Award

Technology Consultancy Services Framework

EFFICIENCY EAST MIDLANDS LIMITED

This public procurement record has 3 releases in its history.

Award

01 Apr 2026 at 14:27

Tender

25 Nov 2025 at 17:07

Planning

06 Aug 2025 at 13:45

Summary of the contracting process

The contracting process led by Efficiency East Midlands Limited involves the "Technology Consultancy Services Framework," completed on 1st April 2026. The buyer, Efficiency East Midlands Limited, based in Alfreton, UK, aims to provide a robust consulting service encompassing diagnostic, advisory, and delivery support for technology-enabled change across various public sector entities. The procurement follows an open, competitive flexible procedure, signifying active participation from interested suppliers. This framework targets IT services, specifically consulting, software development, internet support, and will be operative from May 2026 through April 2030. The procurement method ensures optimal selection of suppliers, highlighting Arcadis (UK) Limited among others as the awarded entities as of 9th March 2026.

This tender presents substantial business growth opportunities, particularly in IT consulting, software development, and support services. Large enterprises and SMEs across the UK are well-positioned to engage with this framework, given its emphasis on a diverse supply chain. Suppliers can leverage this opportunity to expand their client portfolio within the public sector, enhancing their visibility and credibility as trusted partners in technology consultancy. By engaging in this framework, businesses can refine their service offerings and innovate solutions that align with public sector transformation goals, fostering a collaborative and efficient service delivery model. The competitive nature encourages high standards and drives improvements, ensuring suppliers contribute significantly to public service advancements.

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

Notice Title

Technology Consultancy Services Framework

Notice Description

This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review.

Planning Information

Market Engagement Objectives This market engagement aims to: • Assess the level of interest from the consultancy market • Validate the types of services in demand • Test potential framework structures (e.g. lots, pricing, evaluation) • Understand commercial and delivery models • Identify potential barriers to entry for new or smaller providers • Design a simple, effective call-off process that works well for both buyers and suppliers • Align the procurement to meet Procurement Act 2023 objectives, including innovation, economic growth, and accessibility Proposed Framework Scope Services Covered may include: • Technology strategy and architecture • Digital and service design (aligned with GDS and user-centred principles) • Cybersecurity and resilience • Infrastructure modernisation and cloud migration • AI, automation, and emerging technology • ICT sourcing and operating model design • Data platforms, governance, and insights The framework will be open to Central and local government, NHS and health bodies, police and emergency services, housing associations, education, and other public authorities. It is anticipated Call-off methods will include Direct award or mini-competition The estimated value of the framework is likely to be up to £10 million over 4 years. This will be subject to the PME feedback. Number of suppliers appointed to the framework will be determined based on market response. The intended contract model will be determined following the market feedback. Timeline Issue PME – 06/08/2025 Deadline for Responses 27/08/2025 Follow-up Supplier Sessions 1st – 12th September 2025 Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058299
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030475-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
£50,000,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
1 Apr 20263 weeks ago
Submission Deadline
9 Dec 2025Expired
Future Notice Date
1 Oct 2025Expired
Award Date
9 Mar 20261 months ago
Contract Period
30 Apr 2026 - 30 Apr 2030 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
EFFICIENCY EAST MIDLANDS LIMITED
Additional Buyers

EFFICIENCY EAST MIDLANDS

META PROCUREMENT LTD

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

Buyer Location

Locality
ALFRETON
Postcode
DE55 2DS
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF14 Nottingham
Delivery Location
Not specified

Local Authority
Nottingham
Electoral Ward
Castle
Westminster Constituency
Nottingham East

