← Back to opportunities

Horizon Replacement Services

Post Office Limited

Buyer Contact Info

Buyer Name: Post Office Limited

Buyer Address: 100 Wood Street, London, UKI31, EC2V 7ER, United Kingdom

Contact Email: Procurement@postoffice.co.uk

Status
active
Procedure
selective
Value
410000000.0 GBP
Gross: 492000000 GBP
Published
11 Aug 2025, 10:20
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
48110000 - Point of sale (POS) software package
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Post Office Limited (POL) in the Market POL has a network of 11,500 Post Offices across the UK and provides a wide range of services to its customers. There are c.50,000 users. There are 9m customer sessions per week. The vast majority of Post Offices are franchises - small businesses in their own right. However, there are also smaller numbers of strategic partners and branches managed directly by POL. The directly managed branches are in the process of moving towards being operated by franchisees. The services that POL offers include but are not limited to: • Mails and parcels; • Cash and banking; • Bill payments; • Travel money; • Government services (such as identity and passport services); and • Stamps and other postal related products and services. Description of the Service The current service being provided to POL relies on a system known as "Horizon" to process all its transactions with customers, and includes numerous legacy systems and assets. POL wishes to appoint up to two suppliers to replace the existing Horizon system ("Horizon Replacement Services"). The contracts for the Horizon Replacement Services will be awarded by reference to two lots: • Lot 1 Replacement Service Provider - Datacentres Operations and Levels 3 and 4 Application Support and Management including transformation and stabilisation. To include service and system integration. • Lot 2 COTS-EPOS-SaaS - a fully supplier-hosted, supported and maintained commercial off-the-shelf (COTS) electronic point of sale (EPOS) system, provided as software as a service (SaaS). The system must meet the Authority's specific requirements with minimal bespoke customisations. Supplier will provide level 2 and 3 support. The successful bidders will be required to take on delivery of relevant parts of the Horizon Replacement Services within the respective Lot scope and provide, in each case where relevant, transition and transformation services to modernise, streamline and replace the Horizon Services. Lot 1 Replacement Services Provider Lot 1 will require the successful supplier to: • take over the existing Horizon Services (as detailed above) on a "walk in and take over" (WITO) basis (excluding network interconnections between data centres); • provide system and service integration of both Lots 1 and 2; • be responsible for maintaining and supporting IT infrastructure within the data centre until it is decommissioned; • manage bespoke applications and integrations with the Lot 2 product and other POL third parties where necessary; • stabilise the current Horizon Services; • execute key transformation activity where required by POL (is also an option under Lot 2); and • deploy the Lot 2 solution into the branch estate. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion). POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity. Lot 2 COTS-EPOS-SaaS Supplier Wherever possible POL intends to purchase COTS products to meet all of its requirements rather than build in-house. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution for a term of 12 years. Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: • be cloud hosted, in the supplier's AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; • use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; • include a structured data layer or open standards integration to other COTS data platforms; and • be a modular service structure that includes but is not limited to: • journey engine; • point of sale (POS), EPOS & mobile POS services; • customer engagement & insights; • retail and/or retail POS integration; • counter solutions; and • options for pick up and drop off, and self-service kiosks. • other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: • ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; • support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; • comply with the target operating model implemented to support ongoing operations. • execute key capability uplifts where required by POL (is also an option under Lot 1); • provide ongoing maintenance and support, updates, and optimisation services; • interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; • ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality that does not impact the core components of the solution from new versions; • provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and • collaborate with other partners in POL's eco-system. In the Lot 2 contract, POL may serve a mobilisation notice within three years of the effective date. Following the commencement of mobilisation, the contract will have a term of 10 years. POL will have the option for two further one-year extensions. POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://postoffice.wax-live.com/S2C/SignIn.aspx

External Link: https://www.find-tender.service.gov.uk/Notice/047578-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Replacement Service Provider

Lot Description: Lot 1 will require the supplier to: • take over the existing Horizon Services (as detailed above) on a WITO basis (excluding network interconnections between data centres); • be responsible for maintaining and supporting IT infrastructure within the data centre; • manage bespoke applications and integrations; • stabilise the current Horizon Services; and • execute key transformations such as cloud migration as required. Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL's discretion).

