Tender

Maentwrog Hydro Power Station Optimisation Services

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 5 releases in its history.

Tender

13 Jan 2026 at 16:51

PlanningUpdate

30 Jul 2025 at 08:33

PlanningUpdate

30 Jul 2025 at 07:36

PlanningUpdate

24 Jul 2025 at 12:47

Planning

24 Jul 2025 at 08:55

Summary of the contracting process

The Nuclear Decommissioning Authority (NDA) is seeking tenders for the optimisation of the Maentwrog Hydro Power Station, a 28MW hydroelectric facility located in Cumbria, UK. The procurement process is in the tender stage, with an anticipated contract start date of 25 May 2026 and an initial term of two years, extendable by two additional one-year periods. This opportunity, under the competitive flexible procedure, aims to appoint an economic operator to deliver energy generation and trading optimisation services. The estimated contract value ranges from £240,000 to £500,000 for the initial term, increasing to a potential total of £800,000 over four years based on performance. Interested parties must submit their tender by 17 February 2026 via the Atamis Supplier Portal.

This tender provides a significant opportunity for businesses specialising in energy and related services, particularly those with expertise in energy trading and optimisation. Companies possessing a robust understanding of the wholesale energy market, technical analysis, and the ability to maximise energy generation revenue stand to benefit. SMEs are encouraged to participate, as this procurement could drive business growth through heightened visibility and potential collaboration with the central government. Successful bidders will aid the NDA in increasing income generation, supporting its mission of safely decommissioning the UK’s earliest nuclear sites, and reinforcing the UK’s position as a leader in the civil nuclear sector.

How relevant is this notice?

Notice Information

Notice Title

Maentwrog Hydro Power Station Optimisation Services

Notice Description

NDA is a non-departmental public body charged, on behalf of government, with the mission to clean-up the UK's earliest nuclear sites safely, securely and cost effectively. We're committed to overcoming the challenges of nuclear clean-up and decommissioning, leaving the 17 nuclear sites ready for their next use. We do this work with care for our people, communities and the environment, with safety, as always, our number one priority. We also play an important role in supporting government's aspiration for the UK to be a global leader in the civil nuclear sector. We strive to deliver best value for the UK taxpayer by focusing on reducing the highest hazards and risks, while ensuring safe, secure, and environmentally responsible operations at our sites. We seek ways to reduce the level of public funding from government by generating revenue through our commercial activities. Maentwrog Hydroelectric Power Station ("Maentwrog") is a 28MW hydroelectric plant owned by NDA and operated by Magnox Limited ("Magnox"). The NDA is seeking to engage with economic operators obtain feedback regarding a forthcoming tender to appoint an economic operator to deliver energy generation and trading optimisation services for the NDA's Maentwrog Hydropower station asset. The core service to be delivered includes, but is not limited to the provision of trading available energy generation capacity within the wholesale market, based upon fundamental and technical analysis, market expertise and available generation capacity based upon water volumes, rainfall and available measurements within defined operational parameters. The aim of this procurement is to increase income generation to support the NDA in delivering it's mission. It is anticipated that the agreement may be based upon a 2 year initial term with 2 twelve month optional extensions. It is anticipated that the total contract value will be circa PS240,000 and PS500,000 for the initial term, with a potential income value between PS480,000 and PS800,000 across a potential total 4-year term, subject to Supplier performance. Please note, we appreciate that income will change based upon market conditions and fluctuations, therefore these are indicative estimates.

Lot Information

Lot 1

Options: The contract term will be valid from contract commencement for an initial two (2) year period, following which there are with two (2) 12-month optional extensions, which may be invoked by agreement between the parties, a minimum of 9 months prior to the end date.

Renewal: 2 x12 month extensions

Planning Information

As part of the engagement process, NDA will seek feedback relating to the scope of services, commercial model and anticipated key terms and conditions of contract for the purpose of market feedback. Sharing of information and feedback will be facilitated via the Atamis procurement portal, however NDA reserve the right to change the format of communication with parties who register interest to Teleconference where relevant and appropriate to expedite the process. Interested parties should register their interest to this UK02: Preliminary Market Engagement Notice via the OneNda Atamis portal. This can be found at the following address: https://one-nda.force.com/s/Welcome Initial registration of your company is achieved by using the above website link and then clicking on "Register Here". It is envisaged that the information will be made available to interested parties on 28th July 2025 along with a questionnaire to capture feedback which should be submitted to the NDA via Atamis by 12 noon on 14th August 2025, however these dates be subject to change.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056518
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002854-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