Supplier Information

Number of Suppliers
1
Supplier Name

ARCADIS (UK

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-058299-2026-04-01T15:27:51+01:00",
    "date": "2026-04-01T15:27:51+01:00",
    "ocid": "ocds-h6vhtk-058299",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-07762614",
            "name": "EFFICIENCY EAST MIDLANDS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07762614"
            },
            "address": {
                "streetAddress": "3 Maisies Way",
                "locality": "Alfreton",
                "postalCode": "DE55 2DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF12"
            },
            "contactPoint": {
                "name": "Mark Stephens",
                "email": "tenders@eem.org.uk",
                "telephone": "+447973385737"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://metaprocurement.org/",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    },
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRXX-3953-HVQM"
                }
            ]
        },
        {
            "id": "GB-COH-13864148",
            "name": "META PROCUREMENT LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "13864148"
            },
            "address": {
                "streetAddress": "The Rock Cottage Peveril Drive",
                "locality": "Nottingham",
                "postalCode": "NG7 1DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "name": "Mark Stephens",
                "email": "contact@metaprocurement.org",
                "telephone": "+447973385737"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Lead agent",
            "details": {
                "url": "http://www.metaprocurement.org"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHTC-9381-MRCG"
                }
            ]
        },
        {
            "id": "GB-COH-FC018895",
            "name": "TECH MAHINDRA LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "FC018895"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLJV-3462-ZCJN"
                }
            ],
            "address": {
                "streetAddress": "Gateway Building, Apollo Bunder",
                "locality": "Mumbai",
                "postalCode": "Maharashtra 400001",
                "country": "IN",
                "countryName": "India",
                "region": "IN"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "https://www.techmahindra.com/",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-06622134",
            "name": "SWIFT STRATEGIES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06622134"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNWB-9772-VZVW"
                }
            ],
            "address": {
                "streetAddress": "Second floor, 150 Fleet Street",
                "locality": "London",
                "postalCode": "EC4A 2DQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "http://www.swiftstrategies.co.uk",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-11531938",
            "name": "TRANSFORMCX LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "11531938"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXDN-1445-NYHW"
                }
            ],
            "address": {
                "streetAddress": "167-169 Great Portland Street, 5th Floor",
                "locality": "London",
                "postalCode": "W1W 5PF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "https://www.transformcx.com",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-16747079",
            "name": "CORE BRIDGE GROUP LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "16747079"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBPT-7898-ZQCL"
                }
            ],
            "address": {
                "streetAddress": "124-128 City Road",
                "locality": "London",
                "postalCode": "EC1V 2NX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-07343436",
            "name": "VE3 GLOBAL LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07343436"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXDH-7267-YHNX"
                }
            ],
            "address": {
                "streetAddress": "86-90 Paul Street",
                "locality": "London",
                "postalCode": "EC2A 4NE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "https://www.ve3.global",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-03599593",
            "name": "4C STRATEGIES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03599593"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYBJ-3476-HPZN"
                }
            ],
            "address": {
                "streetAddress": "Bowden House, 36 Northampton Road",
                "locality": "Market Harborough",
                "postalCode": "LE16 9HE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "http://www.4C.co.uk",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-01093549",
            "name": "ARCADIS (UK) LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01093549"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJWJ-2644-VBHW"
                }
            ],
            "address": {
                "streetAddress": "80 Fenchurch Street",
                "locality": "London",
                "postalCode": "EC3M 4BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "frameworks@arcadis.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://www.arcadis.com/en-gb",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-07762614",
        "name": "EFFICIENCY EAST MIDLANDS LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Market Engagement Objectives This market engagement aims to: * Assess the level of interest from the consultancy market * Validate the types of services in demand * Test potential framework structures (e.g. lots, pricing, evaluation) * Understand commercial and delivery models * Identify potential barriers to entry for new or smaller providers * Design a simple, effective call-off process that works well for both buyers and suppliers * Align the procurement to meet Procurement Act 2023 objectives, including innovation, economic growth, and accessibility Proposed Framework Scope Services Covered may include: * Technology strategy and architecture * Digital and service design (aligned with GDS and user-centred principles) * Cybersecurity and resilience * Infrastructure modernisation and cloud migration * AI, automation, and emerging technology * ICT sourcing and operating model design * Data platforms, governance, and insights The framework will be open to Central and local government, NHS and health bodies, police and emergency services, housing associations, education, and other public authorities. It is anticipated Call-off methods will include Direct award or mini-competition The estimated value of the framework is likely to be up to PS10 million over 4 years. This will be subject to the PME feedback. Number of suppliers appointed to the framework will be determined based on market response. The intended contract model will be determined following the market feedback. Timeline Issue PME - 06/08/2025 Deadline for Responses 27/08/2025 Follow-up Supplier Sessions 1st - 12th September 2025 Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM",
