Tender

UK4 - PRIMUS II Inservice Support Solution

MINISTRY OF DEFENCE

This public procurement record has 5 releases in its history.

TenderUpdate

06 Feb 2026 at 11:39

TenderUpdate

06 Feb 2026 at 11:37

Tender

06 Feb 2026 at 11:31

Planning

05 Dec 2025 at 10:55

Planning

20 Oct 2025 at 11:58

Summary of the contracting process

The Ministry of Defence, based in Bristol, is seeking proposals for its UK4 - PRIMUS II Inservice Support Solution. This procurement project involves the maintenance and technical support of a Ground Station Terminal, integral for Defence communications. The procurement, managed through the Crown Commercial Service’s Space Technology Solutions Dynamic Market, is at the tender update stage. Interested suppliers must register on the Defence Sourcing Portal and meet the conditions outlined in the Procurement Specific Questionnaire (PSQ) by the 6th of March, 2026. The procurement follows a competitive flexible procedure and aims at ensuring operational readiness over a contract duration of three years, extendable by up to two additional years depending on contract performance and mutual agreement.

This tender presents significant growth opportunities for businesses involved in telecommunications and software services. Companies excelling in technical support, software maintenance, and systems integration, especially those equipped to handle defence and space communications technology, are well-positioned to compete. Small and medium enterprises (SMEs) are particularly encouraged to participate, presenting a diverse scope for technical service providers to enhance their portfolio within the defence sector. The iterative nature of the procurement process ensures a fair chance based on capacity, capability, and competitive pricing, all of which drive innovation and business growth.

How relevant is this notice?

Notice Information

Notice Title

UK4 - PRIMUS II Inservice Support Solution

Notice Description

Defence Equipment and Support (DE&S) on behalf of the Ministry of Defence (MOD), is looking to secure a support solution to provide maintenance and technical support for an Authority owned Ground Station Terminal. The requirement is for a period of three (3) years, with the potential to extend to an additional two (2) years via costed options. This procurement shall be procured through the Crown Commercial Service (CCS), Space Technology Solutions (RM6370) Dynamic Market. The DM contains a list of qualified suppliers who meet specific membership conditions and are eligible to participate in procurements. Should Suppliers wish to recieve the PSQ are not yet on the DM, please engage with the Authority, who may be able to assit with expediting your application. Interested suppliers are required to be registered on the DM, and Defence Sourcing Portal (DSP) to engage and complete the Procurement Selective Questionnaire (PSQ). Should Tenderers be Invited to Negotiate (ITN), the Authority will evaluate the Tenderers capacity and capability against the evaluation criteria. For more details please refer to the official guidance, and the Space Technology Solutions DM. https://www.gov.uk/government/publications/procurement-act-2023-guidance-documents-define-phase/guidance-dynamic-markets-html / Space Technology Solutions - CCS It is the Authority's intention to down-select approximately 5 highest scoring Tenderers, who will then be ITN providing they meet the overall score of a pass within the PSQ. The Authority reserve the right to a fail a tenderer should they not meet the minimum pass criteria at the Evaluation Stage, and subsequently not be ITN. Overview: PRIMUS is a UK-located Ground Terminal designed to provide an interface between the Authority's operations centre (Or the Authority's authorised operation centres) and the space segment (SSeg). PRIMUS, is based on a 7.3-Meter S and X-band solution, sited within a Radome. It has been scoped to send and receive data from a MOD-owned satellite, whilst the Authority views PRIMUS as an enduring capability, intended to support numerous future Operational Concept Demonstrators (OCDs) that currently exist in various stages of development. The duration of the Authority's In-Service Support (ISS) requirements covers a three-year core contract for the maintenance and operational readiness of the asset. Background: PRIMUS has been conceived under the auspices of the Authority's ISTARI programme as its foremost conceptual demonstrator through which ground segment hardware, software and architecture associated with current and future missions has been, and will continue to be, procured, developed and integrated. The objective of PRIMUS is to develop an operational demonstration of the required hardware architecture that both informs and qualifies the MoD's ground control segment concept, as well as integrating into the wider ISTARI architecture, enabling MoD execution of the Tasking, Collection, Processing, Exploitation, and Dissemination (TCPED) cycle. A core objective is to realise a solution which is applicable to supporting imminent missions, whilst also ensuring enduring capability through compatibility with future MoD activities where required. Requirement: PRIMUS is part of the UK Government's broader efforts to maintain, secure and update its satellite communications capabilities, ensuring remote data links for Defence purposes. The Authority requires provision of maintenance and support, which will include both hardware and software elements. The requirements span numerous considerations ranging from routine preventative maintenance to training and management of critical spares, commensurate with Line-3 support. Miscellanous: PRIMUS has been designed with future capability in mind, allowing for - thanks to the terminal's modular design and line replaceable units - potential upgrades. The Modular design preferred on the basis of achieving relatively easy swap-out of small RF components such as feeds/waveguides/Low Noise amplifiers etc., by supplier-trained engineers. The Cyber Risk Profile for this procurement identified by the Cyber Risk Assessment is: Reference: Level 2 PRIMUS is equipped with the OEM's licensed software and, as such, the terms governing the use of this proprietary software are prescribed within an existing and enduring licensing agreement between the OEM and the Authority. Suppliers are advised they are not explicitly covered under the agreement, and may be required to establish a relationship with the OEM in relation to licence software. Tenderers are to be advised that this contract shall have a rolling start date, due to on-going dependencies associated with the terminal.