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: This is set out in Schedule 2 of the draft contract that deals with the optional outcomes. Schedule 2 of the draft contract will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.

Lot 1 Value: GBP 269,000,000

Lot 1 Value (Gross): GBP 322,800,000

Lot 1 Contract Start: 2026-07-01T00:00:00+01:00

Lot 1 Contract End: 2031-06-30T23:59:59+01:00

Lot 1 Award Criterion (quality): Quality (65%)

Lot 1 Award Criterion (price): Commercial (25%)

Lot 1 Award Criterion (quality): Social Value (10%)

Lot Title: COTS-EPOS-SaaS Supplier

Lot Description: Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL's retail technology platform to meet evolving business, operational, and customer requirements which shall: • be cloud hosted, in the supplier's AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service; • meet the Authority's specific requirements with minimal bespoke customisations. • use event-driven microservice architecture using standards-based integration (API) and industry recognised core service; • include a structured data layer or open standards integration to other COTS data platforms; and • be a modular service structure that includes but is not limited to: • journey engine • point of sale (POS), EPOS & mobile POS services; • customer engagement & insights; • retail and/or retail POS integration; • counter solutions; and • options for pick up and drop off, and self-service kiosks. • other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements. The Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to: • ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; • support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout; • comply with the target operating model implemented to support ongoing operations. • execute key capability uplifts where required by POL (is also an option under Lot 1); • provide ongoing maintenance and support, updates, and optimisation services; • interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions; • ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality from new versions product; • provide POL with the opportunity to participate in the development of the supplier's roadmap for future developments to the EPOS solution; and • collaborate with other partners in POL's eco-system. The Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution.

Lot 2 Status: active

Lot 2 Has Options: Yes

Lot 2 Options: This is set out in the requirements document that deal with the optional outcomes. The requirements document will be provided to all bidders that have signed and completed the non-disclosure agreement, the ethical walls agreement and the conflict of interest form.

Lot 2 Value: GBP 141,000,000

Lot 2 Value (Gross): GBP 169,200,000

Lot 2 Contract Start: 2026-07-01T00:00:00+01:00

Lot 2 Contract End: 2036-06-30T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Quality (65%)

Lot 2 Award Criterion (price): Commercial (25%)

