Award

Synergy Technology (including ERP) and Systems Integration Services

DEPARTMENT FOR WORK AND PENSIONS

This public procurement record has 4 releases in its history.

Award

25 Sep 2024 at 16:44

Tender

26 May 2023 at 22:38

Tender

26 May 2023 at 22:17

Planning

05 Apr 2023 at 15:44

Summary of the contracting process

The Department for Work and Pensions (DWP) has awarded a contract for Synergy Technology (including ERP) and Systems Integration Services to IBM United Kingdom Limited. This contract, valued at £710,885,044.45, encompasses a ten-year term for Supplier A, Oracle Corporation UK Limited, and a five-year term for Supplier B, IBM United Kingdom Limited. This procurement aims to deliver a shared Human Resources (HR) and Finance service across central government bodies including the Ministry of Justice, Department for Work and Pensions, Department for the Environment, Food and Rural Affairs, and the Home Office. The awarded contract, finalised on 30th August 2024, falls under the industry classification of IT services, focusing on consulting, software development, Internet, and support. The procurement method was a Competitive Procedure with Negotiation in accordance with Regulation 29 of the Public Contracts Regulations 2015.

This tender offers substantial opportunities for businesses within the technology and systems integration sectors, particularly those with expertise in Software as-a-Service (SaaS) ERP platforms. Companies specialising in system integration and cloud-based services can significantly benefit by aligning their offerings with the public sector's demanding standards of value for money and efficiency. The collaboration with major central government departments can lead to long-term partnerships and the chance to contribute to significant business transformation projects. Consequently, businesses adept at providing cohesive IT solutions, particularly in partnership models, will find this tender highly advantageous for growth and expanded influence in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Synergy Technology (including ERP) and Systems Integration Services

Notice Description

The Authority sought to engage the market to work with the Synergy Programme and its stakeholders to ensure the delivery of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance service that met the needs of service users. The Synergy Programme was established to bring together a number of Departments and ALBs in line with the Shared Services Strategy for Government: this includes building a common operating model, establishing Business Process Services (BPS) using one technology and one commercial strategy. The Synergy Programme comprises the following central Government Departments (Departments) and their ALBs (together the Cluster Departments). - Ministry of Justice (MoJ); - Department for Work and Pensions (DWP); - Department for the Environment, Food and Rural Affairs (DEFRA); and - Home Office (HO). The Authority (DWP) is the lead contracting authority for the Synergy Programme. The prime driver of the Synergy Programme is to drive significant business transformation across the Cluster Departments. The Synergy Programme, together with the successful suppliers will jointly develop a new Common Operating Model (COM) and introduce a new user-centric service including common data standards. The COM design will continually evolve throughout the five programme delivery phases. As a result, benefits will also continue to evolve over time. This will help identify additional benefits for the Programme and provide more robust data and narrative to justify the current benefits profile. To meet the objectives of the Synergy Programme the Authority intended to: - procure and adopt a cloud-based service leveraging the capabilities offered by a Software as-a-Service (SaaS) ERP platform and associated technologies; - procure a Systems Integration service to enable the transition (and support business change) to the SaaS ERP platform and associated technologies. The Authority seeks to deliver value and efficiency across all transaction services, including the separation of technology from service centres. The COVID pandemic, and the challenging fiscal environment that followed as a result, has heightened the drive and need for more effective and efficient delivery by all Government Departments. Key to this ambition is the ability to capture, manage and improve the quality of Finance and HR (Human Resources) data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments in support of this ambition. Additionally, the government has set ambitious objectives to put sustainability at the heart of our government services. Greening government: ICT and digital services strategy 2020 to 2025 - GOV.UK (www.gov.uk ) and Greening Government Commitments 2021 to 2025 - GOV.UK (www.gov.uk) https://www.gov.uk/government/publications/greening-government-ict-and-digital-servicesstrategy-2020-2025 The Cluster Departments have circa 250,000 employees between them and has a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL). SSCL provide the current technology solution the Single Operating Platform (SOP) shared by DWP, DEFRA and the MoJ. SOP is based on an Oracle eBusiness Suite 12.2.6 instance recently migrated from on premise to being hosted since October 2020 on a PaaS (Platform as a Service) Oracle Cloud Infrastructure (OCI). The Home Office have a direct contractual relationship with Oracle having already migrated on to an instance of their ERP SaaS (Software as a Service) platform as part of their METIS Programme

Lot Information

Lot 1

The Authority commenced a bundled procurement for Synergy Technology (including ERP) and Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015). By bundled procurement the Authority means that the Technology (including ERP) and SI suppliers work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrate they are a compatible supplier partnership. The Authority conducted a single procurement process (with the application of a single evaluation methodology that will cover the different or bundled elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers. For the avoidance of doubt, the Authority did not conduct a lotted procurement or a prime contractor/subcontractor model. The Authority conducted this procurement in accordance with the Public Contracts Regulations 2015 (as amended). More specifically, the Authority utilised the Competitive Procedure with Negotiation (CPN) procurement procedure. The full suite of tender documentation, including 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_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)

Options: The contract is based on a co-signatory model with a System Integrator and Technology (ERP) supplier providing services under the same contract. The Authority may extend each of these service elements by up to two further years from their initial terms (five years and ten years respectively).

