Notice Information
Notice Title
Matrix Programme - Technology (including ERP) & Systems Integration Services
Notice Description
The Matrix Programme brings together nine departments. These nine departments comprise an amalgamation of those who have already moved to cloud or are yet to move to a cloud-based solution; these are: Non-Cloud Users * Cabinet Office (CO) * Department for Science, Innovation and Technology (DSIT) * Department for Energy, Security and Net Zero (DESNZ) * Department for Culture, Media and Sport (DCMS) * Department for Business and Trade (DBT) Cloud Users * Attorney General's Office (AGO) * Department for Education (DfE) * Department of Health and Social Care (DHSC) * HM Treasury (HMT) In line with the published Shared Services Strategy there is potential for additional Arms Lengths Bodies to onboard, however each will be assessed on a individual basis and subject to government principles around the management of public money and HM Treasury green book guidance. The Matrix Programme, with the Department for Science, Innovation and Technology acting as the lead contracting Authority, has designed, developed, and procured new technology and capabilities that are required to help modernise the Departments 'back office' systems. It will deliver a high quality, and good value, system and support service to help streamline the transactions and activities that underpin the way Departments are run. The Authority has awarded two contracts following conclusion of the procurement process, one for the SaaS ERP Solution along with one for the Systems Integrator. These contracts jointly enable the Matrix Programme to meet the objectives of the Shared Services Strategy for Government and user needs of the Departments within the cluster to ensure delivery of high quality, VfM (Value for Money), shared HR (Human Resources), Finance services and Payroll which meet the needs of service users. The period of the agreement relating to the Matrix Solution as supplied by the SaaS Vendor will be for initial period of 10 years, with the option of extension for up to 2 further years. The period of the agreement with the Systems Integrator for implementation and support services will be for initial period of 5 years, with the option of extension for up to 2 further years. The period of the Agreement relating to the Matrix Solution as supplied by the SaaS Vendor will be for initial period of 10 years, with the option of extension for up to 2 further years. The period of the Agreement with the Systems Integrator for implementation and support services will be for initial period of 5 years, with the option of extension for up to 2 further years. The maximum contract values stated within this notice for both contracts, includes all committed and uncommitted costs that may be enacted at some point throughout the lifetime of the contract(s) should the Authority require this. The additional services include (but are not limited to): Licence costs (inc. 3rd party) Core fees Project Accounting Recruitment Inventory Management AMS Support Future ALB onboardings This includes provisions for contract extensions, further details can be found in the notice description.
Lot Information
Lot 1
The Authority launched a single "bundled procurement" for a SaaS Solution along with a Systems Integrator (SI). By "bundled procurement" the Authority means that the SaaS Solution and Systems Implementation solution are procured through a single process to work together in partnership from the outset, jointly proposing a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrates they are a compatible supplier partnership. The Authority conducted this Procurement using the Competitive Procedure with Negotiation (CPN) in accordance with the requirements of Regulation 29 of the PCR Regulations 2015. The four stages of the CPN procurement which were applied can be seen below; Stage 1 - Selection Questionnaire (SQ) - Suppliers submitted responses to the Selection Questionnaire in the e-Sourcing Portal. Following the evaluation of the Selection Questionnaire the Authority selected five Suppliers successful at Stage One to progress and submit an Initial Tender. Stage 2 - Invitation to Submit Initial Tender (ITSIT) - A maximum of 5 Suppliers (unique bids) successful at Stage 1 received the "Invitation to Submit Initial Tenders" document. That document provided Tenderers with details of Stage Two, including the Timetable, the process, the Requirements, the Draft Contract and how to submit the Initial Tender. The Initial Tenders were evaluated in accordance with the Evaluation Criteria set out in the ITSIT Tender. The Authority reserved the right to award the contracts to the highest ranked Initial Tender submitted at this stage (but was not obliged to do so). Stage 3 - Negotiations and Invitation to Submit Final Tenders (ITSFT) - The Authority did not elect to award to the highest ranked Supplier at Stage Two, the Authority invited those successful at Stage Two to negotiate with the Authority. This Invitations to Submit Final Tenders were issued to all Suppliers who participated in the negotiation stage and had not voluntarily withdrawn. Stage 4 - (Contract Award) - The Final Tenders were evaluated in accordance with the Evaluation Criteria set out in the ITSFT Tender document. The Authority identified the highest scoring Final Tender and notified all Suppliers of the outcome of the Procurement.
Options: Please refer to the description section within this notice.
