Tender

UK4 - Tender Notice Prevention of Peripheral Cold Injuries

MINISTRY OF DEFENCE

This public procurement record has 5 releases in its history.

TenderUpdate

17 Mar 2026 at 15:42

TenderUpdate

16 Mar 2026 at 14:50

TenderUpdate

13 Mar 2026 at 21:18

Tender

13 Mar 2026 at 12:10

Planning

12 Feb 2026 at 16:05

Summary of the contracting process

The Ministry of Defence is overseeing a procurement process titled "UK4 - Tender Notice Prevention of Peripheral Cold Injuries," aimed at addressing the increased incidence of cold injuries among UK Armed Forces personnel in cold regions such as the Nordic-Baltic areas. Situated at Army Headquarters in Andover, the contract involves services related to research laboratory endeavours. This open procedure, within the services category, is at the tender stage with the submission deadline set for 13th April 2026. The contract, valued at £240,000.00, includes laboratory-based research mainly located in North Yorkshire, with significant involvement in clinical assessment and development of cold injury prediction tools. The enquiry period concludes on 30th March 2026, followed by the award period ending on 4th May 2026.

This procurement offers numerous opportunities for businesses particularly experienced in research services and cold environment operations. It suits small and medium-sized enterprises (SMEs) ready to engage in comprehensive research and development tasks involving laboratory services, data analysis, and clinical assessments. Businesses with expertise in scientific research, clinical tool development, and data collection from specialised environments can leverage this contract to gain a foothold in military procurement projects. The involvement in high-value clinical and research tasks, coupled with the long contract period ending in May 2029, ensures sustained business growth and development prospects within the defence sector.

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

Notice Title

UK4 - Tender Notice Prevention of Peripheral Cold Injuries

Notice Description

The UK Armed Forces are more frequently operating in cold environments to contribute to NATO's deterrence in the High North and on the Eastern flank; but data suggest that the number of cases of peripheral cold injuries is increasing in deployed Service Personnel (SP), even during short deployments. Given our growing presence in the Nordic-Baltic regions, Defence urgently needs to identify and protect SP susceptible to cold injuries and improve the clinical assessment of injured SP for their safe and timely return to cold environments. This work will aim to reduce the risk of peripheral cold injuries by developing a prediction tool to identify susceptible SP; and improve deployability by developing a clinical assessment tool to enable clinicians to assess injured SP safely and efficiently, year-round. This laboratory-based research will largely take place at the climate chamber in North Yorkshire.

