Award

Provision of Revenue & Benefits Solution

BARNSLEY METROPOLITAN BOROUGH COUNCIL

This public procurement record has 3 releases in its history.

Award

23 Apr 2026 at 10:06

Award

13 Mar 2026 at 00:00

Award

12 Mar 2026 at 10:29

Summary of the contracting process

Barnsley Metropolitan Borough Council has awarded a contract for the Provision of Revenue & Benefits Solution, involving IT services such as consulting, software development, internet and support. MRI Software Limited, a large company based in London, has been appointed as the supplier. The procurement process was conducted as a direct award due to technical reasons, as changing suppliers would lead to incompatible goods, services, or works, causing disproportionate technical difficulties in operation or maintenance. The contract spans from April 2026 to March 2033, underscoring its significance in supporting the council’s infrastructure for statutory revenues, benefits administration, and income collection services. The procurement falls under a service category and is marked as above-threshold, ensuring compliance with procurement laws as outlined in the Procurement Act 2023. Barnsley Metropolitan Borough Council is situated in South Yorkshire, and its operational continuity is critical for maintaining reliability and stability within its digital environment.

This tender is pivotal for businesses in the IT service industry, notably those specialising in software development and support for public authorities. Companies with expertise in integration with existing systems and robust support services might have found opportunities in such a direct award scenario. Although this contract has been directly awarded to MRI Software Limited due to compatibility and technical reasons, businesses equipped to handle complex system integrations and possessing innovative SaaS solutions could position themselves for future opportunities should transitions or expansions be considered. Small and medium-sized enterprises could potentially explore avenues for collaboration as third-party supporters, especially given the operational demands outlined by Barnsley Metropolitan Borough Council. Such contracts highlight the need for reliable partnerships that can manage technical risks and support service continuity, contributing to efficiently meeting public sector objectives.

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

Notice Title

Provision of Revenue & Benefits Solution

Notice Description

Revenues and Benefits solution, including hosting, maintenance, upgrades and ongoing support. These services are already embedded within the Council's existing infrastructure and form a critical component of its delivery and supporting of statutory revenues, benefits administration and income collection services.

Procurement Information

- a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and - the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. The contract is being awarded directly under Section 41 and Schedule 5 of the Procurement Act 2023. - The existing Revenues and Benefits solution is an established, business critical system that underpins the Council's statutory delivery of taxation, benefits administration and income collection. The solution is embedded within the Council's digital ecosystem and is linked to multiple internal systems and datasets. - A change of supplier would result in goods or services that are incompatible with the Council's existing systems, data models and integrations. Transitioning to an alternative supplier would require extensive system replacement, complex data migration and significant re engineering of dependent systems, increasing the likelihood of disproportionate technical, operational and service delivery risks. - Such incompatibility would present a risk to service continuity and create unacceptable operational risk in the delivery of statutory services. The Council therefore considers that the conditions for a direct award under Section 41 and Schedule 5 of the Procurement Act 2023 are fully satisfied. - The Council considered whether a wider market exercise would be proportionate but concluded that, given the scale of transition required and statutory risk involved, this would not represent an efficient or responsible use of public resources. Operational Continuity - Current solution supports critical services with proven reliability. It has been in long term operational use and has demonstrated reliability and stability within the Council's digital environment. Maintaining continuity of this proven solution reduces operational risk and supports consistent service delivery to residents. - A change of supplier would require significant retraining for operational, technical and finance staff, alongside the redesign of established business processes that have been embedded over many years. This would place additional resource demands on services, increase the risk of user error during transition, and divert staff capacity away from frontline statutory duties. - Transitioning to an alternative solution would introduce a risk of disruption during system migration, including delays to benefit payments, billing and income collection. Any interruption to these functions could impact the Council's ability to meet its statutory obligations and could have adverse consequences for service users who rely on timely payments and accurate financial processing. Financial Impact - Integrations with other systems across the Council would require detailed requirements gathering, implementation work, thorough testing, and ongoing support through third party/ external support. - The Council explicitly compared the cost of procuring the solution through a compliant reseller framework against a direct award to the software provider. These findings showed that a direct award would result in a lower total contract cost over the proposed term, delivering demonstrable cost avoidance of approx. PS23,000 per annum compared to the reseller option. Selecting the lower cost option ensures that public funds are spent efficiently and economically. - The cost comparison focused on available compliant procurement routes for the incumbent solution, as alternative solutions would require full system replacement and transition costs materially exceeding the scope of this renewal.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066815
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036969-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£1,608,645 £1M-£10M
Contracts Value
£1,608,645 £1M-£10M

Notice Dates

Publication Date
23 Apr 20263 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
12 Mar 20262 months ago
Contract Period
1 Apr 2026 - 31 Mar 2033 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active, Pending
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BARNSLEY METROPOLITAN BOROUGH COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BARNSLEY, SOUTH YORKSHIRE
Postcode
S70 2TA
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE33 Barnsley
Delivery Location
Not specified

Local Authority
Barnsley
Electoral Ward
Central
Westminster Constituency
Barnsley North