Renewal: Renewal will be subject to the future shared services strategy for government.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0399e7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031882-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
48000000 - Software package and information systems
48100000 - Industry specific software package
48217000 - Transaction-processing software package
48219300 - Administration software package
48441000 - Financial analysis software package
48450000 - Time accounting or human resources software package
48490000 - Procurement software package
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
72210000 - Programming services of packaged software products
72211000 - Programming services of systems and user software
72212450 - Time accounting or human resources software development services
72212451 - Enterprise resource planning software development services
72250000 - System and support services
72260000 - Software-related services
72261000 - Software support services
72265000 - Software configuration services
72267000 - Software maintenance and repair services
72300000 - Data services
72317000 - Data storage services
72510000 - Computer-related management services
72590000 - Computer-related professional services
72600000 - Computer support and consultancy services
72610000 - Computer support services
79211110 - Payroll management services
79211120 - Sales and purchases recording services
79631000 - Personnel and payroll services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £215,644,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £144,330,704 £100M-£1B
Notice Dates
- Publication Date
- 4 Oct 20241 years ago
- Submission Deadline
- 8 Aug 2023Expired
- Future Notice Date
- 29 Apr 2023Expired
- Award Date
- 5 Sep 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR SCIENCE, INNOVATION & TECHNOLOGY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- matrixbids@beis.gov.uk, matrixbids@dsit.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WESTMINSTER
- Postcode
- SW1H 0ET
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0399e7-2024-10-04T12:30:19+01:00",
"date": "2024-10-04T12:30:19+01:00",
"ocid": "ocds-h6vhtk-0399e7",
"description": "Registering on Jaggaer: IMPORTANT INSTRUCTIONS: Due to our unique \"bundled procurement\" and restrictions within our e-procurement system (Jaggaer), specifically with regards the ability to process Consortium bids, we are stipulating that ONLY the 'Lead Bidder' submits bids via Jaggaer on behalf of their respective 'bundle' - This is to mitigate against technical restrictions within our e-procurement system, only. Each unique bid which is submitted, must be through a UNIQUE Jaggaer account e.g. if a single supplier intends to engage and submit 3 unique bids / bundles with different partners, they would be required to create up to 3 unique Jaggaer accounts for their respective 'bundles' to process / submit tenders - a single account to manage more than 1 bid / bundle, IS NOT permitted. Jaggaer registration guidance video; https://beisgroup.ukp.app.jaggaer.com/esop/ogc-host/public/beisgroup/web/user_guide.jst Please note. this does not restrict any interested supplier (SaaS OR SI) from registering on the DSIT (BEIS) Jaggaer portal to view / participate (as per the instructions above) in this procurement opportunity (URL below): https://beisgroup.ukp.app.jaggaer.com/ 1. Click the link to register - Accept the terms & conditions & click 'continue' - Enter your correct business & user details - Note your chosen username & click 'Save'. You will receive an email with your temporary password. Please ensure that the person who will be conducting the communications on behalf of your organisation is the official contact in your Jaggaer registration. All associated questions and/or clarifications must be communicated through the Jaggaer E-Sourcing portal, adhering to Public Contracts Regulations 2015, section 18, transparency requirements. The publication of this notice signals that the Department for Science, Innovation and Technology intends to launch a procurement 05/07/2023. For further Jaggaer assistance please contact; Phone; 08000 698 632 Email; customersupport@jaggaer.com OR contact the eTendering 'help desk', available through the Jaggaer eSourcing portal. 2. To participate in this procurement opportunity - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. This procurement opportunity is identified within Jaggaer as; \"pqq_30 - Matrix Programme - Technology Solution and System Integration Service (prj_1484)\" URL: https://beisgroup.ukp.app.jaggaer.com/go/07324102018907B5A9F5 Click on the above event through Jaggaer Project_1484, to access the procurement content before submitting any bid. Click the 'Express Interest' button at the top of the page. This will move the procurement opportunity (pqq_30) into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) You can now access all procurement documentation provided at 'Stage 1' by clicking 'Buyer Attachments' in the 'PQQ Details' box. Please note this relates to 'Stage 1' of the Matrix Programme - Technology (including ERP) & Systems Integration Services, only. Suppliers who are successful at 'Stage 1' will be automatically progressed to 'Stage 2' by the Authority - this will be via a separate 'restricted' event, containing only those supplier/s which have been successful at 'Stage 1'. The Authority will consider any clarification questions as they arise and will issue responses as promptly as possible. Responses to clarification messages will be anonymised and shared with all participating Providers. The Department for Science, Innovation and Technology expressly reserves the rights to (i) amend or adapt scope of requirements before formal release of tender (ii) to cancel this procurement at any stage; (iii) to not award any contract as a result of the procurement process commenced by publication of this notice; (iv) and in no circumstances will Department for Science, Innovation and Technology be liable for any costs incurred by potential suppliers before a contract is signed.