Lot 2 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-02154540",
    "name": "Post Office Limited"
  },
  "date": "2025-08-11T11:20:51+01:00",
  "id": "047578-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050efb",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PRNP-5883-YMLG",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "EC2V 7ER",
        "region": "UKI31",
        "streetAddress": "100 Wood Street"
      },
      "contactPoint": {
        "email": "Procurement@postoffice.co.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public undertaking",
            "id": "publicUndertaking",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://corporate.postoffice.co.uk/"
      },
      "id": "GB-COH-02154540",
      "identifier": {
        "id": "02154540",
        "scheme": "GB-COH"
      },
      "name": "Post Office Limited",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "Changes to Tender Notice and Associated Tender Documents (sections 24 and 31 of the Procurement Act 2023)\nThe Tender Notice has changed from that originally published to update the requirements for Lot 2.\nThe associated tender documents issued to Bidders following the initial publication of tender notice on 21 July 2025 and the completion of a non-disclosure agreement (NDA), ethical walls agreement (EWA) (where required) and a conflicts of interest form (CoIF) have also changed. \nA brief summary of those changes are:\n- Background document: further details of Lot 2 procurement.\n- Draft initial invitation to tender (IIT): refinement of Lot 1 award criteria and further details of Lot 2 award criteria.\n- The procurement-specific questionnaire, draft contract and other associated tender documents for Lot 2 will be made available to suppliers that complete the NDA, EWA and CoIF. Suppliers bidding for both Lot 1 and Lot 2 will need to complete separate NDAs, EWAs and CoIFs.\n- Consequential changes and corrections to the Lot 1 draft contract will be made following the issue of the Lot 2 draft contract.",
        "id": "047578-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-07-01T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "Post Office Limited (POL) in the Market\nPOL has a network of 11,500 Post Offices across the UK and provides a wide range of services to its customers. There are c.50,000 users. There are 9m customer sessions per week. \nThe vast majority of Post Offices are franchises - small businesses in their own right. However, there are also smaller numbers of strategic partners and branches managed directly by POL. The directly managed branches are in the process of moving towards being operated by franchisees.\nThe services that POL offers include but are not limited to:\n\u2022 Mails and parcels;\n\u2022 Cash and banking;\n\u2022 Bill payments;\n\u2022 Travel money;\n\u2022 Government services (such as identity and passport services); and\n\u2022 Stamps and other postal related products and services.\nDescription of the Service\nThe current service being provided to POL relies on a system known as \"Horizon\" to process all its transactions with customers, and includes numerous legacy systems and assets. POL wishes to appoint up to two suppliers to replace the existing Horizon system (\"Horizon Replacement Services\").\nThe contracts for the Horizon Replacement Services will be awarded by reference to two lots:\n\u2022 Lot 1 Replacement Service Provider - Datacentres Operations and Levels 3 and 4 Application Support and Management including transformation and stabilisation. To include service and system integration.\n\u2022 Lot 2 COTS-EPOS-SaaS - a fully supplier-hosted, supported and maintained commercial off-the-shelf (COTS) electronic point of sale (EPOS) system, provided as software as a service (SaaS).\nThe system must meet the Authority\u0027s specific requirements with minimal bespoke customisations. Supplier will provide level 2 and 3 support. \nThe successful bidders will be required to take on delivery of relevant parts of the Horizon Replacement Services within the respective Lot scope and provide, in each case where relevant, transition and transformation services to modernise, streamline and replace the Horizon Services.\nLot 1 Replacement Services Provider\nLot 1 will require the successful supplier to:\n\u2022 take over the existing Horizon Services (as detailed above) on a \"walk in and take over\" (WITO) basis (excluding network interconnections between data centres);\n\u2022 provide system and service integration of both Lots 1 and 2;\n\u2022 be responsible for maintaining and supporting IT infrastructure within the data centre until it is decommissioned;\n\u2022 manage bespoke applications and integrations with the Lot 2 product and other POL third parties where necessary;\n\u2022 stabilise the current Horizon Services;\n\u2022 execute key transformation activity where required by POL (is also an option under Lot 2); and\n\u2022 deploy the Lot 2 solution into the branch estate.\nLot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL\u0027s discretion). POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity.\nLot 2 COTS-EPOS-SaaS Supplier\nWherever possible POL intends to purchase COTS products to meet all of its requirements rather than build in-house.\nThe Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution for a term of 12 years.