Lot Information

Lot 1

Options: The Authority reserve the right (but shall not be obligated) to invoke option(s) to extend the duration of the contract by twelve (12) months ((3 )(+ 1) + 1 )) making a potential total duration of 5 years.

Renewal: The Authority intend to include atleast two (2) options which allow the potential extension to contract by one (1) year via costed options.

Planning Information

The purpose of this Preliminary Market Engagement (PME) is to: inform the market of the upcoming procurement activity. How to Participate Suppliers interested in participating in this procurement are encouraged to: Register on the Space Technology Solutions Dynamic Market via the Supplier Registration Service (https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370?nav=0) Furthermore, the Space Technology Solutions Parts related to this competitive procurement will fall under Part 207: Ground Support Services. If you have recently registered, please notify the designated representative listed below to ensure your registration is acknowledged and included in a priority list. Further details, including the Procurement Specific Questionnaire (PSQ) and procurement timelines, will be shared in due course. Suppliers are advised to monitor the Space Technology Solutions Dynamic Market for updates.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05cfb3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010876-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

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


CPV Codes

32400000 - Networks

32500000 - Telecommunications equipment and supplies

32531000 - Satellite communications equipment

32570000 - Communications equipment

32581000 - Data-communications equipment

50330000 - Maintenance services of telecommunications equipment

50332000 - Telecommunications-infrastructure maintenance services

71356000 - Technical services

71356300 - Technical support services

72250000 - System and support services

72260000 - Software-related services

72267000 - Software maintenance and repair services

72268000 - Software supply services

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
20 Feb 20262 weeks to go
Future Notice Date
1 Feb 2026Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 1 Sep 2029 3-4 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
MINISTRY OF DEFENCE
Contact Name
Jessica Applegate
Contact Email
desspace-comrcl@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

