Stotles logo
Awarded

Programme Support for the Defence Digital Element of Protector Capability Integration

Published

Supplier(s)

SA Group Limited

Value

139,340 GBP

Description

Summary of the work The primary role is to coordinate the efforts in delivering CIS requirements of the PROTECTOR programme. Tasks will include; Defining the CIS requirement with the customer; Plan and document solutions by engaging with multiple delivery teams; Document risks and define costs associated with CIS solutions. Specialist role Programme manager Expected Contract Length 12 Months Latest start date Friday 1 October 2021 Maximum Day Rate The maximum day rate is £650 (Ex-VAT) with a T&S Budget of £10,000 LOL (Inc VAT) Who Speclialist Work With You will work directly for DD Dep Hd Networks and advise the Lead Delivery Owner (LDO). You will need to liaise closely with Delivery Teams, the DE&S Air ISTAR PT, Air Command and UK StratCom. Daily contact will be with a mixture of Contractors, Crown Servants and Military Personnel. What Specialists Work On You will be required to engage with various stakeholders (inc. DD, DE&S, Air Command and UK Strategic Command). Liaison with Air ISTAR Project Team, you will be responsible for defining DD related requirements for the introduction of PROTECTOR. You will identify and engage with all DD Delivery Teams to plan and co-ordinate activity aimed at meeting aircraft IOC and FOC. You will devise and document initial, interim and final delivery plans. You will provide anticipated Pan DD project costs to Air ISTAR PT. You will work under the direction of the DD Dep Hd Networks and the Lead Delivery Owner. Skills & Experience • Provide examples of your experience delivering complex CIS projects from the last 5 years - 25% • Demonstrate Strong understanding of current MoD structure and processes through your experience within the last 3 years - 10% • Provide examples of your experience of integrating new services onto MOD IT Systems from the last 5 years – 20% • Demonstrate a technical understanding of the ISTAR Air Platform - 15% • Provide examples of your experience of stakeholder engagement and management - 10% • Provide examples of your experience of information flow requirements capture - 5% • Provide examples of your ability to work as part of a team - 5% Nice to Haves • Demonstrate experience of the Air Command Capability area - 5% • Demonstrate experience of the UK Strategic Command Capability area – 5% Work Location MOD Corsham, Corsham, SN13 9NP Working Arrangments Normal tasking will take place at MOD Corsham, with the need to travel to stakeholders and Industry partners when required under the direction of the LDO. You are required 5 days a week, the working day is 8 hours to include 30 minutes for lunch. Overnight visits will only be permitted if permission is sought in advance. All information processing and exchange must be carried out on MOD IT and home working is not allowed. Security Clearance DV Clearance must be in place prior to the contract starting due to the projects worked on. DV status must be valid for the duration of the contract. SC, BPSS or Disclosed Scotland is not acceptable and the Authority will NOT sponsor Clearance. No. of Specialists to Evaluate 3 Cultural Fit Criteria • Provide examples of when you have worked well as a team with our organisation and other suppliers from the last 5 years - 40% • Provide examples of when you have made transparent and collaborative decisions - 15% • Provide examples of when you have shown independence and taken responsibility for your work - 30% • Provide examples where you have shared knowledge and experience with other team members - 15% Assessment Method Reference Evaluation Weighting Technical competence 65% Cultural fit 10% Price 25% Questions from Suppliers 1. Is this role inside or outside IR35? The role falls inside of the IR35 legislation. 2. Is there an incumbent? Yes, there is an incumbent. 3. Is there a current incumbent? Yes, there is an incumbent. 4. Is there a preferred supplier/incumbent? Yes, there is an incumbent but there is not a preferred supplier. 5. Will the customer be able to DV Clear the successful consultant? We would expect that individuals are already security cleared to the required level (DV minimum) and that the clearances are in place for the duration of the contract. 6. Could you please provide breakdown of further stages with dates? When exactly the final decision would be made? If successful at Stage 1, we are anticipating Stage 2 materials will be requested by the 21st August 2021.The outcome will be known by the 1st Septmeber 2021. 7. Is there a current incumbent? Yes, there is an incumbent 8. Please can you clarify the IR35 situation? You state that off payroll rules will apply but have since confirmed IR35 will apply. This requirement falls inside of the IR35 legislation. 9. Could the Authority confirm that for the questions requesting ‘provide examples’, that the Authority on requires 1 example per answer, as stated in the DOS guidance? Suppliers are not required to provide multiple examples. One example will be sufficient. 10. Could the Authority confirm whether they are expecting responses to reflect company experience, or the experience of the specific candidate put forward? The authority is looking for experience related to the specific candidate put forward. 11. In reference to the 2nd essential criteria, could the Authority clarify what is meant by ‘MOD structure and processes’. MOD structures and processes refer to the generic framework of the MOD, including the make-up of Front Line Commands and processes in place to ensure effective initiation, approval and action of project tasks and milestones. This understanding enables a more effective transition into the role and understanding of MOD ‘ways of working.’ 12. Could the Authority confirm how they will be scoring the answers? The Authority will be following the DOS guidence found here: https://www.gov.uk/guidance/how-to-score-digital-outcomes-and-specialists-suppliers 13. Could the Authority clarify whether ‘information flow requirements’ refers to information flow within project/programme management, or within technical architecture? ‘information flow requirements’ refers to both the project/programme management, which is required in order to gain a better understanding of where PM effort needs to be focused as the programme progresses and the understanding required within the proposed technical architecture.

Timeline

Publish date

2 years ago

Award date

2 years ago

Buyer information

Explore contracts and tenders relating to Ministry of Defence

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore other contracts published by Ministry of Defence

Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.

Explore more suppliers to Ministry of Defence

Sign up