Medals and Insignia Framework

A Addendum Notice
by CABINET OFFICE

Source
Find a Tender
Type
Framework (Goods)
Duration
3 year
Value
£4M
Sector
MISCELLANEOUS
Published
14 Nov 2025
Delivery
02 Mar 2026 to 01 Mar 2029
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Lot Division

1 Lots 1-46
  • Value: £2M

Due to technical difficulties we have grouped lots 1-46 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 1 - 46.

2 Lots 47-90
  • Value: £2M

Due to technical difficulties we have grouped lots 47-90 together. Please see the Documents section of this Tender Notice for the individual lot descriptions, CPV codes, specialist skills required and estimated value per Lot (please note the value is indicative only.) Please see the procurement documents for an overview of the anticipated annual volumes of medals and insignia for each of the lots 47- 90.

91 Lot 91
  • Value: £500K

Lot 91 is for Ad hoc requirements. Please see procurement documents for more information.

Renewal Options

The Authority reserves the right to extend the framework agreements for a period of 1 year, with the framework agreements expiring March 2030.

Award Criteria

Quality Questions within the Quality section will be broken down as follows: Resourcing (25%) Quality Assurance (30%) Lead Time and Delivery (25%) Complaints Handling and Business Continuity (20%) (This will be weighted to make 60% of the overall evaluation) There will be mandatory pass/fail questions for the following specialist skills: Engraving Hand Painting Enamelling These questions will only be assessed on the Lots that require the specialist skill. More information will be provided at Stage 2.
Social Value Social Value Outcome 4: Sustainable Procurement Practices: reducing carbon footprints, minimising waste, and promoting the use of clean energy and green technologies has been selected and will form 10% of the award criteria. Further information will be provided at Stage 2 of the competition.
Price More information will be provided at Stage 2.

CPV Codes

  • 18512200 - Medals
  • 18513100 - Pearls
  • 18513300 - Articles of precious metal
  • 39561133 - Insignia
  • 44812100 - Enamels and glazes

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.

Other Information

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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Updated with correct file for lot descriptions, CPV codes and estimated Lot values

Reference

Domains