\nLot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL\u0027s retail technology platform to meet evolving business, operational, and customer requirements which shall:\n\u2022 be cloud hosted, in the supplier\u0027s AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service;\n\u2022 use event-driven microservice architecture using standards-based integration (API) and industry recognised core service;\n\u2022 include a structured data layer or open standards integration to other COTS data platforms; and\n\u2022 be a modular service structure that includes but is not limited to:\n\u2022 journey engine;\n\u2022 point of sale (POS), EPOS \u0026 mobile POS services;\n\u2022 customer engagement \u0026 insights;\n\u2022 retail and/or retail POS integration;\n\u2022 counter solutions; and\n\u2022 options for pick up and drop off, and self-service kiosks.\n\u2022 other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements.\nLot 2 COTS-EPOS-SaaS Supplier shall additionally be required to:\n\u2022 ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; \n\u2022 support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout;\n\u2022 comply with the target operating model implemented to support ongoing operations.\n\u2022 execute key capability uplifts where required by POL (is also an option under Lot 1);\n\u2022 provide ongoing maintenance and support, updates, and optimisation services;\n\u2022 interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions;\n\u2022 ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality that does not impact the core components of the solution from new versions;\n\u2022 provide POL with the opportunity to participate in the development of the supplier\u0027s roadmap for future developments to the EPOS solution; and\n\u2022 collaborate with other partners in POL\u0027s eco-system.\nIn the Lot 2 contract, POL may serve a mobilisation notice within three years of the effective date. Following the commencement of mobilisation, the contract will have a term of 10 years. POL will have the option for two further one-year extensions. POL will also have a right to extend the contract beyond this should more time be required to complete transformation activity.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://postoffice.wax-live.com/S2C/SignIn.aspx"
      },
      {
        "accessDetails": "Via Web 3 see above\nhttps://postoffice.wax-live.com/S2C/SignIn.aspx\nSelect \u0027Open Opportunities\u0027 and then click on the \u0027view details\u0027 button for the event titled \u0027AA1493a - Horizon Replacement Services Procurement - Request to Participate - Lot 2\u0027",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-08-11T11:20:51+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "047578-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/047578-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-09T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-09-12T12:00:00+01:00",
    "id": "ocds-h6vhtk-050efb",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Point of sale (POS) software package",
            "id": "48110000",
            "scheme": "CPV"
          },
          {
            "description": "Sales or marketing software package",
            "id": "48481000",
            "scheme": "CPV"
          },
          {
            "description": "Information systems",
            "id": "48810000",
            "scheme": "CPV"
          },
          {
            "description": "Servers",
            "id": "48820000",
            "scheme": "CPV"
          },
          {
            "description": "Office automation software package",
            "id": "48920000",
            "scheme": "CPV"
          },
          {
            "description": "Training and entertainment software package",
            "id": "48930000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of measuring equipment",
            "id": "51210000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of computers and information-processing equipment",
            "id": "51610000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of office equipment",
            "id": "51620000",
            "scheme": "CPV"
          },
          {
            "description": "Programming services of packaged software products",
            "id": "72210000",
            "scheme": "CPV"
          },
          {
            "description": "Systems and technical consultancy services",
            "id": "72220000",
            "scheme": "CPV"
          },
          {
            "description": "Custom software development services",
            "id": "72230000",
            "scheme": "CPV"
          },
          {
            "description": "Systems analysis and programming services",
            "id": "72240000",
            "scheme": "CPV"
          },
          {
            "description": "System and support services",
            "id": "72250000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Computer-related services",
            "id": "72500000",
            "scheme": "CPV"
          },
          {
            "description": "Computer support services",
            "id": "72610000",
            "scheme": "CPV"
          },
          {
            "description": "Computer audit services",
            "id": "72810000",
            "scheme": "CPV"
          },
          {
            "description": "Computer testing services",
            "id": "72820000",
            "scheme": "CPV"
          },
          {
            "description": "Computer back-up services",
            "id": "72910000",
            "scheme": "CPV"
          },
          {
            "description": "Computer catalogue conversion services",
            "id": "72920000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Point of sale (POS) software package",
            "id": "48110000",
            "scheme": "CPV"
          },
          {
            "description": "Sales or marketing software package",
            "id": "48481000",
            "scheme": "CPV"
          },
          {
            "description": "Information systems",
            "id": "48810000",
            "scheme": "CPV"
          },
          {
            "description": "Servers",
            "id": "48820000",
            "scheme": "CPV"
          },
          {
            "description": "Office automation software package",
            "id": "48920000",
            "scheme": "CPV"
          },
          {
            "description": "Training and entertainment software package",
            "id": "48930000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of measuring equipment",
            "id": "51210000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of computers and information-processing equipment",
            "id": "51610000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of office equipment",
            "id": "51620000",
            "scheme": "CPV"
          },
          {
            "description": "Programming services of packaged software products",
            "id": "72210000",
            "scheme": "CPV"
          },
          {
            "description": "Systems and technical consultancy services",
            "id": "72220000",
            "scheme": "CPV"
          },
          {
            "description": "Custom software development services",
            "id": "72230000",
            "scheme": "CPV"
          },
          {
            "description": "Systems analysis and programming services",
            "id": "72240000",
            "scheme": "CPV"
          },
          {
            "description": "System and support services",
            "id": "72250000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Computer-related services",
            "id": "72500000",
            "scheme": "CPV"
          },
          {
            "description": "Computer support services",
            "id": "72610000",
            "scheme": "CPV"
          },
          {
            "description": "Computer audit services",
            "id": "72810000",
            "scheme": "CPV"
          },
          {
            "description": "Computer testing services",
            "id": "72820000",
            "scheme": "CPV"
          },
          {
            "description": "Computer back-up services",
            "id": "72910000",
            "scheme": "CPV"
          },
          {
            "description": "Computer catalogue conversion services",
            "id": "72920000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 25,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-06-30T23:59:59+01:00",
          "maxExtentDate": "2033-06-29T23:59:59+01:00",
          "startDate": "2026-07-01T00:00:00+01:00"
        },
        "description": "Lot 1 will require the supplier to:\n\u2022 take over the existing Horizon Services (as detailed above) on a WITO basis (excluding network interconnections between data centres);\n\u2022 be responsible for maintaining and supporting IT infrastructure within the data centre;\n\u2022 manage bespoke applications and integrations;\n\u2022 stabilise the current Horizon Services; and\n\u2022 execute key transformations such as cloud migration as required.\nLot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL\u0027s discretion).",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "This is set out in Schedule 2 of the draft contract that deals with the optional outcomes. Schedule 2 of the draft contract will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form."
        },
        "renewal": {
          "description": "Lot 1 will have an initial term of 5 years plus two optional 1-year extensions (to be exercised at POL\u0027s discretion). Schedule 2 of the draft contract provides for other extension options."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "type": "economic"
            },
            {
              "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "type": "technical"
            },
            {
              "description": "Bidders will be required to complete a Procurement Specific Questionnaire regarding its capacity, capability and experience and other key preconditions of participation. The responses to the PSQ will be evaluated and scored, and the scores then moderated. The highest scoring six bidders will qualify to receive the Initial Invitation to Tender (IIT). The PSQ document will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "title": "Replacement Service Provider",
        "value": {
          "amount": 269000000,
          "amountGross": 322800000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 25,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2036-06-30T23:59:59+01:00",
          "maxExtentDate": "2038-06-30T23:59:59Z",
          "startDate": "2026-07-01T00:00:00+01:00"
        },
        "description": "Lot 2 COTS-EPOS-SaaS Supplier will require the successful supplier to transform POL\u0027s retail technology platform to meet evolving business, operational, and customer requirements which shall:\n\u2022 be cloud hosted, in the supplier\u0027s AWS environment (or equivalent) and be a consumption and/or flexible based eCommerce service;\n\u2022 meet the Authority\u0027s specific requirements with minimal bespoke customisations.\n\u2022 use event-driven microservice architecture using standards-based integration (API) and industry recognised core service;\n\u2022 include a structured data layer or open standards integration to other COTS data platforms; and\n\u2022 be a modular service structure that includes but is not limited to:\n\u2022 journey engine\n\u2022 point of sale (POS), EPOS \u0026 mobile POS services;\n\u2022 customer engagement \u0026 insights;\n\u2022 retail and/or retail POS integration;\n\u2022 counter solutions; and\n\u2022 options for pick up and drop off, and self-service kiosks.