Buyer Name: PHP Law LLP
Buyer Address: Unit 3 The Brutus Centre Station Road Totnes, Totnes, UKK43, TQ9 5TZ, United Kingdom
Contact Name: Claire Jones
Contact Email: claire.jones@phplaw.co.uk
Buyer Name: PHP Law LLP
Buyer Address: Unit 3 The Brutus Centre Station Road Totnes, Totnes, UKK43, TQ9 5TZ, United Kingdom
Contact Name: Claire Jones
Contact Email: claire.jones@phplaw.co.uk
Buyer Name: Academies for Character & Excellence
Buyer Address: Pathfields, Totnes, UKK43, TQ9 5TZ, United Kingdom
Contact Name: Laurence Evans
Contact Email: laurence.evans@acexcellence.org.uk
This tender opportunity has been issued by Academies for Character and Excellence (“the Trust”) and Tenderers are invited to tender for the provision of Financial Management System. Full details of all contract requirements are given in this document - Document 2. Specification of Requirement. The Trust comprises multiple academies operating under a unified governance structure and financial framework. To support effective financial oversight and ensure regulatory compliance, the Trust requires a fully integrated Finance System. The system must enable compliant financial management in accordance with the Academies Trust Handbook (ATH), all ESFA reporting obligations, and the Trust’s Finance Policy.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/014023-2026
Link Description: Tender notice on Find a Tender
Lot LOT-0000 Status: active
Lot LOT-0000 Has Options: Yes
Lot LOT-0000 Options: To enable further schools to be added to the contract as they join the Trust and to enable additional modules or services in relation to the software.
Lot LOT-0000 Value: GBP 250,000
Lot LOT-0000 Value (Gross): GBP 300,000
Lot LOT-0000 Contract Start: 2026-09-01T00:00:00Z
Lot LOT-0000 Contract End: 2030-08-31T23:59:59+01:00
Lot LOT-0000 SME Suitable: Yes
Lot LOT-0000 Award Criterion (quality): Implementation & Transition Delivery (5%)
Lot LOT-0000 Award Criterion (quality): Quality of People & Support Team (5.5%)
Lot LOT-0000 Award Criterion (quality): Customer Retention & Client Success (4.5%)
Lot LOT-0000 Award Criterion (quality): Service Support Model & Responsiveness (3%)
Lot LOT-0000 Award Criterion (quality): Contract Management & Strategic Partnership (2%)
Lot LOT-0000 Award Criterion (quality): Service Performance Monitoring & Continuous Improvement (2%)
Lot LOT-0000 Award Criterion (quality): Innovation, Product Roadmap & Future Fit (1.5%)
Lot LOT-0000 Award Criterion (quality): Complaint Resolution & Escalation (1.5%)
Lot LOT-0000 Award Criterion (quality): Software Functionality (40%)
Lot LOT-0000 Award Criterion (cost): Price (35%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PYNM-4868-XBBN",
"name": "Academies for Character \u0026 Excellence"
},
"date": "2026-02-16T16:52:26Z",
"id": "014023-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-06093e",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Totnes",
"postalCode": "TQ9 5TZ",
"region": "UKK43",
"streetAddress": "Unit 3 The Brutus Centre Station Road Totnes"
},
"contactPoint": {
"email": "claire.jones@phplaw.co.uk",
"name": "Claire Jones"
},
"id": "GB-PPON-PPRM-9434-VNYQ",
"identifier": {
"id": "PPRM-9434-VNYQ",
"scheme": "GB-PPON"
},
"name": "PHP Law LLP",
"roleDetails": "Supporting Tender process",
"roles": [
"procuringEntity",
"processContactPoint"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Totnes",
"postalCode": "TQ9 5TZ",
"region": "UKK43",
"streetAddress": "Pathfields"
},
"contactPoint": {
"email": "laurence.evans@acexcellence.org.uk",
"name": "Laurence Evans"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PYNM-4868-XBBN",
"identifier": {
"id": "PYNM-4868-XBBN",
"scheme": "GB-PPON"
},
"name": "Academies for Character \u0026 Excellence",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"additionalProcurementCategories": [
"services"
],
"awardPeriod": {
"endDate": "2026-05-11T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "41. The Trust requires the following payment profile: a. Implementation Costs i. 25% invoiced upon Contract Signature ii. 25% invoiced upon completion of the build iii. 25% following completion of testing iv. 25% following go live plus 1 month b. Table B All Inclusive Cost i. Quarterly invoicing, 1st Invoice 2 months in Arrears following Go Live. 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."
