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.3) Communication
Additional information can be obtained from the above-mentioned address
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 intends to 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 will provide a route to market for organisations wishing to purchase software and support for back office systems, directly from the software vendor.
It is envisaged that the framework will cover 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.
The lotting structure of this framework will be determined as a result of the market engagement.
Further information is included in the Additional Information section VI.3.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 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
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 will be able to award specific call-off contracts through two order procedures including direct award and further competition.
two.3) Estimated date of publication of contract notice
12 July 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
This Prior Information Notice is to signal an intention to commence market engagement with those within the Software market.
As part of this prior information notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/99ec45ea-af2a-4e0d-bc6e-77317fc50427
Crown Commercial Service (CCS) is collaborating with TechUK who are hosting a hybrid supplier engagement session 17th January 2024 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. More details including an option to book are available on their webpage
After this event suppliers can still indicate interest in further engagement regarding this opportunity by registering via this form:
https://docs.google.com/forms/d/e/1FAIpQLSfeM8r0Q9sV-nuRgLmW1X5ov_OHuHiO0xTaJcCvJKcI9n52Hg/viewform
CCS will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The value in II.1.5 is an indicative total contract value. This comprises of an initial £4.5bn value for a 2 year term, with an optional 2 year extensions at GBP £2.25bn per annum.
The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6285 for updates and monitor Find A Tender Service for the publication of the contract notice.
The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.