\n\u2022 other functionality required for an end-to-end retail platform as set out in the Lot 2 requirements.\nThe Lot 2 COTS-EPOS-SaaS Supplier shall additionally be required to:\n\u2022 ensure compatibility with existing systems and hardware (where applicable) and enable future enhancements; \n\u2022 support implementation/deployment to the branch network, including configuration, customisation (if required), testing and rollout;\n\u2022 comply with the target operating model implemented to support ongoing operations.\n\u2022 execute key capability uplifts where required by POL (is also an option under Lot 1);\n\u2022 provide ongoing maintenance and support, updates, and optimisation services;\n\u2022 interoperate and/or provide reconciliation tools, financial posting engines, local accounting solutions, pricing and billing solutions, product processing solutions;\n\u2022 ensure that POL is always able to control when it moves to new versions of the software and accept or reject the any additional functionality from new versions product;\n\u2022 provide POL with the opportunity to participate in the development of the supplier\u0027s roadmap for future developments to the EPOS solution; and\n\u2022 collaborate with other partners in POL\u0027s eco-system.\nThe Lot 2 COTS-EPOS-SaaS Supplier must be capable of delivering a modern, scalable, and future-ready solution.",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "2",
        "options": {
          "description": "This is set out in the requirements document that deal with the optional outcomes. \nThe requirements document will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form."
        },
        "renewal": {
          "description": "Lot 2 will have an initial term of 10 years plus two optional 1-year extensions (to be exercised at POL\u0027s discretion). \nSchedule 2 of the draft contract provides for other extension options."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "type": "economic"
            },
            {
              "description": "This is set out in the PSQ document that will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "type": "technical"
            },
            {
              "description": "Bidders will be required to complete a Procurement Specific Questionnaire regarding its capacity, capability and experience and other key preconditions of participation. \nThe responses to the PSQ will be evaluated and scored, and the scores then moderated. The highest scoring six bidders will qualify to receive the Initial Invitation to Tender (IIT). \nThe PSQ document will be provided to all bidders that have signed and completed the non-disclosure  agreement, the ethical walls agreement and the conflict of interest form.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "COTS-EPOS-SaaS Supplier",
        "value": {
          "amount": 141000000,
          "amountGross": 169200000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "For this procurement, the Post Office Limited (POL) intends to award a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023.\nThe public contracts under this procurement are awarded by reference to lots. The outcome could be one of the following:\n\u2022 separate bidders are awarded the contracts for:\nLot 1 Replacement Service Provider (comprising continuation of the current services through Walk In \u0026 Take Over from the incumbent where a new supplier is appointed, with optional services including stabilisation activities and transform operations where required by POL); and\nLot 2 COTS-EPOS-SaaS Supplier (comprising the provision and implementation (where required) of the COTS and EPOS solution, and ongoing run services); or\n\u2022 a single supplier could be awarded both Lots.\nThe following stages will be followed:\n1. Stage 1: Planned Procurement Notice - POL issued a Planned Procurement Notice on 8 May 2025\n2. Stage 2: Procurement Specific Questionnaire -\na. Issuing of a Tender Notice inviting bidders to submit a request to participate in the procedure.\nb. To request to participate, bidders must register with POL\u0027s e-Sourcing platform, Web 3, complete, sign and return the non-disclosure agreement (NDA), conflict of interest form (COIF) and ethical walls agreements (EWA) (where required for incumbent suppliers) sent to the bidder. \nBidder\u0027s must complete the Procurement Specific Questionnaire (PSQ) by no later than 21 August 2025 for Lot 1 and 12 September 2025 for Lot 2. \nThe PSQ and other associated tender documents and background documents will be made available to a bidder upon receipt of a properly completed NDA, EWA (where required) and COIF.\nIn addition, bidders must register with the central digital platform operated by the Cabinet Office (CDP) and upload the core supplier information. \nThey must also ensure that any associated person of the bidder and any proposed sub-contractor also registers with the CDP and uploads their core supplier information.\nTo request to participate in Lot 1, bidders must do so by returning completed PSQ (including confirmation of CDP registration and upload of core supplier information) by 12:00 BST on Thursday, 21 August 2025. For Lot 2, bidders must do so by 12:00 BST on Friday, 12 September 2025.\nc. All documents relating to this procurement, including all procurement documents, will be made available through POL\u0027s e-Sourcing platform, Web 3, the link for which can be found elsewhere in this notice. Bidders must return the NDA, COIF and, where required the EWA, to receive access to all associated tender documents. Suppliers bidding for both Lot 1 and Lot 2 will need to complete separate NDAs, EWAs and CoIFs\nd. The PSQ will be structured in such a way that potential providers can submit and be evaluated for the specific lot in which they are interested. The PSQ will address background information, economic standing, capability, capacity and experience, but will not require any pricing at this stage.