31 - Electrical machinery, apparatus, equipment and consumables; lighting

38 - Laboratory, optical and precision equipments (excl. glasses)

51 - Installation services (except software)

65 - Public utilities

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

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


CPV Codes

09300000 - Electricity, heating, solar and nuclear energy

09310000 - Electricity

31682000 - Electricity supplies

38551000 - Energy meters

51112200 - Installation services of electricity control equipment

65300000 - Electricity distribution and related services

65400000 - Other sources of energy supplies and distribution

65410000 - Operation of a power plant

71241000 - Feasibility study, advisory service, analysis

71314000 - Energy and related services

71314200 - Energy-management services

71314300 - Energy-efficiency consultancy services

72227000 - Software integration consultancy services

72228000 - Hardware integration consultancy services

79930000 - Specialty design services

Notice Value(s)

Tender Value
£1,092,000 £1M-£10M
Lots Value
£1,092,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jan 20266 days ago
Submission Deadline
17 Feb 20264 weeks to go
Future Notice Date
6 Oct 2025Expired
Award Date
Not specified
Contract Period
24 May 2026 - 24 May 2028 2-3 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NUCLEAR DECOMMISSIONING AUTHORITY
Contact Name
Madeline Jones
Contact Email
madeline.jones@nda.gov.uk
Contact Phone
01925 802895

Buyer Location

Locality
CUMBRIA
Postcode
CA24 3HU
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
TLL Wales

Local Authority
Cumberland
Electoral Ward
Egremont North and St Bees
Westminster Constituency
Whitehaven and Workington

