Medals and Insignia Framework
- Cabinet Office
Procurement identifier (OCID): ocds-h6vhtk-0509b4
Description
PLEASE NOTE - there are 91 lots for this Framework. Due to technical difficulties the notice has been populated as 3 lots (Lots 1-46, Lots 47-90 and Lot 91). Some CPV codes to not apply to all Lots (eg. Pearls and Enamels and Glazing do not apply to all lots - details can be found in Attachment 6 Specification and Technical Specifications).
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.
This framework opportunity includes 91 Lots.
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 (please see the procurement documents for the 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. Note, there is no specification for lot 91 (please see the procurement documents for the lot 1 - 90 technical specifications).
There are no restrictions on the volume of lots that you may seek appointment to, although the Authority will award the lots in accordance with the Authority's lot allocation rules, where restrictions apply (please see the procurement documents for the lot allocation rules).
This is to ensure continuity of supply and to ensure that the potential barriers faced by small and medium enterprises ('SMEs') are reduced to ensure SMEs can access the procurement and the requirements.
The Authority is adopting a multi stage competitive flexible procedure ('CFP') process pursuant to section 20(2)(b) of the Procurement Act 2023 and is inviting suppliers to submit a request to participate response.
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
Suppliers wishing to access the procurement documents and submit a request to participate response must first register on the Jaggaer eSourcing Tool using the following link https://crowncommercialservice.bravosolution.co.uk.
Notices
UK4: Tender notice
- Notice identifier
- 2025/S 000-074185
- Published
- 14 November 2025, 6:55pm
14 November 2025, 6:55pm (latest version)
- 14 November 2025, 6:49pm
UK2: Preliminary market engagement notice
- Notice identifier
- 2025/S 000-074097
- Published
- 14 November 2025, 3:28pm
14 November 2025, 3:28pm (latest version)
- 1 May 2025, 9:18am
- 30 April 2025, 6:20pm
UK3: Planned procurement notice
- Notice identifier
- 2025/S 000-018255
- Published
- 1 May 2025, 9:33am
1 May 2025, 9:33am (latest version)
- 30 April 2025, 6:17pm
UK1: Pipeline notice
- Notice identifier
- 2025/S 000-018241
- Published
- 1 May 2025, 9:12am
1 May 2025, 9:12am (latest version)
- 30 April 2025, 9:19am