nanyuki on behalf of BATUK and DIO. The total requirement over one year is estimated at 48,000 x 18.9Ltr bottles. (Average use of 4000 bottles per month) and a requirement of 300 water dispensers.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15981000",
                        "description": "Mineral water"
                    },
                    {
                        "scheme": "CPV",
                        "id": "15981100",
                        "description": "Still mineral water"
                    },
                    {
                        "scheme": "CPV",
                        "id": "41110000",
                        "description": "Drinking water"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "KE",
                        "country": "KE",
                        "countryName": "Kenya"
                    },
                    {
                        "region": "KE",
                        "country": "KE",
                        "countryName": "Kenya"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 817800,
            "amount": 705000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00+00:00",
                    "endDate": "2026-12-31T23:59:59+00:00",
                    "maxExtentDate": "2030-12-31T23:59:59+00:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 817800,
                    "amount": 705000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The evaluation methodology used will be the LOWEST PRICE methodology, where price will be weighted at 100%. The winning tenderer will be the one who submits a PSQ that meets the Conditions of Participation (COP) and has the lowest price.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Please provide details of up to three contracts to meet the conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). These examples should be compariative to the scale of the requirement. A Schedule of Accreditation from Crop Nutrition Laboratory Services Limited in the form of a PDF. Evidence of your Diamond Status as accredited by the Kenyan Bureau of Standards. This should be in the form of a PDF."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The core contract term is 3 years with the option to extend 1+1 years. The Authority is entitled to propose any change to the contract in accordance with SC2 - Schedule 4 - Contract Change Control and the extension would follow this process."
                },
                "hasOptions": true,
                "options": {
                    "description": "3 + 1 + 1"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-30T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://www.contracts.mod.uk/esop/guest/login.do",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-06T16:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-23T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-01T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "063901-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063901-2025",
                "datePublished": "2025-10-09T16:45:45+01:00",
                "format": "text/html"
            }
        ],
        "coveredBy": [
            "GPA"
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "715048452 - The Provision of BATUK Drinking Water",
            "status": "active",
            "date": "2025-12-03T00:00:00+00:00",
            "value": {
                "amountGross": 66816000,
                "amount": 57600000,
                "currency": "KES"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PDYY-5768-DLNH",
                    "name": "Alpine Coolers Lid"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "15981000",
                            "description": "Mineral water"
                        },
                        {
                            "scheme": "CPV",
                            "id": "15981100",
                            "description": "Still mineral water"
                        },
                        {
                            "scheme": "CPV",
                            "id": "41110000",
                            "description": "Drinking water"
                        }
                    ],
                    "relatedLot": "1",
                    "deliveryAddresses": [
                        {
                            "region": "KE",
                            "country": "KE",
                            "countryName": "Kenya"
                        }
                    ]
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-22T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-01T00:00:00+00:00",
                "endDate": "2028-12-31T23:59:59+00:00",
                "maxExtentDate": "2030-12-31T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "1+1 year"
            },
            "hasOptions": true,
            "options": {
                "description": "The contract could be amended to support additional purchases should the Authority choose to do so."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "082044-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/082044-2025",
                    "datePublished": "2025-12-11T14:18:59Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-03T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-22T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "The Provision of BATUK Drinking Water",
            "status": "active",
            "period": {
                "startDate": "2026-01-01T00:00:00+00:00",
                "endDate": "2028-12-31T23:59:59+00:00",
                "maxExtentDate": "2030-12-31T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "1+1 years"
            },
            "hasOptions": true,
            "options": {
                "description": "The Authority has the right to purchase more of the product through a contract amendment signed by both parties."
            },
            "value": {
                "amountGross": 66816000,
                "amount": 57600000,
                "currency": "KES"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-12-30T00:00:00+00:00",
            "documents": [
                {
                    "id": "A-9900",
                    "documentType": "contractSigned",
                    "description": "Contract",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-9900",
                    "format": "application/pdf"
                },
                {
                    "id": "000517-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/000517-2026",
                    "datePublished": "2026-01-06T09:34:18Z",
                    "format": "text/html"
                }
            ],
            "noAgreedMetricsRationale": "Under PS5 million"
        }
    ]
}