This framework, let under the Public Contract Regulations 2015, gives all public sector organisations access to Software as a Service (SaaS) solutions for back office applications, for deploying either in the cloud, on premise or hybrid.
Description
Back Office Software 2 (BOS2) replaces RM6194 Back Office Software. This agreement will support back office functions, including:
- enterprise resource planning (ERP), also known as business management, and business planning software
- human capital management (HCM), also known as people resource management
- customer relationship management (CRM)
- finance systems
- procurement and sourcing portals
- workflow technologies
- content management
You can also buy associated services at the same time as your software including:
- installation, implementation and configuration of software
- consultancy for a range of services including application design, systems architecture and data migration
- service desk
- cloud, on-premise or hybrid solutions
- data handling and validation
- integration
Benefits
- a simple 2 lot structure, this includes a wide range of back office software capabilities in a single, consolidated framework
- fully supported solutions for cloud, on-premise or hybrid systems
- buying licences, with related associated services available
- an evaluated pool of key suppliers allowing customers to drive cost reductions and increase value for money through healthy competition
- the financial threshold has been reduced to under £5m for lot 2, helping small and medium-sized enterprises (SMEs)
- tender documents have been re-designed to be SME friendly
- improved customer protection: core terms are now above supplier terms in order of priority, meaning that if there is a dispute core terms will be the primary consideration
- public sector contracting terms and conditions create an easier, more flexible route to market, customisable to your specific operational needs
- no maximum call-off length
Products and suppliers
Please read the 'How to buy' tab below for detailed instructions on how to find out which suppliers are on this framework.
How to buy
You can buy from this agreement using direct award and further competition.
You can also use an Expression of Interest (EOI). This allows you to outline high-level requirements for your potential suppliers and to gauge their interest. You can use this at pre-market engagement, or to shortlist suppliers for further competition.
Direct award catalogue listings are available on the Government eMarketplace.
Sign up to the government eMarketplace.
Agreement pricing request
If you are looking for pricing information or to benchmark, plan or validate the information given to you by a supplier email us directly at info@gca.gov.uk. Please include the following information:
- quote RM6285 in the subject and title
- state which lots you want pricing information for and for which supplier
The prices given do not include VAT. The prices for each good and service are the maximum price suppliers can ask for.
BOS2 offers the following pricing structures:
Lot 1
These are the minimum savings at each spending level and work for both direct award and further competition. These discounts only apply to lot 1 services and each supplier offers different discount rates. You will get bigger discounts when you spend more (value price breaks).
Lot 2
Framework pricing is evaluated using the skills framework for the information age (SFIA) day rates. These benchmark rates are available upon request and represent maximum prices only. Suppliers can offer more competitive rates for your further competition bids.
Documents
Crown Commercial Service (CCS) became Government Commercial Agency (GCA) on 1 April 2026. Documents published before this date may still refer to CCS. All contract documents remain valid for existing and new contracts, and there are no changes to how you work with us.
- RM6285 Buyer guide v4
- RM6285 Call-off schedule 1 transparency reports v1.0
- RM6285 Call-off schedule 2 Staff transfer v1.0
- RM6285 Call-off schedule 3 Continuous improvement v1.0
- RM6285 Call-off schedule 4 Call off tender v1.0
- RM6285 Call-off schedule 5 Pricing details v1.0
- RM6285 Call-off schedule 6 ICT services v1.0
- RM6285 Call-off schedule 7 key supplier staff v1.0
- RM6285 Call-off schedule 8 business continuity and disaster recovery v.1.0
- RM6285 Call-off schedule 9 security v1.0
- RM6285 Call-off schedule 10 exit management v1.0
- RM6285 Call-off schedule 11 Installation works v1.0
- RM6285 Call-off schedule 12 clustering v1.0
- RM6285 Call-off schedule 13 implementation plan and testing v.1.0
- RM6285 Call-off schedule 14 service levels v1.0
- RM6285 Call-off schedule 15 call off contract management v1.0
- RM6285 Call-off schedule 16 benchmarking v1.0
- RM6285 Call-off schedule 17 MOD terms v1.0
- RM6285 Call-off schedule 18 background checks v1.0
- RM6285 Call-off schedule 19 scottish law v1.0
- RM6285 Call-off schedule 20 specification v1.0
- RM6285 Call-off schedule 21 northern ireland law v.1.0
- RM6285 Call-off schedule 22 lease terms v.1.0
- RM6285 Call-off schedule 23 hmrc terms v1.0
- RM6285 Call-off schedule 24 corporate resolution planning v1.0
- RM6285 Call-off schedule 25 supplier terms v2.0
- RM6285 Call-off schedule 26 intellectual property rights v1.0
- RM6285 Framework schedule 1 specification v2.0
- RM6285 Framework schedule 2 framework tender v1.0
- RM6285 Framework schedule 3 framework prices v1.0
- RM6285 Framework schedule 4 framework management v1.0
- RM6285 Framework schedule 5 management charges and information v1.0
- RM6285 Framework schedule 6 order form template and call off schedules v1.0
- RM6285 Framework schedule 7 call off award procedure v.3.0
- RM6285 Framework schedule 8 self audit certificate v1.0
- RM6285 Framework schedule 9 cyber essentials scheme v1.0
- RM6285 Joint schedule 1 definitions v1.0
- RM6285 Joint schedule 2 variation form v1.0
- RM6285 Joint schedule 3 insurance requirements v1.0
- RM6285 Joint schedule 4 – commercially sensitive information v1.0
- RM6285 Joint schedule 5 corporate social responsibility v1.0
- RM6285 Joint schedule 6 key subcontractors v1.0
- RM6285 Joint schedule 7 financial difficulties v1.0
- RM6285 joint schedule 8 guarantee for PSC v1.0
- RM6285 Joint schedule 9 minimum standards of reliability v1.0
- RM6285 Joint schedule 10 rectification plan v1.0
- RM6285 Joint schedule 11 – processing data v1.0
- RM6285 Joint schedule 12 – supply chain visibility v1.0
- RM6285 Core terms v1.0
- RM6285 Framework Award Form v1.0
- RM6285 Subcontractor list v12
- RM6285 BOS 2 expression of interest v1