Buyer Name: PHP Law LLP
Buyer Address: Unit 3 The Brutus Centre Station Road Totnes, Totnes, UKK43, TQ9 5RW, United Kingdom
Contact Name: Paul Hodgson
Contact Email: paul.hodgson@phplaw.co.uk
Contact Telephone: +44 01234567890
Buyer Name: PHP Law LLP
Buyer Address: Unit 3 The Brutus Centre Station Road Totnes, Totnes, UKK43, TQ9 5RW, United Kingdom
Contact Name: Paul Hodgson
Contact Email: paul.hodgson@phplaw.co.uk
Contact Telephone: +44 01234567890
Buyer Name: Diocese of Coventry
Buyer Address: St James’ CofE Academy, Barbridge Road, Bulkington, Bedworth, UKG13, CV12 9PF, United Kingdom
Contact Name: Debs Bacon
Contact Email: Deb.Bacon@covmat.org
The Trust is seeking a Contractor to deliver a service that will manage all aspects of payroll and pension administration, provide a centralised, efficient and compliant HR system, pension administration and pension (TPS/LGPS, AVC providers) returns, reporting and meet all end of year and EOYC requirements. The Contractor will provide a flexible service, staffed with suitably experienced personnel and have adequate resource in place to fulfil service requirements
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/020166-2026
Link Description: Tender notice on Find a Tender
Lot LOT-0000 Status: active
Lot LOT-0000 Value: GBP 300,000
Lot LOT-0000 Value (Gross): GBP 360,000
Lot LOT-0000 Contract Start: 2026-05-13T00:00:00Z
Lot LOT-0000 Contract End: 2029-09-30T23:59:59+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%)
Lot LOT-0000 Award Criterion (quality): Quality of Managed Payroll Service Provision (5%)
Lot LOT-0000 Award Criterion (quality): Customer Retention & Client Success (5%)
Lot LOT-0000 Award Criterion (quality): Service Support Model & Responsiveness (2%)
Lot LOT-0000 Award Criterion (quality): Contract Management & Strategic Partnership (3%)
Lot LOT-0000 Award Criterion (quality): Service Performance Monitoring & Continuous Improvement (3%)
Lot LOT-0000 Award Criterion (quality): Innovation, Product Roadmap & Future Fit (1%)
Lot LOT-0000 Award Criterion (quality): Complaint Resolution & Escalation (1%)
Lot LOT-0000 Award Criterion (quality): Technical Requirements (35%)
Lot LOT-0000 Award Criterion (price): Price (35%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PBJV-7557-VVPT",
"name": "Diocese of Coventry"
},
"date": "2026-03-06T07:31:24Z",
"id": "020166-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0663a0",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Totnes",
"postalCode": "TQ9 5RW",
"region": "UKK43",
"streetAddress": "Unit 3 The Brutus Centre Station Road Totnes"
},
"contactPoint": {
"email": "paul.hodgson@phplaw.co.uk",
"name": "Paul Hodgson",
"telephone": "+44 01234567890"
},
"id": "GB-PPON-PPRM-9434-VNYQ",
"identifier": {
"id": "PPRM-9434-VNYQ",
"scheme": "GB-PPON"
},
"name": "PHP Law LLP",
"roleDetails": "Procurement Process Support",
"roles": [
"procuringEntity",
"processContactPoint"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Bulkington, Bedworth",
"postalCode": "CV12 9PF",
"region": "UKG13",
"streetAddress": "St James\u2019 CofE Academy, Barbridge Road"
},
"contactPoint": {
"email": "Deb.Bacon@covmat.org",
"name": "Debs Bacon"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PBJV-7557-VVPT",
"identifier": {
"id": "PBJV-7557-VVPT",
"scheme": "GB-PPON"
},
"name": "Diocese of Coventry",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "The requirements are not complex or niche and the Contracting Authority already has an understanding of what they want the service to deliver and the market is known."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-12T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "The Trust requires the following payment profile: Implementation Costs i. 33.3% invoiced up to completion of the build ii. 33.3% following completion of testing iii.33.3% following go live plus 1 month All Inclusive Cost 1st Month Invoice in Arrears following the end of the month after Go Live. Commissionable Items Charged post Go Live in arrears, separately itemised in the All-Inclusive Cost Monthly Invoice"
},
"coveredBy": [
"GPA"
],
