Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Back Office Software 2
Reference number
RM6285
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement for the provision of Back Office Software to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
The Back Office Software 2 framework agreement has provided a route to market for organisations wishing to purchase software and support for back office systems, directly from the software vendor.
The framework has covered the following: enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,000,000,000
two.2) Description
two.2.1) Title
Enterprise Software
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48170000 - Compliance software package
- 48217000 - Transaction-processing software package
- 48311000 - Document management software package
- 48400000 - Business transaction and personal business software package
- 48440000 - Financial analysis and accounting software package
- 48445000 - Customer Relation Management software package
- 48450000 - Time accounting or human resources software package
- 48451000 - Enterprise resource planning software package
- 48480000 - Sales, marketing and business intelligence software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.
Buyers were able to award specific call-off contracts through two order procedures including direct award and further competition.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Unlimited Places
two.2) Description
two.2.1) Title
Specialised Software Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48170000 - Compliance software package
- 48217000 - Transaction-processing software package
- 48311000 - Document management software package
- 48400000 - Business transaction and personal business software package
- 48440000 - Financial analysis and accounting software package
- 48445000 - Customer Relation Management software package
- 48450000 - Time accounting or human resources software package
- 48451000 - Enterprise resource planning software package
- 48480000 - Sales, marketing and business intelligence software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot was designed for lower value innovative solutions to deploy Back Office Software, leveraging a lower threshold of standards and accreditation to encourage opportunity within the SME community. This included enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.
Buyers were able to award specific call-off contracts through two order procedures including direct award and further competition.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Unlimited Places
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-023165
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2025
five.2.2) Information about tenders
Number of tenders received: 135
Number of tenders received from SMEs: 91
Number of tenders received by electronic means: 135
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street.
Liverpool
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £5,000,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/b5bf0c77-5601-4bff-92a8-0607022b8494
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9 th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
Liverpool
Country
United Kingdom