Tender

ACE - Provision of Integrated HR & Payroll System

ACADEMIES FOR CHARACTER & EXCELLENCE

This public procurement record has 2 releases in its history.

Tender

23 Feb 2026 at 12:28

Planning

22 Jan 2026 at 10:50

Summary of the contracting process

The procurement process for the "ACE - Provision of Integrated HR & Payroll System" is currently in the tender stage, initiated by the Academies for Character & Excellence, a central government public authority located in Totnes, United Kingdom. The organisation is seeking to deploy a comprehensive HR and payroll platform that encompasses time accounting, human resources software, and payroll management services. This procurement, detailed in the tender document ID "016036-2026", was published on 23rd February 2026, with submissions due by 30th March 2026. The contract, valued at approximately £540,000 and compatible with small and medium enterprises (SMEs), is scheduled to start on the 1st of September 2026 and is envisaged to run until the 31st of August 2030, with possible extensions. An open procurement method is employed, allowing electronic submissions in accordance with UK legislation, specific to services and goods categories.

This tender provides substantial business growth opportunities, particularly for suppliers specialising in comprehensive HR and payroll solutions, with a focus on integration, transparency, and sector-specific compliance. Ideal candidates would be those with robust financial standing and relevant technical expertise, especially in payroll services pertaining to the education sector. The emphasis on seamless integration with existing systems like Bromcom highlights a preference for vendors with software that facilitates operational flexibility and scalability, addressing both in-house and managed service payroll processing. SMEs with experience in the required domain, alongside proven financial and operational stability, are well-suited to compete in this tender, which places a strong emphasis on innovation and strategic partnership to effectively manage and support Trust-wide operations.

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

Notice Title

ACE - Provision of Integrated HR & Payroll System

Notice Description

Trust requires a fully integrated HR and Payroll platform operating from a single, authoritative dataset. The solution must enable compliant payroll and workforce administration in accordance with relevant legislation, HMRC requirements, Teachers' Pension Scheme (TPS) and Local Government Pension Scheme (LGPS) regulations, statutory employment obligations, and sector best practice. It must also provide the transparency, reporting capability, and internal controls necessary to support efficient Trust-wide operations. The Trust is seeking a platform that provides operational flexibility, allowing payroll processing to be delivered either in-house or via a managed service within the same system environment. The Trust may transition between these delivery models during the contract term and therefore requires a solution that enables this without system replacement or material disruption.

Lot Information

Lot LOT-0000

Options: To enable schools who join the Trust to be added to the Contract and for additional modules or services to be included that relate to HR&Payroll

Renewal: 4 Year Term with the option of 2 further 1 year extensions.

Planning Information

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=101607&TID=100106841&B= This pre-market engagement is intended to inform the Trust’s detailed specification and procurement strategy, and the Trust welcomes dialogue with interested suppliers to help shape a future tender that delivers a robust, education-focused HR and payroll solution. Suppliers will be offered a 1-hour slot on the 11th or 12th of February for a brief meeting/demo focussed on specific areas of enquiry which will be provided in advance. If you wish to book in a slot, please message the request through the tendering portal EU Supply with your email address with your preferred date and time for the 11th or 12th February. Slots will be allocated on a first come first serve basis. Once all slots are booked out we will have to respectfully decline any further requests. However all information from these meetings will be shared within the tender pack, where it has been deemed as not commercially sensitive.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060bed
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016036-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

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


CPV Codes

48000000 - Software package and information systems

48450000 - Time accounting or human resources software package

79211110 - Payroll management services

79631000 - Personnel and payroll services

Notice Value(s)

Tender Value
£450,000 £100K-£500K
Lots Value
£450,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 20262 months ago
Submission Deadline
30 Mar 2026Expired
Future Notice Date
13 Feb 2026Expired
Award Date
Not specified
Contract Period
1 Sep 2026 - 31 Aug 2030 4-5 years
Recurrence
2032-08-31

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
ACADEMIES FOR CHARACTER & EXCELLENCE
Additional Buyers

PHP LAW LLP

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
TOTNES
Postcode
TQ9 5TZ
Post Town
Torquay
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK43 Devon CC
Delivery Location
TLK South West (England)