"description": "The Trust is seeking a Contractor to deliver a service that will manage all aspects of payroll and pension administration, provide a centralised, efficient and compliant HR system, pension administration and pension (TPS/LGPS, AVC providers) returns, reporting and meet all end of year and EOYC requirements. The Contractor will provide a flexible service, staffed with suitably experienced personnel and have adequate resource in place to fulfil service requirements",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-03-06T07:31:24Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "020166-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/020166-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-04-09T11:00:00+00:00"
},
"hasRecurrence": true,
"id": "DCMAT01.02",
"items": [
{
"additionalClassifications": [
{
"description": "Personnel and payroll services",
"id": "79631000",
"scheme": "CPV"
},
{
"description": "Time accounting or human resources software package",
"id": "48450000",
"scheme": "CPV"
},
{
"description": "Payroll management services",
"id": "79211110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG33"
}
],
"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": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Quality of People \u0026 Support Team",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Quality of Managed Payroll Service Provision",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Customer Retention \u0026 Client Success",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service Support Model \u0026 Responsiveness",
"numbers": [
{
"number": 2.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Contract Management \u0026 Strategic Partnership",
"numbers": [
{
"number": 3.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service Performance Monitoring \u0026 Continuous Improvement",
"numbers": [
{
"number": 3.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Innovation, Product Roadmap \u0026 Future Fit",
"numbers": [
{
"number": 1.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Complaint Resolution \u0026 Escalation",
"numbers": [
{
"number": 1.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical Requirements",
"numbers": [
{
"number": 35.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 35.0,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2029-09-30T23:59:59+01:00",
"maxExtentDate": "2031-09-30T23:59:59+01:00",
"startDate": "2026-05-13T00:00:00Z"
},
"description": null,
"hasRenewal": true,
"id": "LOT-0000",
"renewal": {
"description": "(3.5+1+1) 42 months in total"
},
"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 from the education sector, 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": 300000,
"amountGross": 360000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"dates": [
{
"startDate": "2032-01-01T23:59:59Z"
}
]
},
"riskDetails": "1. Data Accuracy \u0026 Input Risk: Inconsistent or late inputs from academies can cause payroll errors. 2. Integration \u0026 Systems Compatibility Risks: Unclear or evolving integration requirements may disrupt operations. 3. Implementation \u0026 Transition Risks: Complex migrations, legacy data, and tight timelines can cause failures. 4. Compliance \u0026 Legislative Risk: High risk of non\u2011compliance with LGPS, TPS, HMRC, and sector requirements. 5. Governance \u0026 Approval\u2011Chain Risk: Multi\u2011level approvals may delay payroll runs. 6. Service Reliability \u0026 Business Continuity: Outages or poor resilience may cause missed pay dates. 7. Vendor Performance, Capacity \u0026 Resourcing Risks: Under\u2011resourcing can slow turnaround and increase errors. 8. Query Management \u0026 Support Risk: Insufficient helpdesk responsiveness impacts accuracy and staff satisfaction. 9. Contractual \u0026 Liability Risks: Liability caps may be insufficient for high\u2011impact payroll errors. 10. Scalability \u0026 Expansion Risks: Onboarding new schools can be delayed or inaccurate. 11. Cultural, Process \u0026 Change Management Risk: Low adoption and inconsistent processes increase error likelihood. 12. Trust Control \u0026 Visibility Risk: Reduced visibility or audit access undermines governance.",
"status": "active",
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=102970\u0026TID100108177\u0026B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-09T11:00:00+00:00"
},
"title": "Diocese of Coventry MAT - Provision of HR System \u0026 Payroll Service",
"value": {
"amount": 300000,
"amountGross": 360000,
"currency": "GBP"
}
}
}