Tender

Horizon Replacement Services

POST OFFICE LIMITED

This public procurement record has 8 releases in its history.

TenderUpdate

20 Aug 2025 at 08:04

TenderUpdate

11 Aug 2025 at 10:20

TenderUpdate

22 Jul 2025 at 17:13

Tender

21 Jul 2025 at 09:12

Planning

08 May 2025 at 16:03

Planning

08 May 2025 at 15:55

PlanningUpdate

08 May 2025 at 14:35

Planning

08 May 2025 at 14:25

Summary of the contracting process

Post Office Limited is actively seeking suppliers to replace its existing Horizon system through a competitive flexible procedure commenced on 8 May 2025. This procurement process involves two lots: Lot 1, "Replacement Service Provider," focuses on datacentre operations and service integration, while Lot 2, "COTS-EPOS-SaaS Supplier," integrates electronic point-of-sale systems with cloud capabilities. Located in London, the procurement target area spans the UK. The submission deadline for expressions of interest in Lot 2 is 12 September 2025 at 12:00 BST, and for Lot 1, it is 21 August 2025 at 12:00 BST. This strategic tender aims to modernise Post Office retail operations and enhance service offerings across its network of 11,500 franchise branches and partner locations.

The Horizon Replacement Services tender presents a significant growth opportunity for businesses in IT and retail solutions sectors. Companies with expertise in cloud-based infrastructure migration, application support, and e-commerce services are ideal candidates, as the service integration demands robust technological capabilities. SMEs are encouraged to apply for Lot 2, showcasing scalable and innovative electronic point-of-sale solutions. Successful bids must demonstrate the capacity to fulfil the modernisation goals, enabling enhanced customer journeys and operational efficiencies for Post Office Limited. This project promises a substantial contract value of £410 million GBP, providing long-term business prospects with terms extending up to 12 years.

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

Horizon Replacement Services

Notice Description

Post Office Limited (POL) in the Market POL has a network of 11,500 Post Offices across the UK and provides a wide range of services to its customers. There are c.50,000 users. There are 9m customer sessions per week. The vast majority of Post Offices are franchises - small businesses in their own right. However, there are also smaller numbers of strategic partners and branches managed directly by POL. The directly managed branches are in the process of moving towards being operated by franchisees. The services that POL offers include but are not limited to: * Mails and parcels; * Cash and banking; * Bill payments; * Travel money; * Government services (such as identity and passport services); and * Stamps and other postal related products and services. Description of the Service The current service being provided to POL relies on a system known as "Horizon" to process all its transactions with customers, and includes numerous legacy systems and assets. POL wishes to appoint up to two suppliers to replace the existing Horizon system ("Horizon Replacement Services"). The contracts for the Horizon Replacement Services will be awarded by reference to two lots: * Lot 1 Replacement Service Provider - Datacentres Operations and Levels 3 and 4 Application Support and Management including transformation and stabilisation. To include service and system integration. * Lot 2 COTS-EPOS-SaaS - a fully supplier supported and maintained commercial off-the-shelf (COTS) electronic point of sale (EPOS) system, provided as software as a service (SaaS). The system must meet the Authority's specific requirements with minimal bespoke customisations. Supplier will provide level 2 and 3 support. The successful bidders will be required to take on delivery of relevant parts of the Horizon Replacement Services within the respective Lot scope and provide, in each case where relevant, transition and transformation services to modernise, streamline and replace the Horizon Services. Lot 1 Replacement Services Provider Lot 1 will require the successful supplier to: * take over the existing Horizon Services (as detailed above) on a "walk in and take over" (WITO) basis (excluding network interconnections between data centres); * provide system and service integration of both Lots 1 and 2; * be responsible for maintaining and supporting IT infrastructure within the data centre until it is decommissioned; * manage bespoke applications and integrations with the Lot 2 product and other POL third parties where necessary; * stabilise the current Horizon Services; * execute key transformation activity where required by POL (is also an option under Lot 2); and * deploy the Lot 2 solution into the branch estate. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion). POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity. Lot 2 COTS-EPOS-SaaS Supplier Wherever possible POL intends to purchase COTS products to meet all of its requirements rather than build in-house. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution for a term of 12 years. Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: * be cloud hosted, in an AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; * use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; * include a structured data layer or open standards integration to other COTS data platforms; and * be a modular service structure that includes but is not limited to: * journey engine; * point of sale (POS), EPOS & mobile POS services; * customer engagement & insights; * retail and/or retail POS integration; * counter solutions; and * options for pick up and drop off, and self-service kiosks. * other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: * ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; * support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; * comply with the target operating model implemented to support ongoing operations. * execute key capability uplifts where required by POL (is also an option under Lot 1); * provide ongoing maintenance and support, updates, and optimisation services; * interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; * ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality that does not impact the core components of the solution from new versions; * provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and * collaborate with other partners in POL's eco-system. In the Lot 2 contract, POL may serve a mobilisation notice within three years of the effective date. Following the commencement of mobilisation, the contract will have a term of 10 years. POL will have the option for two further one-year extensions. POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity.

Lot Information

Replacement Service Provider

Lot 1 will require the supplier to: * take over the existing Horizon Services (as detailed above) on a WITO basis (excluding network interconnections between data centres); * be responsible for maintaining and supporting IT infrastructure within the data centre; * manage bespoke applications and integrations; * stabilise the current Horizon Services; and * execute key transformations such as cloud migration as required. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion).

Options: This is set out in Schedule 2 of the draft contract that deals with the optional outcomes. Schedule 2 of the draft contract will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.

Renewal: Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion). Schedule 2 of the draft contract provides for other extension options.

COTS-EPOS-SaaS Supplier

Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: * be cloud hosted, in an AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; * meet the Authority's specific requirements with minimal bespoke customisations. * use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; * include a structured data layer or open standards integration to other COTS data platforms; and * be a modular service structure that includes but is not limited to: * journey engine * point of sale (POS), EPOS & mobile POS services; * customer engagement & insights; * retail and/or retail POS integration; * counter solutions; and * options for pick up and drop off, and self-service kiosks. * other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. The Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: * ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; * support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; * comply with the target operating model implemented to support ongoing operations. * execute key capability uplifts where required by POL (is also an option under Lot 1); * provide ongoing maintenance and support, updates, and optimisation services; * interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; * ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality from new versions product; * provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and * collaborate with other partners in POL's eco-system. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution.

Options: This is set out in the requirements document that deal with the optional outcomes. The requirements document will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.

Renewal: Lot 2 will have an initial term of 10 years plus two optional 1-year extensions (to be exercised at POL's discretion). Schedule 2 of the draft contract provides for other extension options.

Planning Information

Post Office intends to hold a preliminary market engagement event via Microsoft Teams on the 21/5/2025 at 11:00 BST. Attendees are asked to register their expressions of interest in attending by completing the following Web3 expressions of interest form. http://redirect.transaxions.com/events/qqork

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050efb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/050009-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

51 - Installation services (except software)

72 - IT services: consulting, software development, Internet and support


CPV Codes

48110000 - Point of sale (POS) software package

48481000 - Sales or marketing software package

48810000 - Information systems

48820000 - Servers

48920000 - Office automation software package

48930000 - Training and entertainment software package

51110000 - Installation services of electrical equipment

51210000 - Installation services of measuring equipment

51610000 - Installation services of computers and information-processing equipment

51620000 - Installation services of office equipment

72210000 - Programming services of packaged software products

72220000 - Systems and technical consultancy services

72230000 - Custom software development services

72240000 - Systems analysis and programming services

72250000 - System and support services

72260000 - Software-related services

72500000 - Computer-related services

72610000 - Computer support services

72810000 - Computer audit services

72820000 - Computer testing services

72910000 - Computer back-up services

72920000 - Computer catalogue conversion services

Notice Value(s)

Tender Value
£410,000,000 £100M-£1B
Lots Value
£410,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Aug 20256 months ago
Submission Deadline
9 Sep 2025Expired
Future Notice Date
30 Jun 2025Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
POST OFFICE LIMITED
Contact Name
Not specified
Contact Email
procurement@postoffice.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
EC2V 7ER
Post Town
Central 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
City of London
Electoral Ward
Bassishaw
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

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-050efb-2025-08-20T09:04:49+01:00",
    "date": "2025-08-20T09:04:49+01:00",
    "ocid": "ocds-h6vhtk-050efb",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "019789-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019789-2025",
                "datePublished": "2025-05-08T15:25:33+01:00",
                "format": "text/html"
            },
            {
                "id": "019798-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019798-2025",
                "datePublished": "2025-05-08T15:35:13+01:00",
                "format": "text/html"
            },
            {
                "id": "019868-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019868-2025",
                "datePublished": "2025-05-08T16:55:25+01:00",
                "format": "text/html"
            },
            {
                "id": "019874-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019874-2025",
                "datePublished": "2025-05-08T17:03:49+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Post Office intends to hold a preliminary market engagement event via Microsoft Teams on the 21/5/2025 at 11:00 BST. Attendees are asked to register their expressions of interest in attending by completing the following Web3 expressions of interest form. http://redirect.transaxions.com/events/qqork",
                "dueDate": "2025-06-27T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-02154540",
            "name": "Post Office Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02154540"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRNP-5883-YMLG"
                }
            ],
            "address": {
                "streetAddress": "100 Wood Street",
                "locality": "London",
                "postalCode": "EC2V 7ER",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "Procurement@postoffice.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://corporate.postoffice.co.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02154540",
        "name": "Post Office Limited"
    },
    "tender": {
        "id": "ocds-h6vhtk-050efb",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Horizon Replacement Services",
        "description": "Post Office Limited (POL) in the Market POL has a network of 11,500 Post Offices across the UK and provides a wide range of services to its customers. There are c.50,000 users. There are 9m customer sessions per week. The vast majority of Post Offices are franchises - small businesses in their own right. However, there are also smaller numbers of strategic partners and branches managed directly by POL. The directly managed branches are in the process of moving towards being operated by franchisees. The services that POL offers include but are not limited to: * Mails and parcels; * Cash and banking; * Bill payments; * Travel money; * Government services (such as identity and passport services); and * Stamps and other postal related products and services. Description of the Service The current service being provided to POL relies on a system known as \"Horizon\" to process all its transactions with customers, and includes numerous legacy systems and assets. POL wishes to appoint up to two suppliers to replace the existing Horizon system (\"Horizon Replacement Services\"). The contracts for the Horizon Replacement Services will be awarded by reference to two lots: * Lot 1 Replacement Service Provider - Datacentres Operations and Levels 3 and 4 Application Support and Management including transformation and stabilisation. To include service and system integration. * Lot 2 COTS-EPOS-SaaS - a fully supplier supported and maintained commercial off-the-shelf (COTS) electronic point of sale (EPOS) system, provided as software as a service (SaaS). The system must meet the Authority's specific requirements with minimal bespoke customisations. Supplier will provide level 2 and 3 support. The successful bidders will be required to take on delivery of relevant parts of the Horizon Replacement Services within the respective Lot scope and provide, in each case where relevant, transition and transformation services to modernise, streamline and replace the Horizon Services. Lot 1 Replacement Services Provider Lot 1 will require the successful supplier to: * take over the existing Horizon Services (as detailed above) on a \"walk in and take over\" (WITO) basis (excluding network interconnections between data centres); * provide system and service integration of both Lots 1 and 2; * be responsible for maintaining and supporting IT infrastructure within the data centre until it is decommissioned; * manage bespoke applications and integrations with the Lot 2 product and other POL third parties where necessary; * stabilise the current Horizon Services; * execute key transformation activity where required by POL (is also an option under Lot 2); and * deploy the Lot 2 solution into the branch estate. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion). POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity. Lot 2 COTS-EPOS-SaaS Supplier Wherever possible POL intends to purchase COTS products to meet all of its requirements rather than build in-house. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution for a term of 12 years. Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: * be cloud hosted, in an AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; * use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; * include a structured data layer or open standards integration to other COTS data platforms; and * be a modular service structure that includes but is not limited to: * journey engine; * point of sale (POS), EPOS & mobile POS services; * customer engagement & insights; * retail and/or retail POS integration; * counter solutions; and * options for pick up and drop off, and self-service kiosks. * other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: * ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; * support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; * comply with the target operating model implemented to support ongoing operations. * execute key capability uplifts where required by POL (is also an option under Lot 1); * provide ongoing maintenance and support, updates, and optimisation services; * interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; * ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality that does not impact the core components of the solution from new versions; * provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and * collaborate with other partners in POL's eco-system. In the Lot 2 contract, POL may serve a mobilisation notice within three years of the effective date. Following the commencement of mobilisation, the contract will have a term of 10 years. POL will have the option for two further one-year extensions. POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48110000",
                        "description": "Point of sale (POS) software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48481000",
                        "description": "Sales or marketing software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48810000",
                        "description": "Information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48820000",
                        "description": "Servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48920000",
                        "description": "Office automation software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48930000",
                        "description": "Training and entertainment software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51210000",
                        "description": "Installation services of measuring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51610000",
                        "description": "Installation services of computers and information-processing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51620000",
                        "description": "Installation services of office equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72210000",
                        "description": "Programming services of packaged software products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72220000",
                        "description": "Systems and technical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72240000",
                        "description": "Systems analysis and programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72500000",
                        "description": "Computer-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72610000",
                        "description": "Computer support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72810000",
                        "description": "Computer audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72820000",
                        "description": "Computer testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72910000",
                        "description": "Computer back-up services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72920000",
                        "description": "Computer catalogue conversion services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48110000",
                        "description": "Point of sale (POS) software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48481000",
                        "description": "Sales or marketing software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48810000",
                        "description": "Information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48820000",
                        "description": "Servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48920000",
                        "description": "Office automation software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48930000",
                        "description": "Training and entertainment software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51210000",
                        "description": "Installation services of measuring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51610000",
                        "description": "Installation services of computers and information-processing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51620000",
                        "description": "Installation services of office equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72210000",
                        "description": "Programming services of packaged software products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72220000",
                        "description": "Systems and technical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72240000",
                        "description": "Systems analysis and programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72500000",
                        "description": "Computer-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72610000",
                        "description": "Computer support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72810000",
                        "description": "Computer audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72820000",
                        "description": "Computer testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72910000",
                        "description": "Computer back-up services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72920000",
                        "description": "Computer catalogue conversion services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 492000000,
            "amount": 410000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2033-06-29T23:59:59+01:00"
                },
                "status": "active",
                "title": "Replacement Service Provider",
                "description": "Lot 1 will require the supplier to: * take over the existing Horizon Services (as detailed above) on a WITO basis (excluding network interconnections between data centres); * be responsible for maintaining and supporting IT infrastructure within the data centre; * manage bespoke applications and integrations; * stabilise the current Horizon Services; and * execute key transformations such as cloud migration as required. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion).",
                "value": {
                    "amountGross": 322800000,
                    "amount": 269000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                        },
                        {
                            "type": "technical",
                            "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                        },
                        {
                            "description": "Bidders will be required to complete a Procurement Specific Questionnaire regarding its capacity, capability and experience and other key preconditions of participation. The responses to the PSQ will be evaluated and scored, and the scores then moderated. The highest scoring six bidders will qualify to receive the Initial Invitation to Tender (IIT). The PSQ document will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.",
                            "forReduction": true
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion). Schedule 2 of the draft contract provides for other extension options."
                },
                "hasOptions": true,
                "options": {
                    "description": "This is set out in Schedule 2 of the draft contract that deals with the optional outcomes. Schedule 2 of the draft contract will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                }
            },
            {
                "id": "2",
                "title": "COTS-EPOS-SaaS Supplier",
                "description": "Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: * be cloud hosted, in an AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; * meet the Authority's specific requirements with minimal bespoke customisations. * use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; * include a structured data layer or open standards integration to other COTS data platforms; and * be a modular service structure that includes but is not limited to: * journey engine * point of sale (POS), EPOS & mobile POS services; * customer engagement & insights; * retail and/or retail POS integration; * counter solutions; and * options for pick up and drop off, and self-service kiosks. * other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. The Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: * ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; * support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; * comply with the target operating model implemented to support ongoing operations. * execute key capability uplifts where required by POL (is also an option under Lot 1); * provide ongoing maintenance and support, updates, and optimisation services; * interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; * ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality from new versions product; * provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and * collaborate with other partners in POL's eco-system. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution.",
                "status": "active",
                "value": {
                    "amountGross": 169200000,
                    "amount": 141000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                        },
                        {
                            "type": "technical",
                            "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                        },
                        {
                            "description": "Bidders will be required to complete a Procurement Specific Questionnaire regarding its capacity, capability and experience and other key preconditions of participation. The responses to the PSQ will be evaluated and scored, and the scores then moderated. The highest scoring six bidders will qualify to receive the Initial Invitation to Tender (IIT). The PSQ document will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2036-06-30T23:59:59+01:00",
                    "maxExtentDate": "2038-06-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Lot 2 will have an initial term of 10 years plus two optional 1-year extensions (to be exercised at POL's discretion). Schedule 2 of the draft contract provides for other extension options."
                },
                "suitability": {
                    "sme": true
                },
                "hasOptions": true,
                "options": {
                    "description": "This is set out in the requirements document that deal with the optional outcomes. The requirements document will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-30T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "019798-2025",
                "description": "Updated Lot 1 Description."
            },
            {
                "id": "042203-2025",
                "description": "Updated description of Lot 2. Description of possible extension."
            },
            {
                "id": "047578-2025",
                "description": "Changes to Tender Notice and Associated Tender Documents (sections 24 and 31 of the Procurement Act 2023) The Tender Notice has changed from that originally published to update the requirements for Lot 2. The associated tender documents issued to Bidders following the initial publication of tender notice on 21 July 2025 and the completion of a non-disclosure agreement (NDA), ethical walls agreement (EWA) (where required) and a conflicts of interest form (CoIF) have also changed. A brief summary of those changes are: - Background document: further details of Lot 2 procurement. - Draft initial invitation to tender (IIT): refinement of Lot 1 award criteria and further details of Lot 2 award criteria. - The procurement-specific questionnaire, draft contract and other associated tender documents for Lot 2 will be made available to suppliers that complete the NDA, EWA and CoIF. Suppliers bidding for both Lot 1 and Lot 2 will need to complete separate NDAs, EWAs and CoIFs. - Consequential changes and corrections to the Lot 1 draft contract will be made following the issue of the Lot 2 draft contract."
            },
            {
                "id": "050009-2025",
                "description": "Update to the Scope and Lot 2 Sections to clarify the AWS (or equivalent) requirement."
            }
        ],
        "procurementMethod": "selective",
        "procedure": {
            "features": "For this procurement, the Post Office Limited (POL) intends to award a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The public contracts under this procurement are awarded by reference to lots. The outcome could be one of the following: * separate bidders are awarded the contracts for: Lot 1 Replacement Service Provider (comprising continuation of the current services through Walk In & Take Over from the incumbent where a new supplier is appointed, with optional services including stabilisation activities and transform operations where required by POL); and Lot 2 COTS-EPOS-SaaS Supplier (comprising the provision and implementation (where required) of the COTS and EPOS solution, and ongoing run services); or * a single supplier could be awarded both Lots. The following stages will be followed: 1. Stage 1: Planned Procurement Notice - POL issued a Planned Procurement Notice on 8 May 2025 2. Stage 2: Procurement Specific Questionnaire - a. Issuing of a Tender Notice inviting bidders to submit a request to participate in the procedure. b. To request to participate, bidders must register with POL's e-Sourcing platform, Web 3, complete, sign and return the non-disclosure agreement (NDA), conflict of interest form (COIF) and ethical walls agreements (EWA) (where required for incumbent suppliers) sent to the bidder. Bidder's must complete the Procurement Specific Questionnaire (PSQ) by no later than 21 August 2025 for Lot 1 and 12 September 2025 for Lot 2. The PSQ and other associated tender documents and background documents will be made available to a bidder upon receipt of a properly completed NDA, EWA (where required) and COIF. In addition, bidders must register with the central digital platform operated by the Cabinet Office (CDP) and upload the core supplier information. They must also ensure that any associated person of the bidder and any proposed sub-contractor also registers with the CDP and uploads their core supplier information. To request to participate in Lot 1, bidders must do so by returning completed PSQ (including confirmation of CDP registration and upload of core supplier information) by 12:00 BST on Thursday, 21 August 2025. For Lot 2, bidders must do so by 12:00 BST on Friday, 12 September 2025. c. All documents relating to this procurement, including all procurement documents, will be made available through POL's e-Sourcing platform, Web 3, the link for which can be found elsewhere in this notice. Bidders must return the NDA, COIF and, where required the EWA, to receive access to all associated tender documents. Suppliers bidding for both Lot 1 and Lot 2 will need to complete separate NDAs, EWAs and CoIFs d. The PSQ will be structured in such a way that potential providers can submit and be evaluated for the specific lot in which they are interested. The PSQ will address background information, economic standing, capability, capacity and experience, but will not require any pricing at this stage. e. The PSQ submissions will be evaluated and moderated against a set of criteria that test bidders' capacity, capability and experience. The six highest scoring bidders for each lot will be Invited to submit an Initial Tender as part of the Initial Tender Stage (ITS). 3. Stage 3: Initial Tender Stage - At the ITS of the procurement, tenders will be assessed on how the Bidder's proposed solution will be delivered, how much it will cost and under what terms it will be supplied. There will be weightings applied to the qualitative and quantitative assessment criteria set out in the ITS documentation. Any tender submitted, at ITS, must be capable of acceptance without the need to engage in dialogue. Where an assessed tender meets the criteria set out in the ITS documentation, POL may determine that tender is the most advantageous tender (MAT), under section 19 of the Procurement Act 2024 and proceed to Stage 6: Contract Award with that Bidder. If POL does so, it will not conduct Stage 4 or Stage 5. 4. Stage 4: Dialogue (optional) - a. Where POL decides to continue to the dialogue stage, it intends to invite up to four bidders with the highest scoring Initial Tenders for each lot from the ITS to participate with POL in dialogue/negotiation. b. Dialogue/negotiation will be staggered with Lot 1 starting first and Lot 2 commencing prior to the Lot 1 dialogue completing. 5. Stage 5: Invitation to Submit Final Tenders (ITSFT) - a. Once dialogue completes, the bidders invited to dialogue will be Invited to Submit Final Tenders (ITSFT) against the refined requirements (solution, commercial and contractual) and the refined award criteria weightings that apply to this stage (which will be set out in the ITSFT). b. POL will evaluate and moderate the final tenders and assess which tenders offer the most advantageous tender (MAT). 6. Stage 6: Contract Award - Following evaluation and moderation of the ITSFT responses, POL will identify the preferred bidder(s) and announce this in accordance with the Procurement Act 2023 and Procurement Regulations 2024, and work with those preferred bidders to finalise contracts. POL proposes to rely on section 24 of the Procurement Act 2024 to refine the award criteria. It will rely on that section to potentially change the relative weighting of the award criteria following the dialogue/negotiation stage. POL expects to require similar services after the expiry of the contract awarded under this procurement. However, it does not intend to carry out that subsequent procurement in reliance on the direct award justification in paragraph 8 of Schedule 5 to the Procurement Act 2023."
        },
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-12T12:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-07-01T23:59:59+01:00"
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://postoffice.wax-live.com/S2C/SignIn.aspx",
        "enquiryPeriod": {
            "endDate": "2025-09-09T12:00:00+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://postoffice.wax-live.com/S2C/SignIn.aspx"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Via Web 3 see above https://postoffice.wax-live.com/S2C/SignIn.aspx Select 'Open Opportunities' and then click on the 'view details' button for the event titled 'AA1493a - Horizon Replacement Services Procurement - Request to Participate - Lot 2'"
            },
            {
                "id": "041512-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041512-2025",
                "datePublished": "2025-07-21T10:12:19+01:00",
                "format": "text/html"
            },
            {
                "id": "042203-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042203-2025",
                "datePublished": "2025-07-22T18:13:47+01:00",
                "format": "text/html"
            },
            {
                "id": "047578-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047578-2025",
                "datePublished": "2025-08-11T11:20:51+01:00",
                "format": "text/html"
            },
            {
                "id": "050009-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050009-2025",
                "datePublished": "2025-08-20T09:04:49+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "In respect of both Lot 1 and Lot 2 contracts POL has identified the following risks, the occurrence of which could jeopardise the satisfactory performance of the awarded contracts, but because of their nature, cannot be addressed in the contracts as awarded, and so may require a substantial amendment to the contracts under paragraph 5 of Schedule 8 (materialisation of a known risk) to the Procurement Act 2023: * findings of the Post Office Horizon IT Inquiry (or any other public inquiry, or inquiry of a similar nature, into the operations of the Post Office or the Horizon system) (Inquiry) that require modification to the awarded contract to implement; * policy decisions made by HM Government, any regulator, or any other public body, whether or not in response to findings by an Inquiry, that require modification to the awarded contracts to implement; * the enactment or coming into force of legislation relating to the Post Office that requires modification to the awarded contracts to implement; * where the Lot 1 and Lot 2 contracts are awarded to separate suppliers, the failure of one supplier to perform its obligations under awarded contract where that failure affects the ability of the supplier under the other awarded contract to perform its obligations; * where the deployment of the Lot 2 solution by the Lot 1 supplier to the branch estate is delayed, disrupted to otherwise does not proceed according to plan due to complexities arising from the branch network; * where either the Lot 1 or Lot 2 supplier is unable to perform their obligations under their respective awarded contract due to complexities arising from the Horizon systems; * in respect of either the Lot 1 or Lot 2 contract, that the procurement for the contract for the other Lot is abandoned or significantly delayed; In respect of the Lot 1 contract only: * there is a delay to the appointment of the Lot 2 supplier; * there is a delay in the design and build of the solution, or any part of it, provided under the Lot 2 contract; or * the Authority is unable to recruit sufficient in-house service integration and management capability, and requires additional support from the Lot 1 supplier. In respect of the Lot 2 contract only: There is a delay in implementation of the Lot 1, which results in a continued reliance on the incumbent supplier and the need for an extension to the contract or other change to ensure business continuity."
    },
    "language": "en"
}