Award

Provision of a Human Resource System & Duties Management System

THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE

This public procurement record has 5 releases in its history.

Award

19 Jan 2026 at 14:31

TenderUpdate

24 Sep 2025 at 09:58

Tender

18 Sep 2025 at 07:53

Planning

08 Aug 2025 at 11:03

Planning

23 May 2025 at 14:43

Summary of the contracting process

The Police and Crime Commissioner for Warwickshire has completed a procurement process for the provision of a Human Resource System and Duties Management System with an estimated value range of £1.16m to £2.25m for the HR system and £1.63m to £1.85m for the Duties Management System, excluding VAT. The process followed a competitive flexible open tender procedure, culminating on 19 January 2026, with an award anticipated for March 2026, following a standstill period ending on 28 January 2026. Located at the Warwickshire Police Headquarters in Leek Wootton, United Kingdom, the buying organisation has engaged Oracle Corporation UK Limited as the supplier for the HR System and Crown Computing Ltd for the Duties Management System. The contract term spans an initial implementation period plus a five-year licence, with an option to extend further by up to three years.

This tender opens substantial opportunities for business growth, specifically for companies specialising in software packages and information systems, particularly human resources and duties management solutions. Large-scale enterprises like Oracle and SMEs such as Crown Computing that provide robust, comprehensive software solutions could find success in the public sector by offering innovative and integrated systems that meet the stringent requirements of police services. The procurement approach underscores the relevance for suppliers who can directly deliver sophisticated policing duty management systems, indicating a preference for direct rather than partner-delivered services, which reflects the essential nature of these systems in operational efficiency and resource management within the police force.

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

Provision of a Human Resource System & Duties Management System

Notice Description

The Police & Crime Commissioner for Warwickshire intends to award contracts for the provision of a Human Resources (HR) System and Duties Management System to Warwickshire Police, this was following a competitive flexible above threshold open tender. The following lots have been awarded: Lot 1 - HR System including: o Human Resources Management and Training Administration (core requirements). o Case Management, Performance Management, and Recruitment (optional). Lot 2 - Duties Management System - A system which holds working hours and shift patterns for our officers and staff encompassing shift planning, rostering, managing minimum staffing levels, and leave requests. The contract shall be for an initial period which includes the implementation period plus 5-year(s) licence, support & maintenance (from system go live) with an option to extend for up to a further 3 x 12-month periods. The contract dates and extension dates provided in this notice are for guidance only based upon estimated timescales of an implementation period February 2026 to July 2027 with an anticipated Go live of systems 01 August 2027. Estimated contract value ranges are as follows: Lot 1 - PS1.16m to PS2.25m (excluding VAT) including one off implementation costs plus options Lot 2 - PS1.63m to PS1.85 million (excluding VAT) including one off implementation costs Costs are estimated and may be subject to change depending on the type of solution and licensing terms agreed. In addition whilst costs are fixed for the initial contract term any extension periods may have relevant price indexation inflation applied.

Lot Information

HR System

Human Resources Management and Training Administration (core requirements). Case Management, Performance Management, and Recruitment (optional). Our requirements are split into core elements and optional modules which are currently subject to separate contracts, but which we may wish to bring into scope at a later date. For the purposes of evaluation, only core requirements will be considered. System Scope (Core): We are looking for a system with the following functionality: * Human Resources Management * Centralised database * Employee self-service * Onboarding and offboarding * Absence Management * Workforce analytics * Compliance * Training Administration * Creating, scheduling, and managing courses * Creating and maintaining training and skills records * Reporting tools dashboards and analytics * System Administration tools * Integration with Duties Management System and other third-party systems (e.g. payroll, Corevet) * Integrations with Microsoft 365 and Business Objects * Secure data capture and reporting * System Support and Maintenance * Training Support and Materials System Scope (Optional Modules): Recruitment Performance Management Case Management All Functional & Non-Functional Requirements are detailed in "2a Annex 1 Functional & Non-Functional Requirements". Full details are included in the Invitation to Tender documents. Estimated values updated 24 September 2025 to include extension periods.