Planning Information

Prevention of Peripheral Cold Injuries -UK2 Preliminary Market Engagement. The purpose of this Preliminary Market Engagement Notice (PMEN) is to notify the market of an upcoming tender for a service to research into the Prevention of Peripheral Cold Injuries Please note the following general conditions: • This PMEN will help us to refine the requirement and conduct market research. • We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. • Any and all costs associated with the production of such a response either to the PMEN or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. • Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. • No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this PMEN. • We expect that all responses to this PMEN will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. • No information provided by a Potential Provider in response to this PMEN will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. • Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS - WHAT WE WANT TO ACHIEVE • Provide Industry with a greater understanding of the requirement allowing reduced timescales for tender returns. Potentially reducing the number of clarification questions meaning reduced timescales for procurements. • Have a higher chance of creating a competitive tendering environment and ensuring a higher level of response to your resultant procurement. • Understand Industry's viewpoints on significant risks and reducing the need for future amendments and associated costs. • Determine the most appropriate tender evaluation criteria and terms and conditions. REQUIREMENT INFORMATION Once all documentation is finalised, the Authority expect this requirement to be acquired through a competitive procurement run under the Procurement Act 2023. The contract is (estimate) valued at £240,000.00 over a term of 3 years. Anticipated Contract Start Date - 01st July 2026 The supplier will be expected as part of this contract to undertake the following: Study design and development - Developing the research design (to include but not limited to laboratory research studies) in collaboration with the authority's project staff, including power calculations, study design / protocol, appropriate statistical analysis, and outcome measures. - Suppliers are encouraged to evaluate and demonstrate the validity, accuracy, and inclusivity of prediction tools across sex and ethnicity. - Subcontracting services (such as biochemical analysis of samples, undertaking of specialist data collection techniques) / other academic departments/ procuring consumables and equipment / industry, as required. - Preparing all paperwork for MODREC (MOD Research Ethics Committee ) approvals. Data collection - Access to the military population / facilities will be facilitated by the authority, however recruiting and consenting potential participants will be the responsibility of the Supplier. - The work will largely take place in the environmental chamber in North Yorkshire. The temperature range and other specifications will be provided upon request. The maintenance of the chamber will be the responsibility of the authority. In collaboration with the authority, the Supplier will be expected to assess the performance of the chamber as part of the pilot work. - Access to research equipment (Government Furnished Resources) already in situ will be facilitated by the authority where appropriate and available (e.g. environmental chamber located in North Yorkshire). The authority will manage the environmental facility and will nominate appropriate clinicians to provide advice and support for data collection. - The Supplier will be responsible for purchasing the equipment and consumables to conduct this work at the MOD site. The ownership of the equipment will remain with MOD / AHPR and will be retained at the site. Supplier-owned equipment can also be used so long as it meets the requirements of this contract. - Briefing and obtaining consent from potential participants and liaising with participants on all study matters. - All participants who consent to take part in this study are eligible to an experimental test allowance covered by the Crown, but payment for civilian participation, if relevant, must be included in the project costs. Communication and project management - Acquiring an understanding of the implications of potential interventions (e.g. through discussions with the wider project team) to ensure practical integrated solutions are developed and have buy-in for future implementation. - Delivery of routine and ad hoc briefings to the project team. - Delivering recommendations on prevention and management strategies (i.e., prediction tools and cold sensitivity protocols) relative to peripheral cold injuries in Defence personnel. - Delivery of technical reports and complete raw datasets within agreed timelines. - Obtaining approvals from the MOD for publication of the project. What we are looking for Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 3 years. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. Are there any major pit falls, issues or risks with the requirement? What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the Defence Sourcing Portal (DSP) . Responses to questions will not identify the originator of the question. If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: - the question/clarification and the response should in fact be published; or - It wishes to withdraw the question/clarification. Contracting authority Ministry of Defence Public Procurement Organisation Number: PHVX-4316-ZVGZ Blenheim Building, Monxton Road Andover SP11 8HT United Kingdom Contact name: Benjamin Hibbs Email: Benajmin.Hibbs101@mod.gov.uk Website: https://www.gov.uk/government/organisations/ministry-of-defence Region: UKJ36 - Central Hampshire Organisation type: Public authority - central government

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065324
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024205-2026
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
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73111000 - Research laboratory services

Notice Value(s)

Tender Value
£240,000 £100K-£500K
Lots Value
£240,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20261 months ago
Submission Deadline
13 Apr 2026Expired
Future Notice Date
13 Apr 2026Expired
Award Date
Not specified
Contract Period
29 Jun 2026 - 1 May 2029 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ANDOVER
Postcode
SP11 8HJ
Post Town
Salisbury
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
TLC North East (England)

