Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Synergy Business Process Services (BPS)

  • First published: 13 March 2026
  • Last modified: 13 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044e97
Published by:
Department for Work & Pensions
Authority ID:
AA86938
Publication date:
13 March 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance Business Process Service (BPS) solution, which meet the needs of service users.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department for Work & Pensions

Caxton House, 6-12 Tothill Street, London, SW1H 9NA

London

SW1H 9NA

UK

Contact person: Jonathan McWilliams

E-mail: jonathan.mcwilliams@dwp.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-work-pensions

Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-work-pensions

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Synergy Business Process Services (BPS)

Reference number: C5167

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance Business Process Service (BPS) solution, which meet the needs of service users.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 873 410 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48000000

48100000

72000000

72250000

72260000

72261000

72300000

72317000

79000000

79211110

79211120

79630000

79631000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Authority sought to engage the market to work with The Synergy Programme and its stakeholders to ensure the delivery of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance Business Process Service (BPS) solution, which meet the needs of service users.<br/>The Synergy Programme has been established to bring together the individual Department plans in line with the Government Business Service (GBS) published Shared Services Strategy for Government: this includes building a common operating model, BPS, single technology, and single commercial strategy.<br/>The Synergy Programme comprises the following central Government Departments (Departments) and their Arm’s Length Bodies (ALBs).<br/>- Ministry of Justice (MoJ);<br/>- Department for Work and Pensions (DWP);<br/>- Department for the Environment, Food and Rural Affairs (DEFRA); and<br/>- Home Office (HO).<br/>DWP are currently the lead contracting authority for The Synergy Programme.<br/>The prime driver of the Synergy Programme is to drive significant business transformation across four cluster Departments and their ALBs.<br/>The Synergy Programme will drive significant business transformation across four major Departments and their ALBs in support of this ambition. Additionally, the government has set out ambitious objectives to put sustainability at the heart of our government services.

II.2.5) Award criteria

Quality criterion: Technical Envelope / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

II.2.11) Information about options

Options: Yes

Description of options:

The initial term of this contract is for a period of seven years. There is an optional extension period of up to an additional three years in any combination of annual increments.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-028834

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/03/2026

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Capita Business Services Ltd

First Floor, 2 Kingdom Street, Paddington

London

W2 6BD

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 873 410 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 5 %

Short description of the part of the contract to be subcontracted:

Technical and professional services

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://theroyalcourtsofjustice.com/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings<br/>under the Public Contracts Regulations 2015 are time limited, and any such proceedings<br/>must be brought in the High Court of England and Wales.

VI.5) Date of dispatch of this notice

12/03/2026

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
48100000 Industry specific software package Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79211110 Payroll management services Accounting services
79631000 Personnel and payroll services Personnel services except placement and supply services
79630000 Personnel services except placement and supply services Recruitment services
79211120 Sales and purchases recording services Accounting services
48000000 Software package and information systems Computer and Related Services
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
72250000 System and support services Software programming and consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jonathan.mcwilliams@dwp.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.