Renewal: 3 x 12-month periods

Duties Management System

A system which holds working hours and shift patterns for our officers and staff encompassing shift planning, rostering, managing minimum staffing levels, and leave requests. Important Note: For Lot 2 bidders must be able to deliver the solution directly and not through a partner. It is a condition of participation for Lot 2 that suppliers have a developed Duties Management System which is operating in a policing environment. We are looking for a system with the following functionality: * Shift Scheduling * Leave and Absence Management * Reporting tools dashboards and analytics * System Administration tools * Integration with HR Management System * Integrations with Microsoft 365 and Business Objects * Secure data capture and reporting * System Support and Maintenance * Training Support and Materials All Functional & Non-Functional Requirements are detailed in "2a Annex 1 Functional & Non-Functional Requirements". Full details are included in the Invitation to Tender documents. Estimated values updated 24 September 2025 to include extension periods.

Renewal: 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)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0523fd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004396-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
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
Not specified

Notice Dates

Publication Date
19 Jan 20261 months ago
Submission Deadline
31 Oct 2025Expired
Future Notice Date
22 Sep 2025Expired
Award Date
19 Jan 20261 months ago
Contract Period
1 Mar 2026 - 31 Jul 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE
Contact Name
Not specified
Contact Email
procurement@warwickshire.police.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
2
Supplier Names

CROWN COMPUTING

ORACLE

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-0523fd-2026-01-19T14:31:38Z",
    "date": "2026-01-19T14:31:38Z",
    "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 & Crime Commissioner for Warwickshire intends to award contracts for the provision of a Human Resources (HR) System and Duties Management System to Warwickshire Police, this was following a competitive flexible above threshold open tender. The following lots have been awarded: Lot 1 - HR System including: o Human Resources Management and Training Administration (core requirements). o Case Management, Performance Management, and Recruitment (optional). Lot 2 - Duties Management System - A system which holds working hours and shift patterns for our officers and staff encompassing shift planning, rostering, managing minimum staffing levels, and leave requests. The contract shall be for an initial period which includes the implementation period plus 5-year(s) licence, support & maintenance (from system go live) with an option to extend for up to a further 3 x 12-month periods. The contract dates and extension dates provided in this notice are for guidance only based upon estimated timescales of an implementation period February 2026 to July 2027 with an anticipated Go live of systems 01 August 2027. Estimated contract value ranges are as follows: Lot 1 - PS1.16m to PS2.25m (excluding VAT) including one off implementation costs plus options Lot 2 - PS1.63m to PS1.85 million (excluding VAT) including one off implementation costs Costs are estimated and may be subject to change depending on the type of solution and licensing terms agreed. In addition whilst costs are fixed for the initial contract term any extension periods may have relevant price indexation inflation applied.",
        "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",
                "description": "Human Resources Management and Training Administration (core requirements). Case Management, Performance Management, and Recruitment (optional). Our requirements are split into core elements and optional modules which are currently subject to separate contracts, but which we may wish to bring into scope at a later date. For the purposes of evaluation, only core requirements will be considered. System Scope (Core): We are looking for a system with the following functionality: * Human Resources Management * Centralised database * Employee self-service * Onboarding and offboarding * Absence Management * Workforce analytics * Compliance * Training Administration * Creating, scheduling, and managing courses * Creating and maintaining training and skills records * Reporting tools dashboards and analytics * System Administration tools * Integration with Duties Management System and other third-party systems (e.g. payroll, Corevet) * Integrations with Microsoft 365 and Business Objects * Secure data capture and reporting * System Support and Maintenance * Training Support and Materials System Scope (Optional Modules): Recruitment Performance Management Case Management All Functional & Non-Functional Requirements are detailed in \"2a Annex 1 Functional & Non-Functional Requirements\". Full details are included in the Invitation to Tender documents. Estimated values updated 24 September 2025 to include extension periods.",
                "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",
                "description": "A system which holds working hours and shift patterns for our officers and staff encompassing shift planning, rostering, managing minimum staffing levels, and leave requests. Important Note: For Lot 2 bidders must be able to deliver the solution directly and not through a partner. It is a condition of participation for Lot 2 that suppliers have a developed Duties Management System which is operating in a policing environment. We are looking for a system with the following functionality: * Shift Scheduling * Leave and Absence Management * Reporting tools dashboards and analytics * System Administration tools * Integration with HR Management System * Integrations with Microsoft 365 and Business Objects * Secure data capture and reporting * System Support and Maintenance * Training Support and Materials All Functional & Non-Functional Requirements are detailed in \"2a Annex 1 Functional & Non-Functional Requirements\". Full details are included in the Invitation to Tender documents. Estimated values updated 24 September 2025 to include extension periods.",
                "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": "open",
        "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": "pending",
            "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"
                }
            ],
            "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": "pending",
            "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"
                }
            ],
            "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"
                }
            ]
        }
    ]
}