Renewal: Up to 24 months increment to be defined by the Authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03bcfb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030687-2024
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

48411000 - Investment management 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

72500000 - Computer-related services

72510000 - Computer-related management services

72590000 - Computer-related professional services

72600000 - Computer support and consultancy services

72610000 - Computer support services

72900000 - Computer back-up and catalogue conversion services

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79211110 - Payroll management services

79211120 - Sales and purchases recording services

79630000 - Personnel services except placement and supply services

79631000 - Personnel and payroll services

Notice Value(s)

Tender Value
£100 Under £100K
Lots Value
£933,651,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£710,885,044 £100M-£1B

Notice Dates

Publication Date
25 Sep 20241 years ago
Submission Deadline
26 Jun 2023Expired
Future Notice Date
30 May 2023Expired
Award Date
29 Aug 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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR WORK AND PENSIONS
Contact Name
Kat Morgan
Contact Email
aikaterini.morgan@dwp.gov.uk, james.brathwaite@dwp.gov.uk, oyin.famodun@dwp.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9NA
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

Supplier Information

Number of Suppliers
1
Supplier Name

IBM UNITED KINGDOM

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03bcfb-2024-09-25T17:44:24+01:00",
    "date": "2024-09-25T17:44:24+01:00",
    "ocid": "ocds-h6vhtk-03bcfb",
    "description": "The awarded contract is a co-signed contract comprising two suppliers: Supplier A Oracle Corporation UK Limited, Registration Number: 01782505 Address: Oracle Corporation UK Limited Oracle Parkway, Thames Valley Park (TVP), Reading, Berkshire RG6 1RA Supplier B IBM United Kingdom Limited, Registration Number: 00741598 Address: P.O. Box 41, North Harbour, Portsmouth, Hants, PO6 3AU Supplier A's Initial Contract Term is ten years whereas Supplier B's Initial Contract Term is five years.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03bcfb",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Synergy Technology (including ERP) and Systems Integration Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority sought to engage the market to work with the Synergy Programme and its stakeholders to ensure the delivery of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance service that met the needs of service users. The Synergy Programme was established to bring together a number of Departments and ALBs in line with the Shared Services Strategy for Government: this includes building a common operating model, establishing Business Process Services (BPS) using one technology and one commercial strategy. The Synergy Programme comprises the following central Government Departments (Departments) and their ALBs (together the Cluster Departments). - Ministry of Justice (MoJ); - Department for Work and Pensions (DWP); - Department for the Environment, Food and Rural Affairs (DEFRA); and - Home Office (HO). The Authority (DWP) is the lead contracting authority for the Synergy Programme. The prime driver of the Synergy Programme is to drive significant business transformation across the Cluster Departments. The Synergy Programme, together with the successful suppliers will jointly develop a new Common Operating Model (COM) and introduce a new user-centric service including common data standards. The COM design will continually evolve throughout the five programme delivery phases. As a result, benefits will also continue to evolve over time. This will help identify additional benefits for the Programme and provide more robust data and narrative to justify the current benefits profile. To meet the objectives of the Synergy Programme the Authority intended to: - procure and adopt a cloud-based service leveraging the capabilities offered by a Software as-a-Service (SaaS) ERP platform and associated technologies; - procure a Systems Integration service to enable the transition (and support business change) to the SaaS ERP platform and associated technologies. The Authority seeks to deliver value and efficiency across all transaction services, including the separation of technology from service centres. The COVID pandemic, and the challenging fiscal environment that followed as a result, has heightened the drive and need for more effective and efficient delivery by all Government Departments. Key to this ambition is the ability to capture, manage and improve the quality of Finance and HR (Human Resources) data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments in support of this ambition. Additionally, the government has set ambitious objectives to put sustainability at the heart of our government services. Greening government: ICT and digital services strategy 2020 to 2025 - GOV.UK (www.gov.uk ) and Greening Government Commitments 2021 to 2025 - GOV.UK (www.gov.uk) https://www.gov.uk/government/publications/greening-government-ict-and-digital-servicesstrategy-2020-2025 The Cluster Departments have circa 250,000 employees between them and has a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL). SSCL provide the current technology solution the Single Operating Platform (SOP) shared by DWP, DEFRA and the MoJ. SOP is based on an Oracle eBusiness Suite 12.2.6 instance recently migrated from on premise to being hosted since October 2020 on a PaaS (Platform as a Service) Oracle Cloud Infrastructure (OCI). The Home Office have a direct contractual relationship with Oracle having already migrated on to an instance of their ERP SaaS (Software as a Service) platform as part of their METIS Programme",
        "value": {
            "amount": 100,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority commenced a bundled procurement for Synergy Technology (including ERP) and Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015). By bundled procurement the Authority means that the Technology (including ERP) and SI suppliers work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrate they are a compatible supplier partnership. The Authority conducted a single procurement process (with the application of a single evaluation methodology that will cover the different or bundled elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers. For the avoidance of doubt, the Authority did not conduct a lotted procurement or a prime contractor/subcontractor model. The Authority conducted this procurement in accordance with the Public Contracts Regulations 2015 (as amended). More specifically, the Authority utilised the Competitive Procedure with Negotiation (CPN) procurement procedure. The full suite of tender documentation, including 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_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality - Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Quality - Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Price",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "100"
