Loading page contentβ¦
Loading page contentβ¦
| Source: | Find a Tender Service (FTS) |
| Notice Type: | Award notice |
| Buyer: | Cabinet Office |
| Main Category: | Goods |
| Procurement Method: | Competitive flexible procedure |
| Tender Status: | Complete |
| Estimated Value (ex. VAT): | Not specified |
| Release Date: |
| 6 March 2026 |
| Application Deadline: | β |
| Procurement ID (OCID): | ocds-h6vhtk-0509b4 |
| Notice Reference: | 020469-2026 |
All 12 notices for this procurement, oldest first.
Medals and Insignia Framework
View Original Notice
Access the full notice on the official portal
PLEASE NOTE - there are 91 lots for this Framework. Due to technical difficulties the notice has been populated with regards to Lot 47-90. Two further notices are being published covering Lots 1-46 and Lot 91. This procurement is being undertaken by Cabinet Office ('the Authority') on behalf of the Central Chancery of the Orders of Knighthood ('CCOK' 'Buyer') to establish a series of frameworks for the provision of medals and insignia, which form part of the UK state honours system. CCOK administers UK state honours, this includes the organisation of investitures, acting as the custodian of state insignia and overseeing the day to day administration of the Orders of Chivalry. The majority of honours are awarded on the advice of Cabinet Office, including MBEs, OBEs and CBEs. CCOK was established in 1904 by King Edward VII in response to changes to the administration of the honours system. The Authority intends to award a framework agreement to the highest scoring supplier, i.e. the most advantageous tenderer, for each of the lots 1 - 90, as preferred supplier ('PS'). The Buyer intends to enter into a call-off contract on a direct award basis, pursuant to the framework, for its requirements under that particular lot with the PS. The Authority will also award a framework agreement to the second and third highest scoring suppliers as first tier contingency supplier ('FTCS') and reserve contingency supplier ('RCS') for each of the lots 1 - 90 who may be offered an opportunity to deliver under the framework in exceptional circumstances. Suppliers appointed to any of the lots 1 - 90 in PS, FTCS or RCS capacity will automatically be appointed to lot 91 and will have an opportunity to participate in further competitions pursuant to lot 91, as and when those lot 91 requirements arise. There were no restrictions on the volume of lots that bidders could seek appointment to and the Authority is proposing to award the lots in accordance with the Authority's lot allocation rules which were set out in the procurement documentation. The Authority adopted a multi stage competitive flexible procedure ('CFP') process pursuant to section 20(2)(b) of the Procurement Act 2023. Please note the Authority and /or Buyer (as the case may be) reserves the right to obtain additional or repeat goods / services from an existing supplier similar to the goods / services procured in accordance with this procurement / tender notice pursuant to Paragraph 8 of Schedule 5 of the Procurement Act 2023.
Published contracts in the last 12 months
227
total contracts
Β£309.9m
total value
Β£1,721,744
average contract size
Typical categories
Pipeline status
Not addedContract imported automatically Β· AI writes the response
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation β