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