Award

Manston Inquiry e-Disclosure Platform

CABINET OFFICE

This public procurement record has 1 release in its history.

Award

04 Mar 2026 at 14:59

Summary of the contracting process

The Cabinet Office has concluded the procurement process for the "Manston Inquiry e-Disclosure Platform," a project aimed at developing software for sales, marketing, and business intelligence within the UK. This service-based contract was awarded to Epiq Systems Ltd through a framework call-off, eliminating the requirement for a prior publication of a competitive call for tenders. The procurement process, categorized under CPV 72212480, was completed following the UK Government's procurement regulations. The contract, valued at £124,061, was signed on 26th February 2026 and is currently active. Key characteristics of the services include document storage capabilities and the provision of e-disclosure functionalities alongside stringent security measures, suitable for the high sensitivity level required by the Cabinet Office.

This procurement represents a significant opportunity for companies specialising in software development to grow their business, particularly those with capabilities in e-disclosure and business intelligence software. Firms with expertise in data handling and security, as well as those that can provide tailored technological solutions and interoperability with existing systems, are well-suited to compete in similar tenders. Additionally, businesses that have the capability to rapidly provide skilled professionals for Digital Records Services (DRS) will find ample growth prospects in such government contracts. Leveraging established frameworks and showcasing unique technical competencies could significantly boost a company’s portfolio and establish long-term relationships with governmental departments.

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

Notice Title

Manston Inquiry e-Disclosure Platform

Notice Description

System to provide e-disclosure capabilities for the Manston Inquiry

Lot Information

Lot 1

The Services to be provided by the Supplier under the above Lot are listed in Framework Schedule 4 and outlined below: * Able to store at least 200,000 documents (100GB) with the aim of disclosing at least 10,000 documents; * Able to store material up to OFFICIAL-SENSITIVE level; * Able to store material for at least 19 months; * Is ready to use as soon as possible; * Possesses a certain level of functionality, including processes and tools (i.e., email threading and redactions) and can be tailored to fit our requirements (i.e., access restrictions and multiple workspaces); * Possesses appropriate security measures, encryption and audit trails; * Is interoperable with other e-Disclosure platforms (including Legastat); * Rapidly provide an experienced DRS if required.

Procurement Information

Supplier chosen as part of a CCS Framework call off. No contract notice required when doing a framework call off

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066249
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019564-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72212480 - Sales, marketing and business intelligence software development services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£124,061 £100K-£500K

Notice Dates

Publication Date
4 Mar 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
26 Feb 20262 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CABINET OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

EPIQ SYSTEMS

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-066249-2026-03-04T14:59:16Z",
    "date": "2026-03-04T14:59:16Z",
    "ocid": "ocds-h6vhtk-066249",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-066249",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Manston Inquiry e-Disclosure Platform",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72212480",
            "description": "Sales, marketing and business intelligence software development services"
        },
        "mainProcurementCategory": "services",
        "description": "System to provide e-disclosure capabilities for the Manston Inquiry",
        "lots": [
            {
                "id": "1",
                "description": "The Services to be provided by the Supplier under the above Lot are listed in Framework Schedule 4 and outlined below: * Able to store at least 200,000 documents (100GB) with the aim of disclosing at least 10,000 documents; * Able to store material up to OFFICIAL-SENSITIVE level; * Able to store material for at least 19 months; * Is ready to use as soon as possible; * Possesses a certain level of functionality, including processes and tools (i.e., email threading and redactions) and can be tailored to fit our requirements (i.e., access restrictions and multiple workspaces); * Possesses appropriate security measures, encryption and audit trails; * Is interoperable with other e-Disclosure platforms (including Legastat); * Rapidly provide an experienced DRS if required.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "Supplier chosen as part of a CCS Framework call off. No contract notice required when doing a framework call off"
    },
    "awards": [
        {
            "id": "019564-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-05343223",
                    "name": "Epiq Systems Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-35063",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A2AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "commercial@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office",
                "classifications": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-05343223",
            "name": "Epiq Systems Ltd",
            "identifier": {
                "legalName": "Epiq Systems Ltd",
                "id": "05343223",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "postalCode": "EC2N 4AY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-35063",
        "name": "Cabinet Office"
    },
    "contracts": [
        {
            "id": "019564-2026-1",
            "awardID": "019564-2026-1",
            "status": "active",
            "value": {
                "amount": 124061,
                "currency": "GBP"
            },
            "dateSigned": "2026-02-26T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    },
    "language": "en"
}