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0399e7",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Matrix Programme - Technology (including ERP) & Systems Integration Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Matrix Programme brings together nine departments. These nine departments comprise an amalgamation of those who have already moved to cloud or are yet to move to a cloud-based solution; these are: Non-Cloud Users * Cabinet Office (CO) * Department for Science, Innovation and Technology (DSIT) * Department for Energy, Security and Net Zero (DESNZ) * Department for Culture, Media and Sport (DCMS) * Department for Business and Trade (DBT) Cloud Users * Attorney General's Office (AGO) * Department for Education (DfE) * Department of Health and Social Care (DHSC) * HM Treasury (HMT) In line with the published Shared Services Strategy there is potential for additional Arms Lengths Bodies to onboard, however each will be assessed on a individual basis and subject to government principles around the management of public money and HM Treasury green book guidance. The Matrix Programme, with the Department for Science, Innovation and Technology acting as the lead contracting Authority, has designed, developed, and procured new technology and capabilities that are required to help modernise the Departments 'back office' systems. It will deliver a high quality, and good value, system and support service to help streamline the transactions and activities that underpin the way Departments are run. The Authority has awarded two contracts following conclusion of the procurement process, one for the SaaS ERP Solution along with one for the Systems Integrator. These contracts jointly enable the Matrix Programme to meet the objectives of the Shared Services Strategy for Government and user needs of the Departments within the cluster to ensure delivery of high quality, VfM (Value for Money), shared HR (Human Resources), Finance services and Payroll which meet the needs of service users. The period of the agreement relating to the Matrix Solution as supplied by the SaaS Vendor will be for initial period of 10 years, with the option of extension for up to 2 further years. The period of the agreement with the Systems Integrator for implementation and support services will be for initial period of 5 years, with the option of extension for up to 2 further years. The period of the Agreement relating to the Matrix Solution as supplied by the SaaS Vendor will be for initial period of 10 years, with the option of extension for up to 2 further years. The period of the Agreement with the Systems Integrator for implementation and support services will be for initial period of 5 years, with the option of extension for up to 2 further years. The maximum contract values stated within this notice for both contracts, includes all committed and uncommitted costs that may be enacted at some point throughout the lifetime of the contract(s) should the Authority require this. The additional services include (but are not limited to): Licence costs (inc. 3rd party) Core fees Project Accounting Recruitment Inventory Management AMS Support Future ALB onboardings This includes provisions for contract extensions, further details can be found in the notice description.",
"lots": [
{
"id": "1",
"description": "The Authority launched a single \"bundled procurement\" for a SaaS Solution along with a Systems Integrator (SI). By \"bundled procurement\" the Authority means that the SaaS Solution and Systems Implementation solution are procured through a single process to work together in partnership from the outset, jointly proposing a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrates they are a compatible supplier partnership. The Authority conducted this Procurement using the Competitive Procedure with Negotiation (CPN) in accordance with the requirements of Regulation 29 of the PCR Regulations 2015. The four stages of the CPN procurement which were applied can be seen below; Stage 1 - Selection Questionnaire (SQ) - Suppliers submitted responses to the Selection Questionnaire in the e-Sourcing Portal. Following the evaluation of the Selection Questionnaire the Authority selected five Suppliers successful at Stage One to progress and submit an Initial Tender. Stage 2 - Invitation to Submit Initial Tender (ITSIT) - A maximum of 5 Suppliers (unique bids) successful at Stage 1 received the \"Invitation to Submit Initial Tenders\" document. That document provided Tenderers with details of Stage Two, including the Timetable, the process, the Requirements, the Draft Contract and how to submit the Initial Tender. The Initial Tenders were evaluated in accordance with the Evaluation Criteria set out in the ITSIT Tender. The Authority reserved the right to award the contracts to the highest ranked Initial Tender submitted at this stage (but was not obliged to do so). Stage 3 - Negotiations and Invitation to Submit Final Tenders (ITSFT) - The Authority did not elect to award to the highest ranked Supplier at Stage Two, the Authority invited those successful at Stage Two to negotiate with the Authority. This Invitations to Submit Final Tenders were issued to all Suppliers who participated in the negotiation stage and had not voluntarily withdrawn. Stage 4 - (Contract Award) - The Final Tenders were evaluated in accordance with the Evaluation Criteria set out in the ITSFT Tender document. The Authority identified the highest scoring Final Tender and notified all Suppliers of the outcome of the Procurement.",
"status": "cancelled",
"value": {
"amount": 215644000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4320
},
"hasRenewal": true,
"renewal": {
"description": "Renewal will be subject to the future shared services strategy for government."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Please refer to the description section within this notice."