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-05cfb3-2026-02-06T11:39:47Z",
    "date": "2026-02-06T11:39:47Z",
    "ocid": "ocds-h6vhtk-05cfb3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "066686-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066686-2025",
                "datePublished": "2025-10-20T12:58:32+01:00",
                "format": "text/html"
            },
            {
                "id": "080043-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080043-2025",
                "datePublished": "2025-12-05T10:55:14Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The purpose of this Preliminary Market Engagement (PME) is to: inform the market of the upcoming procurement activity. How to Participate Suppliers interested in participating in this procurement are encouraged to: Register on the Space Technology Solutions Dynamic Market via the Supplier Registration Service (https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370?nav=0) Furthermore, the Space Technology Solutions Parts related to this competitive procurement will fall under Part 207: Ground Support Services. If you have recently registered, please notify the designated representative listed below to ensure your registration is acknowledged and included in a priority list. Further details, including the Procurement Specific Questionnaire (PSQ) and procurement timelines, will be shared in due course. Suppliers are advised to monitor the Space Technology Solutions Dynamic Market for updates.",
                "dueDate": "2026-01-09T23:59:59+00:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Jessica Applegate",
                "email": "desspace-comrcl@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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "715693462",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "UK4 - PRIMUS II Inservice Support Solution",
        "description": "Defence Equipment and Support (DE&S) on behalf of the Ministry of Defence (MOD), is looking to secure a support solution to provide maintenance and technical support for an Authority owned Ground Station Terminal. The requirement is for a period of three (3) years, with the potential to extend to an additional two (2) years via costed options. This procurement shall be procured through the Crown Commercial Service (CCS), Space Technology Solutions (RM6370) Dynamic Market. The DM contains a list of qualified suppliers who meet specific membership conditions and are eligible to participate in procurements. Should Suppliers wish to recieve the PSQ are not yet on the DM, please engage with the Authority, who may be able to assit with expediting your application. Interested suppliers are required to be registered on the DM, and Defence Sourcing Portal (DSP) to engage and complete the Procurement Selective Questionnaire (PSQ). Should Tenderers be Invited to Negotiate (ITN), the Authority will evaluate the Tenderers capacity and capability against the evaluation criteria. For more details please refer to the official guidance, and the Space Technology Solutions DM. https://www.gov.uk/government/publications/procurement-act-2023-guidance-documents-define-phase/guidance-dynamic-markets-html / Space Technology Solutions - CCS It is the Authority's intention to down-select approximately 5 highest scoring Tenderers, who will then be ITN providing they meet the overall score of a pass within the PSQ. The Authority reserve the right to a fail a tenderer should they not meet the minimum pass criteria at the Evaluation Stage, and subsequently not be ITN. Overview: PRIMUS is a UK-located Ground Terminal designed to provide an interface between the Authority's operations centre (Or the Authority's authorised operation centres) and the space segment (SSeg). PRIMUS, is based on a 7.3-Meter S and X-band solution, sited within a Radome. It has been scoped to send and receive data from a MOD-owned satellite, whilst the Authority views PRIMUS as an enduring capability, intended to support numerous future Operational Concept Demonstrators (OCDs) that currently exist in various stages of development. The duration of the Authority's In-Service Support (ISS) requirements covers a three-year core contract for the maintenance and operational readiness of the asset. Background: PRIMUS has been conceived under the auspices of the Authority's ISTARI programme as its foremost conceptual demonstrator through which ground segment hardware, software and architecture associated with current and future missions has been, and will continue to be, procured, developed and integrated. The objective of PRIMUS is to develop an operational demonstration of the required hardware architecture that both informs and qualifies the MoD's ground control segment concept, as well as integrating into the wider ISTARI architecture, enabling MoD execution of the Tasking, Collection, Processing, Exploitation, and Dissemination (TCPED) cycle. A core objective is to realise a solution which is applicable to supporting imminent missions, whilst also ensuring enduring capability through compatibility with future MoD activities where required. Requirement: PRIMUS is part of the UK Government's broader efforts to maintain, secure and update its satellite communications capabilities, ensuring remote data links for Defence purposes. The Authority requires provision of maintenance and support, which will include both hardware and software elements. The requirements span numerous considerations ranging from routine preventative maintenance to training and management of critical spares, commensurate with Line-3 support. Miscellanous: PRIMUS has been designed with future capability in mind, allowing for - thanks to the terminal's modular design and line replaceable units - potential upgrades. The Modular design preferred on the basis of achieving relatively easy swap-out of small RF components such as feeds/waveguides/Low Noise amplifiers etc., by supplier-trained engineers. The Cyber Risk Profile for this procurement identified by the Cyber Risk Assessment is: Reference: Level 2 PRIMUS is equipped with the OEM's licensed software and, as such, the terms governing the use of this proprietary software are prescribed within an existing and enduring licensing agreement between the OEM and the Authority. Suppliers are advised they are not explicitly covered under the agreement, and may be required to establish a relationship with the OEM in relation to licence software. Tenderers are to be advised that this contract shall have a rolling start date, due to on-going dependencies associated with the terminal.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32500000",
                        "description": "Telecommunications equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32570000",
                        "description": "Communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32581000",
                        "description": "Data-communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32400000",
                        "description": "Networks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32531000",
                        "description": "Satellite communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267000",
                        "description": "Software maintenance and repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50332000",
                        "description": "Telecommunications-infrastructure maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50330000",
                        "description": "Maintenance services of telecommunications equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2160000,
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-09-01T23:59:59+01:00",
                    "maxExtentDate": "2031-09-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 2160000,
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage."
                        },
                        {
                            "type": "price",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage."
                        },
                        {
                            "type": "price",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Authority may utilise the DM for the Legal and Capacity conditions of particpation, further details provided in the PSQ documents."
                        },
                        {
                            "type": "technical",
                            "description": "Selection criteria as detailed in the PSQ documents."
                        },
                        {
                            "type": "economic",
                            "description": "The Authority may utilise the DM for the Legal and Capacity conditions of particpation, further details provided in the PSQ documents."
                        },
                        {
                            "type": "technical",
                            "description": "Selection criteria as detailed in the PSQ documents."
                        },
                        {
                            "type": "economic",
                            "description": "The Authority may utilise the DM for the Legal and Capacity conditions of particpation, further details provided in the PSQ documents."
                        },
                        {
                            "type": "technical",
                            "description": "Selection criteria as detailed in the PSQ documents."
                        }
                    ]
                },
                "renewal": {
                    "description": "The Authority intend to include atleast two (2) options which allow the potential extension to contract by one (1) year via costed options."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Authority reserve the right (but shall not be obligated) to invoke option(s) to extend the duration of the contract by twelve (12) months ((3 )(+ 1) + 1 )) making a potential total duration of 5 years."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-01T23:59:59+00:00"
        },
        "status": "active",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Using dynamic market",
            "features": "Defence, Equipment and Support (DE&S) is conducting this Competitive flexible procedure over two (2) stages: Stage 1: Conditions of Participation / Procurement Specific Questionnaire (PSQ) The Authority shall use the PSQ response to create a shortlist of Tenderers who: (1) are eligible to participate and; (2) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PSQ Stage 2: Invitation to Negotiate (ITN) Tenders are to be evaluated on a Most Advantageous Tender (MAT) basis, using a combination of price and non-price criteria. Bidders who are successful at Stage 1, shall receive the ITN, where full details of the award criteria shall be defined."
        },
        "submissionMethodDetails": "Responses to the PSQ must be completed and submitted on the Defence Sourcing Potal (DSP) by 12:00 GMT 6th March 2026. www.contracts.mod.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-06T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-02-20T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Suppliers should note, this competition is being procured via the Crown Commercial Services, Space Technology Solutions Dynamic Market (DM) (https://www.crowncommercial.gov.uk/agreements/RM6370). To qualify and recieve the PSQ, suppliers should be signed up to the DM in order to recieve the PSQ. The information, guidance and draft contract documents for this opportunity are available on http://www.contracts.mod.uk. Suppliers must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a forgotten username/password link on the homepage. The deadline for submitting your response(s) is detailed within this Tender Notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents."
            },
            {
                "id": "010862-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010862-2026",
                "datePublished": "2026-02-06T11:31:43Z",
                "format": "text/html"
            },
            {
                "id": "010873-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010873-2026",
                "datePublished": "2026-02-06T11:37:28Z",
                "format": "text/html"
            },
            {
                "id": "010876-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010876-2026",
                "datePublished": "2026-02-06T11:39:47Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/modcontracting-purchasing-and-finance-e-procurement-system."
        }
    },
    "language": "en",
    "relatedProcesses": [
        {
            "id": "framework",
            "relationship": [
                "framework"
            ],
            "scheme": "ocid",
            "identifier": "ocds-h6vhtk-0510f8",
            "uri": "https://www.find-tender.service.gov.uk/api/1.0/ocdsReleasePackages/ocds-h6vhtk-0510f8"
        }
    ]
}