Local Authority
South Hams
Electoral Ward
Totnes
Westminster Constituency
South Devon

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-060bed-2026-02-23T12:28:05Z",
    "date": "2026-02-23T12:28:05Z",
    "ocid": "ocds-h6vhtk-060bed",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYNM-4868-XBBN",
            "name": "Academies for Character & Excellence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYNM-4868-XBBN"
            },
            "address": {
                "streetAddress": "Pathfields",
                "locality": "Totnes",
                "postalCode": "TQ9 5TZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "name": "Laurence Evans",
                "email": "Laurence.Evans@acexcellence.co.uk",
                "telephone": "+44 01234567890"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PPRM-9434-VNYQ",
            "name": "PHP Law LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPRM-9434-VNYQ"
            },
            "address": {
                "streetAddress": "Unit 3 The Brutus Centre Station Road Totnes",
                "locality": "Totnes",
                "postalCode": "TQ9 5RW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "name": "Claire Jones",
                "email": "claire.jones@phplaw.co.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Procurement Process Support"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYNM-4868-XBBN",
        "name": "Academies for Character & Excellence"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=101607&TID=100106841&B= This pre-market engagement is intended to inform the Trust's detailed specification and procurement strategy, and the Trust welcomes dialogue with interested suppliers to help shape a future tender that delivers a robust, education-focused HR and payroll solution. Suppliers will be offered a 1-hour slot on the 11th or 12th of February for a brief meeting/demo focussed on specific areas of enquiry which will be provided in advance. If you wish to book in a slot, please message the request through the tendering portal EU Supply with your email address with your preferred date and time for the 11th or 12th February. Slots will be allocated on a first come first serve basis. Once all slots are booked out we will have to respectfully decline any further requests. However all information from these meetings will be shared within the tender pack, where it has been deemed as not commercially sensitive.",
                "dueDate": "2026-02-13T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "005644-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/005644-2026",
                "datePublished": "2026-01-22T10:50:20Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ACE01.75",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "ACE - Provision of Integrated HR & Payroll System",
        "description": "Trust requires a fully integrated HR and Payroll platform operating from a single, authoritative dataset. The solution must enable compliant payroll and workforce administration in accordance with relevant legislation, HMRC requirements, Teachers' Pension Scheme (TPS) and Local Government Pension Scheme (LGPS) regulations, statutory employment obligations, and sector best practice. It must also provide the transparency, reporting capability, and internal controls necessary to support efficient Trust-wide operations. The Trust is seeking a platform that provides operational flexibility, allowing payroll processing to be delivered either in-house or via a managed service within the same system environment. The Trust may transition between these delivery models during the contract term and therefore requires a solution that enables this without system replacement or material disruption.",
        "items": [
            {
                "id": "LOT-0000",
                "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": "79211110",
                        "description": "Payroll management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79631000",
                        "description": "Personnel and payroll services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 540000,
            "amount": 450000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "LOT-0000",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00Z",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2032-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 540000,
                    "amount": 450000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Implementation & Transition Delivery",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality of People & Support Team",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality of Managed Payroll Service Provision",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Customer Retention & Client Success",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Support Model & Responsiveness",
                            "numbers": [
                                {
                                    "number": 2,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Management & Strategic Partnership",
                            "numbers": [
                                {
                                    "number": 1.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Performance Monitoring & Continuous Improvement",
                            "numbers": [
                                {
                                    "number": 1.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Innovation, Product Roadmap & Future Fit",
                            "numbers": [
                                {
                                    "number": 1,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Complaint Resolution & Escalation",
                            "numbers": [
                                {