},
"awardCriteria": {
"criteria": [
{
"name": "Technical Envelope (Quality)",
"type": "quality",
"description": "60%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "quality",
"description": "30%"
},
{
"type": "price",
"description": "100%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48217000",
"description": "Transaction-processing software package"
},
{
"scheme": "CPV",
"id": "48219300",
"description": "Administration software package"
},
{
"scheme": "CPV",
"id": "48441000",
"description": "Financial analysis software package"
},
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "48490000",
"description": "Procurement software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72211000",
"description": "Programming services of systems and user software"
},
{
"scheme": "CPV",
"id": "72212450",
"description": "Time accounting or human resources software development services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72265000",
"description": "Software configuration services"
},
{
"scheme": "CPV",
"id": "72267000",
"description": "Software maintenance and repair services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72510000",
"description": "Computer-related management services"
},
{
"scheme": "CPV",
"id": "72590000",
"description": "Computer-related professional services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "72610000",
"description": "Computer support services"
},
{
"scheme": "CPV",
"id": "79211110",
"description": "Payroll management services"
},
{
"scheme": "CPV",
"id": "79211120",
"description": "Sales and purchases recording services"
},
{
"scheme": "CPV",
"id": "79631000",
"description": "Personnel and payroll services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-04-30T00:00:00+01:00",
"atypicalToolUrl": "https://beisgroup.ukp.app.jaggaer.com/"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire. The suite of SQ Procurement Documents, including draft specification and specific details of the \"Competitive Procedure with Negotiation\" relating to this procurement exercise can be found at the following link under Ref PQQ_30: https://beisgroup.ukp.app.jaggaer.com/",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Criteria as stated in the procurement documents"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true
},
"tenderPeriod": {
"endDate": "2023-08-08T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-73482",
"name": "Department for Business, Energy & Industrial Strategy",
"identifier": {
"legalName": "Department for Business, Energy & Industrial Strategy"
},
"address": {
"streetAddress": "1 Victoria Street",
"locality": "Westminster",
"region": "UK",
"postalCode": "SW1H 0ET",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Matrixbids@beis.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-86520",
"name": "Department for Science, Innovation & Technology",
"identifier": {
"legalName": "Department for Science, Innovation & Technology"
},
"address": {
"locality": "Westminster",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Matrixbids@beis.gov.uk",
"url": "https://beisgroup.ukp.app.jaggaer.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-science-innovation-and-technology",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-86521",
"name": "High Court - Royal Court of Justice, The Strand",
"identifier": {
"legalName": "High Court - Royal Court of Justice, The Strand"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-125969",
"name": "Department for Science, Innovation & Technology",
"identifier": {
"legalName": "Department for Science, Innovation & Technology",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "100 Parliament Street, Westminster",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2BQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Matrixbids@dsit.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-science-innovation-and-technology",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-6601",
"name": "Cognizant Worldwide Limited",
"identifier": {
"legalName": "Cognizant Worldwide Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-125970",
"name": "Workday Limited",
"identifier": {
"legalName": "Workday Limited"
},
"address": {
"locality": "Dublin",
"region": "IE0",
"countryName": "Ireland"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-4468",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-125969",
"name": "Department for Science, Innovation & Technology"
},
"language": "en",
"awards": [
{
"id": "031882-2024-1",
"relatedLots": [
"1"
],
"title": "Matrix Programme - Technology (including ERP) & Systems Integration Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-6601",
"name": "Cognizant Worldwide Limited"
}
]
},
{
"id": "031882-2024-2",
"relatedLots": [
"1"
],
"title": "Matrix Programme - Technology (including ERP) & Systems Integration Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125970",
"name": "Workday Limited"
}
]
}
],
"contracts": [
{
"id": "031882-2024-1",
"awardID": "031882-2024-1",
"title": "Matrix Programme - Technology (including ERP) & Systems Integration Services",
"status": "active",
"value": {
"amount": 80787706,
"currency": "GBP"
},
"dateSigned": "2024-09-06T00:00:00+01:00"
},
{
"id": "031882-2024-2",
"awardID": "031882-2024-2",
"title": "Matrix Programme - Technology (including ERP) & Systems Integration Services",
"status": "active",
"value": {
"amount": 63542998,
"currency": "GBP"
},
"dateSigned": "2024-09-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 4
}
]
}
}