                        }
                    ]
                },
                "value": {
                    "amount": 933651000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4320
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to 24 months increment to be defined by the Authority."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The full suite of tender documentation, including 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_98908: https://dwp.bravosolution.co.uk/web/login.shtml https://dwp.bravosolution.co.uk/web/login.shtml"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract is based on a co-signatory model with a System Integrator and Technology (ERP) supplier providing services under the same contract. The Authority may extend each of these service elements by up to two further years from their initial terms (five years and ten years respectively)."
                }
            }
        ],
        "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": "48411000",
                        "description": "Investment management 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": "72500000",
                        "description": "Computer-related 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": "72900000",
                        "description": "Computer back-up and catalogue conversion services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79211110",
                        "description": "Payroll management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79211120",
                        "description": "Sales and purchases recording services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79630000",
                        "description": "Personnel services except placement and supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79631000",
                        "description": "Personnel and payroll services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "DWP London Caxton House, Tothill Street, London SW1H 9NA"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-05-31T00:00:00+01:00",
            "atypicalToolUrl": "https://www.gov.uk/government/organisations/department-for-work-pensions"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.gov.uk/government/organisations/department-for-work-pensions",
        "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 full suite of tender documentation, including 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_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract performance conditions may relate in particular to social and environmental considerations. The full suite of tender documentation, including 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_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2023-08-01T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2023-06-26T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-12-31T23:59:59Z"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-18614",
            "name": "Department for Work and Pensions",
            "identifier": {
                "legalName": "Department for Work and Pensions"
            },
            "address": {
                "streetAddress": "Caxton House, Tothill Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "aikaterini.morgan@dwp.gov.uk",
                "name": "Kat Morgan"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "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-8406",
            "name": "Department for Work and Pensions",
            "identifier": {
                "legalName": "Department for Work and Pensions"
            },
            "address": {
                "streetAddress": "Caxton House, Tothill Street, Westminster",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "oyin.famodun@dwp.gov.uk",
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "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-83906",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "Strand London",
                "postalCode": "WC2A 2L",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-1376",
            "name": "Department for Work and Pensions",
            "identifier": {
                "legalName": "Department for Work and Pensions"
            },
            "address": {
                "streetAddress": "Quarry House, Quarry Hill",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS2 &UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "JAMES.BRATHWAITE@DWP.GOV.UK",
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "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-125185",
            "name": "IBM UNITED KINGDOM LIMITED",
            "identifier": {
                "legalName": "IBM UNITED KINGDOM LIMITED"
            },
            "address": {
                "streetAddress": "P.O. Box 41, North Harbour",
                "locality": "Portsmouth, Hants",
                "region": "UK",
                "postalCode": "PO6 3AU",
                "countryName": "United Kingdom"
            },
            "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-18614",
        "name": "Department for Work and Pensions"
    },
    "language": "en",
    "links": [
        {
            "rel": "canonical",
            "href": "https://www.gov.uk/government/organisations/department-for-work-pensions"
        }
    ],
    "awards": [
        {
            "id": "030687-2024-ecm_12155-1",
            "relatedLots": [
                "1"
            ],
            "title": "Synergy Technology (including ERP) and Systems Integration Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-125185",
                    "name": "IBM UNITED KINGDOM LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "030687-2024-ecm_12155-1",
            "awardID": "030687-2024-ecm_12155-1",
            "title": "Synergy Technology (including ERP) and Systems Integration Services",
            "status": "active",
            "value": {
                "amount": 710885044.45,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}