Awarded contract
Published
HMCTS DACS Central Architecture
21 Suppliers have already viewed this notice
Track & Win Public Sector Contracts and Tenders. Sign up for Free
Value
2,701,000 GBP
Current supplier
PA Consulting Services Ltd
Description
Summary of the work A team of data Architect specialist's are required to provide central architecture and technical assurance to HMCTS and the Reform programme. Expected Contract Length 24 months Latest start date Monday 14 December 2020 Budget Range The Target Day rate range for Lead Data Architect is between £850 - £1100 per day, and for all other roles £750 - £900. Pricing will be evaluated out of 35% and pricing submission documents will be issued to suppliers who pass Round 1. Suppliers will be evaluated as per DOS criteria. The initial Statement-of-Work is available upon request. It is recommended that interested parties request this document. Presentations will form part of Round 2. Why the Work is Being Done The objective of the team is to drive the design, alignment and assurance of coherent and consistent cloud-based digital services while the permanent civil servant team is recruited and stabilised. The team will work within the central digital architecture team within HMCTS Digital and Technology. Problem to Be Solved Provide HMCTS Digital and Technology function with a multi-disciplined team of architecture specialists to: a) work on central architecture initiatives (i.e. reference data) b) assure programme deliveries against architecture standards c) contribute to architecture governance d) ensure strategic alignment e) drive reuse across the organisation and partners f) drive innovation (i.e. machine learning) The future team will be made up of the following roles: 1) Lead Data Architect (x1) 2) Data Architect (data migration) (x1) 3) Data Architect (reference data) (x1) 4) Technical Assurance Architect (x1) 5) Strategy and Innovation Lead (x1) Who Are the Users The customers of the central architecture function, include: 1) HMCTS Digital and Technology leadership – Technology strategy 2) HMCTS Strategy and Change – Technical assurance and strategy alignment 3) HMCTS Reform Programme – Technology strategy and assurance 4) HMCTS Customer Directorate – Technology partner 5) Crown Prosecution Service – Technology assurance 6) Other Partners – Technology assurance Early Market Engagement None Work Already Done The central digital architecture team is established and has been running for 3 years. We are embedded into all initiatives across the organisation and the governance framework is operating. The next phase of work is to continue this work whilst enabling continuous improvement. Existing Team The existing team is made up of: 1) Lead Data Architect (x1) 2) Data Architect (data migration) (x1) 3) Data Architect (reference data) (x1) 4) Technical Assurance Architect (x1) It is expected that the successful provider will enable an effective, collaborative, and high performing architecture service using best practice principles to create the appropriate environment that will enable efficient, secure, and strategic delivery into live service. Current Phase Not applicable Skills & Experience • Have demonstrable experience of supplying a technical architecture team to an organisation during a largescale transformation to design and manage an innovation service. • Have demonstrable experience of providing technical architects to assure both designs and built solutions against standards and principles. • Have demonstrable experience of providing technical architects with experience in data architecture (reference data, data migration, data archiving). • Have demonstrable experience of providing resources to manage the strategic alignment between a business TOM and a technical strategy. • Have demonstrable experience of providing a technical architecture service in a multi-vendor landscape working closely with largescale delivery teams, including other architecture teams, business analysts, and business architects. • Have demonstrable experience of supplying a leading, guiding and influencing technical architecture service capable of taking ownership and decision making. • Have demonstrable experience of supplying a technical architecture service able to develop various architectures and enforce best practice design processes; models; associated policies, practices and roadmaps consistent with best practice. • Have demonstrable experience of supplying a technical architecture service with experience of development technologies, i.e. NodeJS, Angular, Java. • Have demonstrable experience of provision of a technical architecture service working on a public cloud, especially Azure. • Have demonstrable experience of providing technical architects with a strong security understanding and secure Government environments. Nice to Haves • Have demonstrable experience of providing technical architects familiar with managing and leading programme governance. • Have demonstrable experience of supply a technical architecture service to the Public sector Work Location Primarily 102 Petty France, London (although some visits to other locations may be required) Working Arrangments The Service is being delivered against the GDS Service Manual. SoW/Work-Orders will be issued to define the development outcomes of each phase and typically span 3-6 months. The supplier team will be required to work onsite at the base location 1 day a week out of a working (5) day week. For any works performed at a non-Base location and outside London (outside of the M25), all reasonable travel and expenses costs shall be met in accordance with the rates set out in the MoJ travel and subsistence policy. All expenses will require prior approval from HMCTS. Security Clearance All supplier resources must Baseline Personnel Security Check (BPSS) clearance which must be dated within three months of the start date. See https://www.gov.uk/government/publications/government-baseline-personnel-security-standard for further guidance. Additional T&Cs The initial Statement-of-Work(SOW) will be Time & Materials but the Buyer reserves the right in the contract to use alternative payment mechanisms such as Fixed-Price or Capped-T&M for future SOWs. Suppliers shall provide transparency to the Buyer on the rates paid to resources & any third-parties in the supply-chain on request. Expenses shall be submitted in line with the MOJ Standard T&S, policy and agreed in advance of expenditure. Supplier