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

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-065324-2026-03-17T15:42:04Z",
    "date": "2026-03-17T15:42:04Z",
    "ocid": "ocds-h6vhtk-065324",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Army Headquarters, Blenheim Building, Marlborough lines, Monxton Road",
                "locality": "Andover",
                "postalCode": "Sp11 8HJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "name": "Benjamin Hibbs",
                "email": "Benjamin.Hibbs101@mod.gov.uk",
                "telephone": "44 303 386 2044"
            },
            "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"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Prevention of Peripheral Cold Injuries -UK2 Preliminary Market Engagement. The purpose of this Preliminary Market Engagement Notice (PMEN) is to notify the market of an upcoming tender for a service to research into the Prevention of Peripheral Cold Injuries Please note the following general conditions: * This PMEN will help us to refine the requirement and conduct market research. * We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. * Any and all costs associated with the production of such a response either to the PMEN or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. * Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. * No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this PMEN. * We expect that all responses to this PMEN will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. * No information provided by a Potential Provider in response to this PMEN will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. * Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS - WHAT WE WANT TO ACHIEVE * Provide Industry with a greater understanding of the requirement allowing reduced timescales for tender returns. Potentially reducing the number of clarification questions meaning reduced timescales for procurements. * Have a higher chance of creating a competitive tendering environment and ensuring a higher level of response to your resultant procurement. * Understand Industry's viewpoints on significant risks and reducing the need for future amendments and associated costs. * Determine the most appropriate tender evaluation criteria and terms and conditions. REQUIREMENT INFORMATION Once all documentation is finalised, the Authority expect this requirement to be acquired through a competitive procurement run under the Procurement Act 2023. The contract is (estimate) valued at PS240,000.00 over a term of 3 years. Anticipated Contract Start Date - 01st July 2026 The supplier will be expected as part of this contract to undertake the following: Study design and development - Developing the research design (to include but not limited to laboratory research studies) in collaboration with the authority's project staff, including power calculations, study design / protocol, appropriate statistical analysis, and outcome measures. - Suppliers are encouraged to evaluate and demonstrate the validity, accuracy, and inclusivity of prediction tools across sex and ethnicity. - Subcontracting services (such as biochemical analysis of samples, undertaking of specialist data collection techniques) / other academic departments/ procuring consumables and equipment / industry, as required. - Preparing all paperwork for MODREC (MOD Research Ethics Committee ) approvals. Data collection - Access to the military population / facilities will be facilitated by the authority, however recruiting and consenting potential participants will be the responsibility of the Supplier. - The work will largely take place in the environmental chamber in North Yorkshire. The temperature range and other specifications will be provided upon request. The maintenance of the chamber will be the responsibility of the authority. In collaboration with the authority, the Supplier will be expected to assess the performance of the chamber as part of the pilot work. - Access to research equipment (Government Furnished Resources) already in situ will be facilitated by the authority where appropriate and available (e.g. environmental chamber located in North Yorkshire). The authority will manage the environmental facility and will nominate appropriate clinicians to provide advice and support for data collection. - The Supplier will be responsible for purchasing the equipment and consumables to conduct this work at the MOD site. The ownership of the equipment will remain with MOD / AHPR and will be retained at the site. Supplier-owned equipment can also be used so long as it meets the requirements of this contract. - Briefing and obtaining consent from potential participants and liaising with participants on all study matters. - All participants who consent to take part in this study are eligible to an experimental test allowance covered by the Crown, but payment for civilian participation, if relevant, must be included in the project costs. Communication and project management - Acquiring an understanding of the implications of potential interventions (e.g. through discussions with the wider project team) to ensure practical integrated solutions are developed and have buy-in for future implementation. - Delivery of routine and ad hoc briefings to the project team. - Delivering recommendations on prevention and management strategies (i.e., prediction tools and cold sensitivity protocols) relative to peripheral cold injuries in Defence personnel. - Delivery of technical reports and complete raw datasets within agreed timelines. - Obtaining approvals from the MOD for publication of the project. What we are looking for Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 3 years. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. Are there any major pit falls, issues or risks with the requirement? What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the Defence Sourcing Portal (DSP) . Responses to questions will not identify the originator of the question. If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: - the question/clarification and the response should in fact be published; or - It wishes to withdraw the question/clarification. Contracting authority Ministry of Defence Public Procurement Organisation Number: PHVX-4316-ZVGZ Blenheim Building, Monxton Road Andover SP11 8HT United Kingdom Contact name: Benjamin Hibbs Email: Benajmin.Hibbs101@mod.gov.uk Website: https://www.gov.uk/government/organisations/ministry-of-defence Region: UKJ36 - Central Hampshire Organisation type: Public authority - central government",