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-056518-2026-01-13T16:51:47Z",
    "date": "2026-01-13T16:51:47Z",
    "ocid": "ocds-h6vhtk-056518",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVDH-2346-PXDL",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVDH-2346-PXDL"
            },
            "address": {
                "streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
                "locality": "Cumbria",
                "postalCode": "CA24 3HU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD11"
            },
            "contactPoint": {
                "name": "Madeline Jones",
                "email": "madeline.jones@nda.gov.uk",
                "telephone": "01925 802895"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/nuclear-decommissioning-authority",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVDH-2346-PXDL",
        "name": "Nuclear Decommissioning Authority"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "As part of the engagement process, NDA will seek feedback relating to the scope of services, commercial model and anticipated key terms and conditions of contract for the purpose of market feedback. Sharing of information and feedback will be facilitated via the Atamis procurement portal, however NDA reserve the right to change the format of communication with parties who register interest to Teleconference where relevant and appropriate to expedite the process. Interested parties should register their interest to this UK02: Preliminary Market Engagement Notice via the OneNda Atamis portal. This can be found at the following address: https://one-nda.force.com/s/Welcome Initial registration of your company is achieved by using the above website link and then clicking on \"Register Here\". It is envisaged that the information will be made available to interested parties on 28th July 2025 along with a questionnaire to capture feedback which should be submitted to the NDA via Atamis by 12 noon on 14th August 2025, however these dates be subject to change.",
                "dueDate": "2025-08-15T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "042600-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042600-2025",
                "datePublished": "2025-07-24T09:55:17+01:00",
                "format": "text/html"
            },
            {
                "id": "042773-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042773-2025",
                "datePublished": "2025-07-24T13:47:28+01:00",
                "format": "text/html"
            },
            {
                "id": "044064-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044064-2025",
                "datePublished": "2025-07-30T08:36:07+01:00",
                "format": "text/html"
            },
            {
                "id": "044083-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044083-2025",
                "datePublished": "2025-07-30T09:33:24+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C26945",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Maentwrog Hydro Power Station Optimisation Services",
        "description": "NDA is a non-departmental public body charged, on behalf of government, with the mission to clean-up the UK's earliest nuclear sites safely, securely and cost effectively. We're committed to overcoming the challenges of nuclear clean-up and decommissioning, leaving the 17 nuclear sites ready for their next use. We do this work with care for our people, communities and the environment, with safety, as always, our number one priority. We also play an important role in supporting government's aspiration for the UK to be a global leader in the civil nuclear sector. We strive to deliver best value for the UK taxpayer by focusing on reducing the highest hazards and risks, while ensuring safe, secure, and environmentally responsible operations at our sites. We seek ways to reduce the level of public funding from government by generating revenue through our commercial activities. Maentwrog Hydroelectric Power Station (\"Maentwrog\") is a 28MW hydroelectric plant owned by NDA and operated by Magnox Limited (\"Magnox\"). The NDA is seeking to engage with economic operators obtain feedback regarding a forthcoming tender to appoint an economic operator to deliver energy generation and trading optimisation services for the NDA's Maentwrog Hydropower station asset. The core service to be delivered includes, but is not limited to the provision of trading available energy generation capacity within the wholesale market, based upon fundamental and technical analysis, market expertise and available generation capacity based upon water volumes, rainfall and available measurements within defined operational parameters. The aim of this procurement is to increase income generation to support the NDA in delivering it's mission. It is anticipated that the agreement may be based upon a 2 year initial term with 2 twelve month optional extensions. It is anticipated that the total contract value will be circa PS240,000 and PS500,000 for the initial term, with a potential income value between PS480,000 and PS800,000 across a potential total 4-year term, subject to Supplier performance. Please note, we appreciate that income will change based upon market conditions and fluctuations, therefore these are indicative estimates.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65410000",
                        "description": "Operation of a power plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79930000",
                        "description": "Specialty design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09300000",
                        "description": "Electricity, heating, solar and nuclear energy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38551000",
                        "description": "Energy meters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51112200",
                        "description": "Installation services of electricity control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72227000",
                        "description": "Software integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31682000",
                        "description": "Electricity supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09310000",
                        "description": "Electricity"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314200",
                        "description": "Energy-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72228000",
                        "description": "Hardware integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314300",
                        "description": "Energy-efficiency consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71241000",
                        "description": "Feasibility study, advisory service, analysis"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65400000",
                        "description": "Other sources of energy supplies and distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65300000",
                        "description": "Electricity distribution and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1310400,
            "amount": 1092000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-05-25T00:00:00+01:00",
                    "endDate": "2028-05-24T23:59:59+01:00",
                    "maxExtentDate": "2030-05-24T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1310400,
                    "amount": 1092000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "T1 - Trading Methodology",
                            "description": "Please detail you proposed trading methodology for the Maentwrog Hydro Power Plant in compliance with Document 2 - Optimisation Specification. Your answer should include the following areas: * Details of a draft Trading Risk Management Strategy which details how you will trade the asset in line with parameters defined within Document 2 - Optimisation Specification. * Forecasting & profiling, technical & fundamental analysis * Appropriate Resource Allocation * Alignment with NDA's defined risk appetite * Breadth of market access * Alignment with operational parameters detailed within Document 2 - Optimisation Specification * Learning from experience (LFE)",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T2 - Ensuring Additional return on Investment",
                            "description": "Describe the processes and procedures you have in place to support your strategy delivery, which ensure the return of additional income over and above N2EX. Your answer should cover the following areas: * Flexibility to respond to market movements * Diversification of markets * Revenue stacking opportunities and processes in place to utilise and benefit from the opportunities available to this asset * Market intelligence and data, including how you plan to utilise information and knowledge available to ensure the best possible income generation for the asset. * Ensuring site level knowledge is captured and continually considered in strategy execution * Continuous review of appropriate market access and availability * Any additional opportunities not evident within this tender which may demonstrate additional benefit",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T3 - Performance & Contract Management",
