Back Office Software 2

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Goods)
Duration
not specified
Value
£5B
Sector
TECHNOLOGY
Published
14 Mar 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 1 suppliers
Minister for the Cabinet Office Acting Through Crown Commercial Service
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

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.

Lot Division

1 Enterprise Software

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. Additional information: Unlimited Places

2 Specialised Software Solutions

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. Additional information: Unlimited Places

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Reference: 009336-2025-1
  • Value: £5,000,000,000

Award Criteria

Quality 80
price 20

CPV Codes

  • 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

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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-92a8-060702... 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.

Reference

Domains