                "dueDate": "2026-02-26T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "013095-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013095-2026",
                "datePublished": "2026-02-12T16:05:41Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-065324",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "UK4 - Tender Notice Prevention of Peripheral Cold Injuries",
        "description": "The UK Armed Forces are more frequently operating in cold environments to contribute to NATO's deterrence in the High North and on the Eastern flank; but data suggest that the number of cases of peripheral cold injuries is increasing in deployed Service Personnel (SP), even during short deployments. Given our growing presence in the Nordic-Baltic regions, Defence urgently needs to identify and protect SP susceptible to cold injuries and improve the clinical assessment of injured SP for their safe and timely return to cold environments. This work will aim to reduce the risk of peripheral cold injuries by developing a prediction tool to identify susceptible SP; and improve deployability by developing a clinical assessment tool to enable clinicians to assess injured SP safely and efficiently, year-round. This laboratory-based research will largely take place at the climate chamber in North Yorkshire.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73111000",
                        "description": "Research laboratory services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 288000,
            "amount": 240000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2029-05-01T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 288000,
                    "amount": 240000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "See details outlining the evaluation process in the DEFFORM 47",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Value for money index - outlined in the DEFFORM 47"
                        },
                        {
                            "type": "quality",
                            "name": "Value for money index - outlined in the DEFFORM 47"
                        },
                        {
                            "type": "quality",
                            "name": "Value for money index - outlined in the DEFFORM 47"
                        },
                        {
                            "type": "quality",
                            "name": "Value for money index - outlined in the DEFFORM 47"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        },
                        {
                            "type": "economic",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        },
                        {
                            "type": "economic",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in the Annex B - Statement of Requirement"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-13T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://contracts.mod.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-13T17:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-30T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-04T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-13317",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13317",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-13318",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13318",
                "format": "application/octet-stream"
            },
            {
                "id": "A-13319",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13319",
                "format": "application/octet-stream"
            },
            {
                "id": "A-13320",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13320",
                "format": "application/octet-stream"
            },
            {
                "id": "A-13321",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13321",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-13322",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13322",
                "format": "application/octet-stream"
            },
            {
                "id": "A-13323",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13323",
                "format": "application/octet-stream"
            },
            {
                "id": "A-13324",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13324",
                "format": "application/pdf"
            },
            {
                "id": "022931-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022931-2026",
                "datePublished": "2026-03-13T12:10:34Z",
                "format": "text/html"
            },
            {
                "id": "A-13359",
                "documentType": "biddingDocuments",
                "description": "DEFFORM 47 - Updated",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13359",
                "format": "application/octet-stream"
            },
            {
                "id": "023245-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023245-2026",
                "datePublished": "2026-03-13T21:18:09Z",
                "format": "text/html"
            },
            {
                "id": "A-13404",
                "documentType": "biddingDocuments",
                "description": "Updated question log",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13404",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "023592-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023592-2026",
                "datePublished": "2026-03-16T14:50:49Z",
                "format": "text/html"
            },
            {
                "id": "024205-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024205-2026",
                "datePublished": "2026-03-17T15:42:04Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "The payment method for this Contract is through Contracting, Purchasing & Finance (CP&F) system through Exostar."
        },
        "amendments": [
            {
                "id": "023245-2026",
                "description": "DEFFORM 47 Scoring updated to accurately reflect social value impact on score."
            },
            {
                "id": "023592-2026",
                "description": "DEFFORM 47 Scoring updated to accurately reflect social value impact on score."
            },
            {
                "id": "024205-2026",
                "description": "removed attachedments - see DSP for further information."
            }
        ]
    },
    "language": "en"
}