                            "description": "Please explain how you will ensure your organisation successfully performs under this contract. Within your response, please detail the contract management processes and resources you will deploy to ensure successful delivery. Your answer should include the following areas: Identification of contract management team, including a dedicated account manager and support services. A robust and appropriate approach to stakeholder management. Facilitation of access to market expert Review meetings attendance from appropriate representatives The production, distribution and review of Key Performance Indicators, Management Information & Learning from Experience. Presentation of additional opportunities. Identification and management of risk collaboratively Dispute resolution, escalation processes & procedures Tracking of forecasted additional return on investment, performance and maximum opportunity available Cascading of market knowledge and regulation updates and through newsletters and training available on a free of charge basis. To support NDA colleagues with internal and external stakeholder engagement activities and publications.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T4 - System & Dispatch Integration Solution",
                            "description": "Please provide an explanation of your proposed integration design solution detailing the infrastructure, connectivity, security protocols, testing and required maintenance. Additionally, please attached a single line diagram which details the current site configuration in addition to the proposed infrastructure and/or connectivity based upon your proposal and the information shared within Document 2 - Service Specification. Your response should address the below requirements. * Define what technology will be utilised for your proposed Solution for remote dispatch * Detail how it will integrate with current system. * How the solution with ensure and detail the method for two-way communication, i.e. notices to and from site. * How you will ensure the installation/ integration is compliant with all appropriate regulations, i.e. wiring appropriate to the asset. * Detail the methods of systems protection specifically for the integration and the methodologies applied for the wider organisation, with confirmation that they meet the requirements detail within 'Document 3 - System Interfaces and Integration Requirements'.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "T5 - Implementation & Mobilisation",
                            "description": "Please provide a mobilisation project plan and narrative detailing how you will implement and mobilise this agreement should you be successful. The plan should detail all activities to be completed between contract signature and contract go live (estimated to be a 3-month period). Your response should address the below requirements. * The production of a mobilisation project plan detailing who, what, when, why and how approach and highlights key sign off stages for the plan pre and post go live. * Progress against plan review mechanisms and appropriate timeliness of reviews. * A dedicated implementation lead allocated by the Supplier at contract signature stage. * Timely resource allocation and team onboarding processes for trading, contract management, and all relevant support functions. * Inclusion of all relevant vetting and/or onboarding processes. * Systems integration deployment, including any associated installation at all locations, including remote activity. * All associated metering and notifications required to support contract go live, e.g. MVRAN transition, notice to incumbent. * Creating and set up of all appropriate billing and invoicing processes * Creating and set up of all appropriate Management Information and KPI reporting processes. * Identification of what NDA resource and how much time will be required and when. * Identification of what subcontractor resource and how much time will be required and when. * Inclusion of any relevant vetting and/or onboarding procedures. * All relevant security and access requirements will be met. * All appropriate training provisions delivery to time. * The plan and narrative are supported by appropriate resource, data, calculations and other relevant evidence, including flow charts, organisational structures etc. to demonstrate appropriateness.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SV01 - Wellbeing & Inclusion",
                            "description": "Social Value - Supporting Wellbeing and Inclusion including Mental Health of Employees Supporting Wellbeing and Inclusion including Mental Health of Employees Proposals should demonstrate the action that will be taken throughout this specific contract to support the health and wellbeing, including physical and mental health in the contract workforce. Proposals should also demonstrate how they will influence staff, suppliers, customers and communities through the delivery of the contract to support health and wellbeing including physical and mental health. Proposals should also demonstrate how they will embed Wellbeing and Inclusion into their organisation, and also Improve Health and Wellbeing within the team specifically working on this requirement. Please demonstrate the following: * What will your organisation do specifically for this requirement? * How will you do this? * How will this be monitored and measured against on a quarterly basis?",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "C1 - Set up costs",
                            "description": "This fee is the cost to implement and mobilise the agreement and should include all costs associated with solution and system design and integration. It will not be possible to request additional payment following the submission of the tender.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "C2 - Core Service Fee",
                            "description": "This fee covers the provision of the services as detailed within the specification up to the N2EX price for the settlement period.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "C3 - Additional Income Fees",
                            "description": "This fee is for income above the N2EX price for the settlement period. This is in addition to the core service fee and is an incentive for performing over and above the N2EX price. This additional fee is only applied to income amounts above the N2EX value on a total PS (pounds) basis for each trade identified as being over and above equivalent N2EX prices for that trade period.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "C4 - Capacity Market Fee",
                            "description": "Fixed Annual Cost for administration and management of the Capacity market requirements under this agreement",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "renewal": {
                    "description": "2 x12 month extensions"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract term will be valid from contract commencement for an initial two (2) year period, following which there are with two (2) 12-month optional extensions, which may be invoked by agreement between the parties, a minimum of 9 months prior to the end date."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-06T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "042773-2025",
                "description": "The 'Description' section has been updated to form paragraphs to make the scope more readable."
            },
            {
                "id": "044064-2025",
                "description": "Update Procurement Reference number."
            },
            {
                "id": "044083-2025",
                "description": "Formatting paragraphs in the Description field"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This tender will utilise the Competitive Flexible Procedure under Procurement Act 2023"
        },
        "submissionMethodDetails": "All communication and tender submissions should be submitted via the Atamis Supplier Portal https://atamis-2464.my.site.com/ProSpend__CustomCommunitiesLogin",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-17T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-17T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-25T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "002854-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002854-2026",
                "datePublished": "2026-01-13T16:51:47Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}