shall provide Liability-Insurance & Professional-Indemnity as detailed in the contract. No. of Suppliers to Evaluate 3 Proposal Criteria • Explain your overall Technical Architecture Approach and Delivery Methodology(10%) • Describe how will you ensure that HMCTS is supplied with high quality and appropriately skilled technical architects, whilst minimising HMCTS's effort in screening the proposed team members(5%). • Explain how you plan to retain key resources for the duration of the contract and how you can commit to meet HMCTS's continuous need for a technical architecture service(5%). • Provide named individuals and CV’s to meet the initial requirements(10%). • Describe your approach to adding, replacing and rotating new team members without reducing the team’s velocity(3%) • Describe how you intend to articulate deliverables, measure and manage quality and speed of technical architecture team and individuals to ensure continuous improvement(3%). • Give examples of KPIs and SLAs that you would be prepared to commit to for this contract, including ability to provide high calibre substitutes/replacements and what duration that would take(3%). • Explain the value Proposition; including sustaining pricing within changing market conditions, how the proposal will ensure value for money and generate savings(4%). • Describe how you keep the team connected to the rest of the organisation in the instances/durations when the department is working remotely, from home, or from a regional office(3%). • Give examples of where you have upskilled staff in key consulting and architecture skills and describe how you will do the same for HMCTS staff(4%) • Explain how you’ll implement SOW001 & manage the transition-period to ensure you capture relevant knowledge, onboard resources&maintain velocity to deliver outputs within timescales detailed in the SOW & cite_any_risks_and_mitigate_them(5%) • Provide three referenceable client-focussed case studies where your company have provided the desired service capability; please identify the proposed team member(s) that were part of the team(5%) Cultural Fit Criteria • Describe your approach for working with multi-vendor teams across multiple projects/locations including how you will maximise value by co-locating with other disciplines during the initial launch set up, mobilisation/transition period(2%) • Please explain how you will ensure collaboration at all levels of the project and programme delivery between users, team members, and management(2%) • Please explain how you would maintain a no-blame culture(1%). Payment Approach Time and materials Assessment Method • Case study • Work history • Reference • Presentation Evaluation Weighting Technical competence 60% Cultural fit 5% Price 35% Questions from Suppliers 1. Is there an incumbent supplier for this requirement? If so who is it? PA Consulting Services Ltd is the incumbent supplier. 2. Could you please share the Statement of Work? Interested parties should email crime-commercial@justice.gov.uk for the draft initial SOW. We cannot see the supplier details/email addresses of those who ask questions via this portal so are only able to send it to interested suppliers that email us directly. 3. Is Azure the target infrastructure for this work – would GCP be considered at all? HMCTS operate a multi-cloud architecture, with the current majority of our services on Azure. 4. Could we ask who will be on the review / assessment panel please, and what positions / roles they hold. Can you also confirm that they are all Civil Servants? The Evaluation panel will comprise HMCTS Chief Architect, HMCTS Chief Information Security Officer, and an Enterprise Architect. All are Civil Servants. 5. The 'Problem to be solved' section states: "The future team will be made up of the following roles: 1) Lead Data Architect (x1); 2) Data Architect (data migration) (x1); 3) Data Architect (reference data) (x1); 4) Technical Assurance Architect (x1); 5) Strategy and Innovation Lead (x1) "Please could you clarify that this is indicative of the team structure to be provided by the supplier? It is unclear as the 'Existing team' section suggests most of this team already exists. The existing team does exist but is from a DOS contract which expires in December 2020. This procurement seeks a replacement contract to provide the future team. 6. The existing team: Is this comprised of HMCTS staff, or a team provided by an existing supplier delivering services to HMCTS? Will this team remain to work alongside the successful supplier, or is the supplier offering to replace this existing team? The current team is provided by an existing supplier, and this procurement seeks to replace that team. A transition period is planned between the outgoing and incoming supplier. 7. The opportunity is described as to supply "a team of data Architect specialist's". There are no outcomes defined. Is this a digital outcome opportunity? It reads as an aggregation of 5 digital specialists. It is a digital outcome opportunity. 8. Given that you have an incumbent supplier, PA Consulting, doing this work, what is the reason for your re-tendering? The current contract with PA Consulting expires in December 2020, hence the need to re-tender. 9. Will the incumbent supplier, PA Consulting, be allowed to tender for this requirement? Yes if they are on the current DOS framework. The opportunity is open to all suppliers on the DOS framework. 10. Given the incumbent, PA Consulting, has this project as a reference on their web site with HMCTS personnel as named references we are concerned that they will have an insurmountable advantage? This competition will be run in a fair and transparent way in line with the DOS framework guidelines issued by CCS on the Digital Marketplace website. 11. Are any of the currently provided Architecture roles regarded as "key personnel" and does the Authority foresee that any current roles – regardless of status – may transition to an incoming provider? The incoming supplier is expected to be able to fully resource the roles from the contract start date with its own resources.
Personalised AI Summary
Create a Free Account on Stotles
Stotles is your single source for government tenders, contracts, frameworks and much more. Sign up for free.
Explore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
Sign up to the Stotles Tender Tracker for free
Find even more contracts with advanced search capability and AI powered relevance scoring.