Back Office Software 2

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

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£5B
Sector
TECHNOLOGY
Published
25 Jul 2024
Delivery
To 27 Aug 2028 (est.)
Deadline
27 Aug 2024 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

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.

Lot Division

1 Enterprise Software
  • Value: £4B

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.

2 Specialised Software Solutions
  • Value: £1B

This Lot is 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. To include 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.

Renewal Options

The initial duration of the Framework is 30 months, with an option to extend for a further 18 months CCS reserve the right to extend lots by varying durations

Award Criteria

Quality 80.0
PRICE 20.0

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

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Unlimited places As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Manage/0962fefd-8060-4503-a002... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains