Notice Information
Notice Title
Provision of a Human Resource System & Duties Management System
Notice Description
The Police and Crime Commissioner for Warwickshire has awarded contracts for the provision of a Human Resources (HR) System and a Duties Management System (DMS) for Warwickshire Police. The requirement was tendered in two lots. Lot 1 covered the provision of a HR System including Human Resources Management, Training Administration, reporting tools, dashboards and analytics, system support and maintenance, and training support and materials. Lot 2 covered the provision of a Duties Management System to manage working hours and shift patterns for officers and staff, encompassing shift planning, rostering, minimum staffing levels and leave management. The Duties Management System includes functionality for shift scheduling, leave and absence management, reporting tools, dashboards and analytics, system administration tools, integration with HR management and payroll systems, integration with Microsoft 365 and Business Objects, secure data capture and reporting, system support and maintenance, and training support and materials. The requirement was tendered under the Procurement Act 2023 as an above-threshold covered procurement using a competitive flexible procedure comprising the following stages: Stage 1 - Participation and Tender; Stage 2 - Supplier Demonstrations and Best and Final Offer (BAFO); and Stage 3 - Contract Award. As the procurement exceeded the relevant financial threshold, it falls within the scope of the Procurement Act 2023. The contracting authority confirms that it has completed Conflict of Interest Assessments in accordance with Sections 81 to 83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete conflict of interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts of interest are identified, recorded and appropriately mitigated in order to safeguard the integrity of the procurement and to ensure fair and impartial decision-making throughout the contract lifecycle. Key Performance Indicators that are material to the performance of these contracts will be monitored; however, the contract values do not meet the PS5 million threshold that would require the publication of KPIs under the Procurement Act 2023. The contract values have been amended since publication of the UK6 Contract Award Notice due to the post-award addition of costs associated with a Software-as-a-Service environment to support the implementation phase, the inclusion of more accurate forecasting based on indexation provisions contained within the supplier's contractual terms, and post-award changes to the contract term for Lot 1 to a total duration of 66 months including implementation phase. All values are indicative and may vary over the contract term due to fluctuations in indices, changes in user volumes and the adoption of additional functionality within the scope of the contracts. Further details on contract value, duration, supplier identity and other required award information are captured within the structured fields of this UK7 Contract Details Notice.
Lot Information
HR System
Renewal: 3 x 12-month periods
Duties Management SystemRenewal: 3 x 12-month periods
Planning Information
To express interest in attending the supplier event please register or log in to the Intend portal and send us a message confirming attendees (see instructions document)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0523fd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034799-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
48100000 - Industry specific software package
48450000 - Time accounting or human resources software package
72261000 - Software support services
72263000 - Software implementation services
72268000 - Software supply services
Notice Value(s)
- Tender Value
- £4,100,000 £1M-£10M
- Lots Value
- £4,100,000 £1M-£10M
- Awards Value
- £2,788,077 £1M-£10M
- Contracts Value
- £2,967,909 £1M-£10M
Notice Dates
- Publication Date
- 16 Apr 20261 weeks ago
- Submission Deadline
- 31 Oct 2025Expired
- Future Notice Date
- 22 Sep 2025Expired
- Award Date
- 19 Jan 20263 months ago
- Contract Period
- 5 Apr 2026 - 30 Jun 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LEEK WOOTTON
- Postcode
- CV35 7QB
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Warwick
- Electoral Ward
- Warwick All Saints & Woodloes
- Westminster Constituency
- Warwick and Leamington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034799-2026
16th April 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/004396-2026
19th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/059149-2025
24th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/057546-2025
18th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047215-2025
8th August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/026792-2025
23rd May 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0523fd-2026-04-16T15:12:53+01:00",
"date": "2026-04-16T15:12:53+01:00",
"ocid": "ocds-h6vhtk-0523fd",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire",
"identifier": {
"scheme": "GB-PPON",
"id": "PXNY-4251-DZLZ"
},
"address": {
"streetAddress": "Warwickshire Police Headquarters",
"locality": "Leek Wootton",
"postalCode": "CV35 7QB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "procurement@warwickshire.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PMDX-4517-DZXP",
"name": "Oracle Corporation UK Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PMDX-4517-DZXP"
},
"address": {
"streetAddress": "Oracle Parkway",
"locality": "Reading",
"postalCode": "RG6 1RA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"email": "uk-publicsector_gb@oracle.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PTLD-4536-NPHY",
"name": "Crown Computing Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PTLD-4536-NPHY"
},
"address": {
"streetAddress": "Amber Close, Tamworth Business Park",
"locality": "TAMWORTH",
"postalCode": "B77 4RP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "info@crownfm.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "To express interest in attending the supplier event please register or log in to the Intend portal and send us a message confirming attendees (see instructions document)",
"dueDate": "2025-09-10T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "026792-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/026792-2025",
"datePublished": "2025-05-23T15:43:59+01:00",
"format": "text/html"
},
{
"id": "047215-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/047215-2025",
"datePublished": "2025-08-08T12:03:55+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "WPA25-0036",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Provision of a Human Resource System & Duties Management System",
"description": "The Police and Crime Commissioner for Warwickshire has awarded contracts for the provision of a Human Resources (HR) System and a Duties Management System (DMS) for Warwickshire Police. The requirement was tendered in two lots. Lot 1 covered the provision of a HR System including Human Resources Management, Training Administration, reporting tools, dashboards and analytics, system support and maintenance, and training support and materials. Lot 2 covered the provision of a Duties Management System to manage working hours and shift patterns for officers and staff, encompassing shift planning, rostering, minimum staffing levels and leave management. The Duties Management System includes functionality for shift scheduling, leave and absence management, reporting tools, dashboards and analytics, system administration tools, integration with HR management and payroll systems, integration with Microsoft 365 and Business Objects, secure data capture and reporting, system support and maintenance, and training support and materials. The requirement was tendered under the Procurement Act 2023 as an above-threshold covered procurement using a competitive flexible procedure comprising the following stages: Stage 1 - Participation and Tender; Stage 2 - Supplier Demonstrations and Best and Final Offer (BAFO); and Stage 3 - Contract Award. As the procurement exceeded the relevant financial threshold, it falls within the scope of the Procurement Act 2023. The contracting authority confirms that it has completed Conflict of Interest Assessments in accordance with Sections 81 to 83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete conflict of interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts of interest are identified, recorded and appropriately mitigated in order to safeguard the integrity of the procurement and to ensure fair and impartial decision-making throughout the contract lifecycle. Key Performance Indicators that are material to the performance of these contracts will be monitored; however, the contract values do not meet the PS5 million threshold that would require the publication of KPIs under the Procurement Act 2023. The contract values have been amended since publication of the UK6 Contract Award Notice due to the post-award addition of costs associated with a Software-as-a-Service environment to support the implementation phase, the inclusion of more accurate forecasting based on indexation provisions contained within the supplier's contractual terms, and post-award changes to the contract term for Lot 1 to a total duration of 66 months including implementation phase. All values are indicative and may vary over the contract term due to fluctuations in indices, changes in user volumes and the adoption of additional functionality within the scope of the contracts. Further details on contract value, duration, supplier identity and other required award information are captured within the structured fields of this UK7 Contract Details Notice.",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"relatedLot": "LOT-0001"
},
{
"id": "LOT-0002",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"relatedLot": "LOT-0002"
}
],
"mainProcurementCategory": "goods",
"lots": [
{
"id": "LOT-0001",
"contractPeriod": {
"startDate": "2026-02-01T00:00:00+00:00",
"endDate": "2032-07-31T23:59:59+01:00",
"maxExtentDate": "2035-07-31T23:59:59+00:00"
},
"status": "complete",
"title": "HR System",
"value": {
"amountGross": 2700000,
"amount": 2250000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
},
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
}
]
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12-month periods"
}
},
{
"id": "LOT-0002",
"title": "Duties Management System",
"status": "complete",
"value": {
"amountGross": 2220000,
"amount": 1850000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
},
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender (same criteria for both lots) Supplier Information/Central Digital Platform - Pass/Fail Functional & Non-functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 70% (Published Range 20% - 70%) Pricing 30% (Published Range 30% - 40%) System Demo 0% (Published Range 0% - 30%) The top 3 highest scoring bidders in each lot will be invited to participate in Stage 2 Stage 2 Demo & BAFO (same criteria for both lots) Tender Quality Score (From stage 1) 20% (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing 40% (Published Range 30% - 40%) We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
}
]
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00+00:00",
"endDate": "2032-07-31T23:59:59+01:00",
"maxExtentDate": "2035-07-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12-month periods"
}
}
],
"communication": {
"futureNoticeDate": "2025-09-22T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 4920000,
"amount": 4100000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1 - Participation & Tender Stage 2 - Demonstrations & BAFO Stage 3 - Contract Award"
},
"aboveThreshold": true,
"submissionMethodDetails": "Please note that if you previously expressed interest in the Preliminary Market Engagement exercise, you must register separately for this tender exercise on the In-tend Bluelight portal. Where stages require the submission of documents, you must submit one electronic copy of the entire stage response via the In-tend Bluelight tendering portal https://sell2.in-tend.co.uk/blpd/publictenders Link to user guide for the In-tend Bluelight portal https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf For your submissions please clearly label the title of all electronic files uploaded so that they are easily identifiable. All documents must be completed in English. In submitting via the tendering portal, please upload your submission using the 'Attach documents' button - please do not send via any other method and please do not use the Correspondence function as this will not be accepted. Please ensure that once documents attached you click 'Submit Response'. Failure to submit by the required deadline will result in disqualification from the procedure. NOTE: Large files may take some time to upload. We advise that you log-on to commence your upload process at least 2 hours prior to the deadline.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-31T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-10-28T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-06T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "057546-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/057546-2025",
"datePublished": "2025-09-18T08:53:09+01:00",
"format": "text/html"
},
{
"id": "059149-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/059149-2025",
"datePublished": "2025-09-24T10:58:22+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 9,
"relatedLot": "LOT-0001"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "LOT-0001"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
},
{
"id": "5",
"measure": "bids",
"value": 3,
"relatedLot": "LOT-0002"
},
{
"id": "6",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "LOT-0002"
},
{
"id": "7",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "LOT-0002"
},
{
"id": "8",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0002"
}
]
},
"awards": [
{
"id": "1",
"title": "Lot 1 HR System",
"status": "active",
"date": "2026-01-19T00:00:00+00:00",
"value": {
"amountGross": 1395446.84,
"amount": 1162872,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMDX-4517-DZXP",
"name": "Oracle Corporation UK Limited"
}
],
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
}
],
"relatedLot": "LOT-0001",
"deliveryAddresses": [
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"standstillPeriod": {
"endDate": "2026-01-28T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2032-07-31T23:59:59+01:00",
"maxExtentDate": "2035-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12 months extension period are available at the discretion of the Authority."
},
"hasOptions": true,
"options": {
"description": "The Authority and the Force will reserve the right to purchase additional Goods and / or Services in accordance with the Terms and Conditions and based on discount structures stated in the Supplier's Tender / Quotation or subsequently stated in the Contract(s) awarded. Such purchases shall be entirely at the discretion of the Authority and may be of any value, provided that the purchases are undertaken before the expiry date stated in the Contract."
},
"relatedLots": [
"LOT-0001"
],
"documents": [
{
"id": "004396-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004396-2026",
"datePublished": "2026-01-19T14:31:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-19T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-30T23:59:59+00:00",
"status": "scheduled"
}
]
},
{
"id": "2",
"title": "Lot 2 Duties Management System",
"status": "active",
"date": "2026-01-19T00:00:00+00:00",
"value": {
"amountGross": 1950245,
"amount": 1625205,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PTLD-4536-NPHY",
"name": "Crown Computing Ltd"
}
],
"items": [
{
"id": "LOT-0002",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
}
],
"relatedLot": "LOT-0002",
"deliveryAddresses": [
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"standstillPeriod": {
"endDate": "2026-01-28T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2032-07-31T23:59:59+01:00",
"maxExtentDate": "2035-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12 months at the discretion of the Authority."
},
"hasOptions": true,
"options": {
"description": "The Authority and the Force will reserve the right to purchase additional Goods and / or Services in accordance with the Terms and Conditions and based on discount structures stated in the Supplier's Tender / Quotation or subsequently stated in the Contract(s) awarded. Such purchases shall be entirely at the discretion of the Authority and may be of any value, provided that the purchases are undertaken before the expiry date stated in the Contract."
},
"relatedLots": [
"LOT-0002"
],
"documents": [
{
"id": "004396-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004396-2026",
"datePublished": "2026-01-19T14:31:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-19T00:00:00+00:00",
"milestones": [
{
"id": "2",
"type": "futureSignatureDate",
"dueDate": "2026-01-30T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Lot 1 HR System",
"status": "active",
"period": {
"startDate": "2026-05-29T00:00:00+01:00",
"endDate": "2031-11-28T23:59:59+00:00",
"maxExtentDate": "2034-11-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12 months extension period are available at the discretion of the Authority."
},
"hasOptions": true,
"options": {
"description": "The Authority and the Force will reserve the right to purchase additional Goods and / or Services in accordance with the Terms and Conditions and based on discount structures stated in the Supplier's Tender / Quotation or subsequently stated in the Contract(s) awarded. Such purchases shall be entirely at the discretion of the Authority and may be of any value, provided that the purchases are undertaken before the expiry date stated in the Contract."
},
"value": {
"amountGross": 1509485.11,
"amount": 1257904.26,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-04-15T00:00:00+01:00",
"documents": [
{
"id": "034799-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034799-2026",
"datePublished": "2026-04-16T15:12:53+01:00",
"format": "text/html"
}
]
},
{
"id": "2",
"awardID": "2",
"title": "Lot 2 Duties Management System",
"status": "active",
"period": {
"startDate": "2026-04-06T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2035-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12 months at the discretion of the Authority. The contract shall be for an initial period which includes the implementation period plus 5 year(s) licence, support & maintenance (from system go live) Operational (Go Live) Commencement date is anticipated to be 01 July 2027."
},
"hasOptions": true,
"options": {
"description": "The Authority and the Force will reserve the right to purchase additional Goods and / or Services in accordance with the Terms and Conditions and based on discount structures stated in the Supplier's Tender / Quotation or subsequently stated in the Contract(s) awarded. Such purchases shall be entirely at the discretion of the Authority and may be of any value, provided that the purchases are undertaken before the expiry date stated in the Contract."
},
"value": {
"amountGross": 2052006,
"amount": 1710005,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-04-02T00:00:00+01:00",
"documents": [
{
"id": "034799-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034799-2026",
"datePublished": "2026-04-16T15:12:53+01:00",
"format": "text/html"
}
]
}
]
}