\ne. The PSQ submissions will be evaluated and moderated against a set of criteria that test bidders\u0027 capacity, capability and experience. The six highest scoring bidders for each lot will be Invited to submit an Initial Tender as part of the Initial Tender Stage (ITS).\n3. Stage 3: Initial Tender Stage - At the ITS of the procurement, tenders will be assessed on how the Bidder\u0027s proposed solution will be delivered, how much it will cost and under what terms it will be supplied. There will be weightings applied to the qualitative and quantitative assessment criteria set out in the ITS documentation. \nAny tender submitted, at ITS, must be capable of acceptance without the need to engage in dialogue. Where an assessed tender meets the criteria set out in the ITS documentation, POL may determine that tender is the most advantageous tender (MAT), under section 19 of the Procurement Act 2024 and proceed to Stage 6: Contract Award with that Bidder. If POL does so, it will not conduct Stage 4 or Stage 5.\n4. Stage 4: Dialogue (optional) -\na. Where POL decides to continue to the dialogue stage, it intends to invite up to four bidders with the highest scoring Initial Tenders for each lot from the ITS to participate with POL in dialogue/negotiation.\nb. Dialogue/negotiation will be staggered with Lot 1 starting first and Lot 2 commencing prior to the Lot 1 dialogue completing.\n5. Stage 5: Invitation to Submit Final Tenders (ITSFT) -\na. Once dialogue completes, the bidders invited to dialogue will be Invited to Submit Final Tenders (ITSFT) against the refined requirements (solution, commercial and contractual) and the refined award criteria weightings that apply to this stage (which will be set out in the ITSFT).\nb. POL will evaluate and moderate the final tenders and assess which tenders offer the most advantageous tender (MAT).\n6. Stage 6: Contract Award - Following evaluation and moderation of the ITSFT responses, POL will identify the preferred bidder(s) and announce this in accordance with the Procurement Act 2023 and Procurement Regulations 2024, and work with those preferred bidders to finalise contracts.\nPOL proposes to rely on section 24 of the Procurement Act 2024 to refine the award criteria. It will rely on that section to potentially change the relative weighting of the award criteria following the dialogue/negotiation stage.\nPOL expects to require similar services after the expiry of the contract awarded under this procurement. However, it does not intend to carry out that subsequent procurement in reliance on the direct award justification in paragraph 8 of Schedule 5 to the Procurement Act 2023."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "In respect of both Lot 1 and Lot 2 contracts POL has identified the following risks, the occurrence of which could jeopardise the satisfactory performance of the awarded contracts, but because of their nature, cannot be addressed in the contracts as awarded, and so may require a substantial amendment to the contracts under paragraph 5 of Schedule 8 (materialisation of a known risk) to the Procurement Act 2023:\n\u2022 findings of the Post Office Horizon IT Inquiry (or any other public inquiry, or inquiry of a similar nature, into the operations of the Post Office or the Horizon system) (Inquiry) that require modification to the awarded contract to implement;\n\u2022 policy decisions made by HM Government, any regulator, or any other public body, whether or not in response to findings by an Inquiry, that require modification to the awarded contracts to implement;\n\u2022 the enactment or coming into force of legislation relating to the Post Office that requires modification to the awarded contracts to implement;\n\u2022 where the Lot 1 and Lot 2 contracts are awarded to separate suppliers, the failure of one supplier to perform its obligations under awarded contract where that failure affects the ability of the supplier under the other awarded contract to perform its obligations;\n\u2022 where the deployment of the Lot 2 solution by the Lot 1 supplier to the branch estate is delayed, disrupted to otherwise does not proceed according to plan due to complexities arising from the branch network;\n\u2022 where either the Lot 1 or Lot 2 supplier is unable to perform their obligations under their respective awarded contract due to complexities arising from the Horizon systems;\n\u2022 in respect of either the Lot 1 or Lot 2 contract, that the procurement for the contract for the other Lot is abandoned or significantly delayed;\nIn respect of the Lot 1 contract only:\n\u2022 there is a delay to the appointment of the Lot 2 supplier;\n\u2022 there is a delay in the design and build of the solution, or any part of it, provided under the Lot 2 contract; or\n\u2022 the Authority is unable to recruit sufficient in-house service integration and management capability, and requires additional support from the Lot 1 supplier.\nIn respect of the Lot 2 contract only:\nThere is a delay in implementation of the Lot 1, which results in a continued reliance on the incumbent supplier and the need for an extension to the contract or other change to ensure business continuity.",
    "status": "active",
    "submissionMethodDetails": "https://postoffice.wax-live.com/S2C/SignIn.aspx",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Horizon Replacement Services",
    "value": {
      "amount": 410000000,
      "amountGross": 492000000,
      "currency": "GBP"
    }
  }
}