                                    "number": 1,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Software Functionaility",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Capacity Assessment: Bidders must demonstrate that their financial position is sufficiently robust to support both the implementation and ongoing delivery of the Finance System. Bidders must provide their audited financial statements for the previous two financial years. Where audited accounts are not available, bidders should provide certified accounts or equivalent financial information. Bidders should disclose any known events that may materially impact their financial position during the contract term (for example, planned sale, refinancing, or restructuring). Minimum Turnover Requirement The bidder's annual turnover must be at least two times the estimated annual contract value. Net Asset Position Bidders must demonstrate a positive net asset position in their most recent financial statements Liquidity and Access to Financial Resources Bidders must demonstrate access to adequate financial resources to support ongoing business operations and contractual commitments. Revenue Model Stability Bidders must describe their revenue model, including the proportion of income that is recurring, contractually committed, or otherwise predictable. The Trust will assess the economic and financial standing of bidders to ensure that the successful supplier has the financial capacity and resilience required to deliver the contract for its full duration. The Trust is seeking a financially resilient supplier capable of sustaining long-term service delivery. The assessment is designed to ensure resilience rather than favour organisations of a particular size. The assessment will be conducted in accordance with the principles of proportionality, transparency, and equal treatment. Insurance requirements - can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below a. Employer's (Compulsory) Liability Insurance* = PS5m b. Public Liability Insurance = PS5m c. Professional Indemnity Insurance = PS1m d. Product Liability Insurance = PS1m e. Cyber and Data Protection Insurance = PS1m"
                        },
                        {
                            "type": "technical",
                            "description": "Relevant experience and contract examples Please provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). The examples must be from the past three years. To constitute a pass, the minimum of two contract examples provided shall be relevant to the complexity of the requirement, with a sufficient level of detail that provides confidence in the Tenderer's established past experience in similar and relevant projects/contracts. Organisational Standards Please provide details of the organisational standards and certifications your organisation holds that are relevant to the delivery of this contract, including (but not limited to) Quality Management and Information Security standards such as ISO 9001 and ISO 27001, or equivalent internationally recognised certifications. You must confirm that the scope of these certifications explicitly covers the services proposed within this procurement. Where equivalent standards are offered, please explain how they meet or exceed the requirements of the specified ISO standards. Bidders must submit the following evidence: * Copies of current certification issued by an accredited certification body. * A copy of the certification scope statement demonstrating that the services being procured fall within the accredited scope. * Confirmation of certification validity dates. * Details of any non-conformities identified during the most recent audit and the corrective actions taken."
                        }
                    ]
                },
                "renewal": {
                    "description": "4 Year Term with the option of 2 further 1 year extensions."
                },
                "hasOptions": true,
                "options": {
                    "description": "To enable schools who join the Trust to be added to the Contract and for additional modules or services to be included that relate to HR&Payroll"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-13T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "additionalProcurementCategories": [
            "goods"
        ],
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=102573&TID100107787&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-30T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-30T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-29T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "016036-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016036-2026",
                "datePublished": "2026-02-23T12:28:05Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2032-08-31T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "The Trust requires the following payment profile: a. Implementation Costs * 25% invoiced upon Contract Signature * 25% invoiced upon completion of the build * 25% following completion of testing * 25% following go live plus 1 month b. Table B All Inclusive Cost * Monthly invoice in arrears Where it has been identified, and agreed, that adjustments are required (in respect of service credits, additional works, errors or omissions), these will be taken account of within the next invoice."
        },
        "riskDetails": "1. Data Accuracy & Input Risk: Inconsistent or late inputs from academies can cause payroll errors. 2. Integration & Systems Compatibility Risks: Unclear or evolving integration requirements may disrupt operations. 3. Implementation & Transition Risks: Complex migrations, legacy data, and tight timelines can cause failures. 4. Compliance & Legislative Risk: High risk of non-compliance with LGPS, TPS, HMRC, and sector requirements. 5. Governance & Approval-Chain Risk: Multi-level approvals may delay payroll runs. 6. Service Reliability & Business Continuity: Outages or poor resilience may cause missed pay dates. 7. Vendor Performance, Capacity & Resourcing Risks: Under-resourcing can slow turnaround and increase errors. 8. Query Management & Support Risk: Insufficient helpdesk responsiveness impacts accuracy and staff satisfaction. 9. Contractual & Liability Risks: Liability caps may be insufficient for high-impact payroll errors. 10. Scalability & Expansion Risks: Onboarding new schools can be delayed or inaccurate. 11. Cultural, Process & Change Management Risk: Low adoption and inconsistent processes increase error likelihood. 12. Trust Control & Visibility Risk: Reduced visibility or audit access undermines governance."
    },
    "language": "en"
}