Supplier Information

Number of Suppliers
1
Supplier Name

MRI SOFTWARE

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-066815-2026-04-23T11:06:23+01:00",
    "date": "2026-04-23T11:06:23+01:00",
    "ocid": "ocds-h6vhtk-066815",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYHH-2597-YVZG",
            "name": "Barnsley Metropolitan Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYHH-2597-YVZG"
            },
            "address": {
                "streetAddress": "Town Hall",
                "locality": "Barnsley, South Yorkshire",
                "postalCode": "S70 2TA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE31"
            },
            "contactPoint": {
                "name": "James Morris",
                "email": "jamesmorris1@barnsley.gov.uk",
                "telephone": "+44 01226000000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.barnsley.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PWRQ-7158-PXCR",
            "name": "MRI SOFTWARE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWRQ-7158-PXCR"
            },
            "address": {
                "streetAddress": "9 King Street",
                "locality": "London",
                "postalCode": "EC2V 8EA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "name": "Manuela Stenti-Iceton",
                "email": "manuela.stenti-iceton@mrisoftware.com",
                "telephone": "07851 245471"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.mrisoftware.com/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYHH-2597-YVZG",
        "name": "Barnsley Metropolitan Borough Council"
    },
    "tender": {
        "id": "C1002",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Revenue & Benefits Solution",
        "description": "Revenues and Benefits solution, including hosting, maintenance, upgrades and ongoing support. These services are already embedded within the Council's existing infrastructure and form a critical component of its delivery and supporting of statutory revenues, benefits administration and income collection services.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "- a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and - the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. The contract is being awarded directly under Section 41 and Schedule 5 of the Procurement Act 2023. - The existing Revenues and Benefits solution is an established, business critical system that underpins the Council's statutory delivery of taxation, benefits administration and income collection. The solution is embedded within the Council's digital ecosystem and is linked to multiple internal systems and datasets. - A change of supplier would result in goods or services that are incompatible with the Council's existing systems, data models and integrations. Transitioning to an alternative supplier would require extensive system replacement, complex data migration and significant re engineering of dependent systems, increasing the likelihood of disproportionate technical, operational and service delivery risks. - Such incompatibility would present a risk to service continuity and create unacceptable operational risk in the delivery of statutory services. The Council therefore considers that the conditions for a direct award under Section 41 and Schedule 5 of the Procurement Act 2023 are fully satisfied. - The Council considered whether a wider market exercise would be proportionate but concluded that, given the scale of transition required and statutory risk involved, this would not represent an efficient or responsible use of public resources. Operational Continuity - Current solution supports critical services with proven reliability. It has been in long term operational use and has demonstrated reliability and stability within the Council's digital environment. Maintaining continuity of this proven solution reduces operational risk and supports consistent service delivery to residents. - A change of supplier would require significant retraining for operational, technical and finance staff, alongside the redesign of established business processes that have been embedded over many years. This would place additional resource demands on services, increase the risk of user error during transition, and divert staff capacity away from frontline statutory duties. - Transitioning to an alternative solution would introduce a risk of disruption during system migration, including delays to benefit payments, billing and income collection. Any interruption to these functions could impact the Council's ability to meet its statutory obligations and could have adverse consequences for service users who rely on timely payments and accurate financial processing. Financial Impact - Integrations with other systems across the Council would require detailed requirements gathering, implementation work, thorough testing, and ongoing support through third party/ external support. - The Council explicitly compared the cost of procuring the solution through a compliant reseller framework against a direct award to the software provider. These findings showed that a direct award would result in a lower total contract cost over the proposed term, delivering demonstrable cost avoidance of approx. PS23,000 per annum compared to the reseller option. Selecting the lower cost option ensures that public funds are spent efficiently and economically. - The cost comparison focused on available compliant procurement routes for the incumbent solution, as alternative solutions would require full system replacement and transition costs materially exceeding the scope of this renewal.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            },
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ],
        "lots": [
            {
                "id": "LOT-0000",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "The contract involves supplier dependency due to the solution being deeply embedded within the Council's systems. This risk is mitigated by the supplier's long standing provision of the service, the stability of the SaaS model, and the system already being operational."
    },
    "awards": [
        {
            "id": "1",
            "title": "Provision of Revenue & Benefits Solution",
            "status": "pending",
            "value": {
                "amountGross": 1930374.76,
                "amount": 1608645.64,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PWRQ-7158-PXCR",
                    "name": "MRI SOFTWARE LIMITED"
                }
            ],
            "items": [
                {
                    "id": "LOT-0000",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0000"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00Z",
                "endDate": "2033-03-31T23:59:59+01:00"
            },
            "relatedLots": [
                "LOT-0000"
            ],
            "documents": [
                {
                    "id": "022197-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/022197-2026",
                    "datePublished": "2026-03-12T10:29:42Z",
                    "format": "text/html"
                },
                {
                    "id": "022634-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/022634-2026",
                    "datePublished": "2026-03-13T00:00:26Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-30T23:59:59+01:00",
                    "status": "scheduled"
                }
            ],
            "date": "2026-03-12T00:00:00Z",
            "standstillPeriod": {
                "endDate": "2026-03-25T23:59:59+00:00"
            }
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "services",
            "suppliers": [
                {
                    "id": "GB-PPON-PWRQ-7158-PXCR",
                    "name": "MRI SOFTWARE LIMITED"
                }
            ],
            "items": [
                {
                    "id": "LOT-0000",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0000"
                }
            ],
            "relatedLots": [
                "LOT-0000"
            ]
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "2",
            "awardID": "2",
            "title": "Provision of Revenue & Benefits Solution",
            "status": "active",
            "period": {
                "startDate": "2026-04-01T00:00:00Z",
                "endDate": "2033-03-31T23:59:59+01:00"
            },
            "value": {
                "amountGross": 1930374.76,
                "amount": 1608645.64,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-31T00:00:00Z",
            "documents": [
                {
                    "id": "036969-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/036969-2026",
                    "datePublished": "2026-04-23T11:06:23+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}