                "dueDate": "2025-09-12T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "046572-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046572-2025",
                "datePublished": "2025-08-06T14:45:12+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EEM0081",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Technology Consultancy Services Framework",
        "description": "This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 60000000,
            "amount": 50000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "This Framework Agreement Technology Consultancy Services is for use by Contracting Authorities in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 29 May 2025",
                "description": "This is a single supplier framework. The framework supplier will provide an initial diagnostic service at either no cost or at cost recovery only, to help contracting authorities clearly define their needs, challenges, and desired outcomes before committing to wider consultancy or delivery activity. This diagnostic phase will enable informed investment decisions, ensuring public funds are spent only where there is a clear business case and achievable value. Award of contracts will be via direct award."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-10T00:00:00+00:00",
                    "endDate": "2030-03-09T23:59:59+00:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 60000000,
                    "amount": 50000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Technical and responsible procurement",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Commercial",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-01T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will consist of the following stages: Stage One - Selection Questionnaire (PSQ) Bidders will be required to complete a Selection Questionnaire (PSQ) to demonstrate their organisational suitability, financial standing, relevant experience, and capacity to deliver the required services. Responses will be evaluated in accordance with the published selection criteria. Only the top 3 - 5 bidders who meet the required standard will be invited to participate in the next stage of the process. Stage Two - Invitation to Tender (Competitive Flexible Stage) Shortlisted bidders will be invited to submit a full tender response, addressing both the Technical (Quality) and Commercial (Pricing) criteria. The ITT will be evaluated in accordance with the published award criteria, which will assess overall quality, delivery approach, SME participation, and value for money. This stage allows EEM to explore innovative delivery approaches while maintaining a competitive and transparent evaluation framework. Stage Three - Clarification and Moderation (if required) Where necessary, shortlisted bidders may be invited to attend a Clarification Meeting. These meetings will not be scored but will be used to validate or explore elements of the written submission. Following these sessions, the evaluation panel may adjust moderated scores when justified by improved confidence in a bidder's ability to deliver. Stage Four - Contract Award The Framework Agreement will be awarded to the Bidder submitting the Most Advantageous Tender (MAT), based on a combination of quality (70%) and price (30%), in line with the evaluation criteria set out in this document. Following evaluation and moderation, all bidders will be notified of the outcome, and the mandatory standstill period will commence before award confirmation."
        },
        "participationFees": [
            {
                "id": "ocds-h6vhtk-058299",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                }
            }
        ],
        "submissionMethodDetails": "https://www.mytenders.co.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-16T11:59:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-12-09T11:59:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-09T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Via My Tenders https://www.mytenders.co.uk/"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "077031-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077031-2025",
                "datePublished": "2025-11-25T17:07:38Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-01093549",
                        "name": "ARCADIS (UK) LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-FC018895",
                        "name": "TECH MAHINDRA LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-06622134",
                        "name": "SWIFT STRATEGIES LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-11531938",
                        "name": "TRANSFORMCX LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "5",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-16747079",
                        "name": "CORE BRIDGE GROUP LTD"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "6",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-07343436",
                        "name": "VE3 GLOBAL LTD"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "7",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03599593",
                        "name": "4C STRATEGIES LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "date": "2026-03-09T00:00:00Z",
            "value": {
                "amountGross": 600000000,
                "amount": 50000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-01093549",
                    "name": "ARCADIS (UK) LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-05-01T00:00:00+01:00",
                "endDate": "2030-04-30T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "030475-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/030475-2026",
                    "datePublished": "2026-04-01T15:27:51+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-09T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-30T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}