},
"coveredBy": [
"GPA"
],
"description": "This tender opportunity has been issued by Academies for Character and Excellence (\u201cthe Trust\u201d) and Tenderers are invited to tender for the provision of Financial Management System. Full details of all contract requirements are given in this document - Document 2. Specification of Requirement. The Trust comprises multiple academies operating under a unified governance structure and financial framework. To support effective financial oversight and ensure regulatory compliance, the Trust requires a fully integrated Finance System. The system must enable compliant financial management in accordance with the Academies Trust Handbook (ATH), all ESFA reporting obligations, and the Trust\u2019s Finance Policy.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-16T16:52:26Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "014023-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/014023-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-13T12:00:00+00:00"
},
"hasRecurrence": true,
"id": "ACE01.76",
"items": [
{
"additionalClassifications": [
{
"description": "Financial analysis and accounting software package",
"id": "48440000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "LOT-0000",
"relatedLot": "LOT-0000"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Implementation \u0026 Transition Delivery",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Quality of People \u0026 Support Team",
"numbers": [
{
"number": 5.5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Customer Retention \u0026 Client Success",
"numbers": [
{
"number": 4.5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service Support Model \u0026 Responsiveness",
"numbers": [
{
"number": 3,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Contract Management \u0026 Strategic Partnership",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service Performance Monitoring \u0026 Continuous Improvement",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Innovation, Product Roadmap \u0026 Future Fit",
"numbers": [
{
"number": 1.5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Complaint Resolution \u0026 Escalation",
"numbers": [
{
"number": 1.5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Importance of Requirement: High = 25% Medium = 10% Low = 5%",
"name": "Software Functionality",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Whole life contract cost",
"name": "Price",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-08-31T23:59:59+01:00",
"maxExtentDate": "2032-08-31T23:59:59+01:00",
"startDate": "2026-09-01T00:00:00Z"
},
"description": null,
"hasOptions": true,
"hasRenewal": true,
"id": "LOT-0000",
"options": {
"description": "To enable further schools to be added to the contract as they join the Trust and to enable additional modules or services in relation to the software."
},
"renewal": {
"description": "4 year term with the option of two further 1 year extensions (4+1+1)"
},
"selectionCriteria": {
"criteria": [
{
"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\u2019s 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\u2019s (Compulsory) Liability Insurance* = \u00a35m b. Public Liability Insurance = \u00a35m c. Professional Indemnity Insurance = \u00a31m d. Product Liability Insurance = \u00a31m e. Cyber and Data Protection Insurance = \u00a31m",
"type": "economic"
},
{
"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\u2019s 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: \u2022 Copies of current certification issued by an accredited certification body. \u2022 A copy of the certification scope statement demonstrating that the services being procured fall within the accredited scope. \u2022 Confirmation of certification validity dates. \u2022 Details of any non-conformities identified during the most recent audit and the corrective actions taken.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 250000,
"amountGross": 300000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"dates": [
{
"startDate": "2032-01-05T23:59:59Z"
}
]
},
"riskDetails": "Key risks in finance system contracts for schools: Financial risks: Higher-than-expected costs, hidden charges, poor value for money. Contract risks: Long, inflexible contracts, high exit fees, supplier lock\u2011in. Data \u0026 cyber risks: GDPR breaches, weak security, system outages. Operational risks: System downtime, poor usability, inadequate support and training. Compliance risks: Failure to meet DfE/LA requirements, weak audit trails. Implementation risks: Poor data migration, ineffective change management. Fraud \u0026 control risks: Weak approval controls, segregation of duties, payment errors. Strategic risks: Supplier failure, system becoming outdated or unsupported. Overall impact: Financial loss, non\u2011compliance, operational disruption, and reputational damage.",
"status": "active",
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=102458\u0026TID100107674\u0026B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-23T12:00:00+00:00"
},
"title": "ACE - Provision of Financial Management System",
"value": {
"amount": 250000,
"amountGross": 300000,
"currency": "GBP"
}
}
}