CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: PROVISION OF SPECIALIST SUPPORT TO LAND ENVIRONMENT TACTICAL CIS (LE TACCIS) PROGRAMME
2. Awarding Authority: Army HQ, Director Information, GB. Web:
3. Contract type: Service contract
4. Description: To assist the LE TacCIS programme in the areas of:
Programme management, including dependency/benefits management.
Change&Risk Management. This includes business and transformational change.
Stakeholder Management. Creating and managing key stakeholder products and engagement plans.
Capability Development, Integration and Coherence, inc Enterprise/Business architecture and Service Management.
5. CPV Code(s): 72212100 , 72000000
6. NUTS code(s): UKI, UKI3, UKI32, UKJ, UKK11
7. Main site or location of works, main place of delivery or main place of performance: Location South East England
Work setup
Address where the work will take place Andover, Bristol, supplier’s own facilities, assorted industry and MOD facilities for meetings.
8. Reference attributed by awarding authority: DInfoCom/0091
9. Estimated value of requirement: Not provided.
10. Closing date for applications 29.11.2019 (11:59pm).
11. Address to which they must be sent: For further information regarding the above contract notice please visit
12. Other information: Deadline for asking questions Friday 22 November 2019 at 11:59pm GMT
Latest start date Wednesday 1 April 2020
Expected contract length 2 Years with up to 6 month Option period.
About the work
Opportunity attribute name Opportunity attribute value
Why the work is being done This is a two-year contract, with the ability to exercise an option 6 months, and deliverables every quarter. It will supply suitable SQEP for the delivery of the LE TacCIS programme, which is focused on military land domain Communication Information Services based on Agile Methodology and User Centred Design principles. This contract is in response to an identified SQEP shortfall in the following areas:
Programme Management.
Change and Risk Management.
Stakeholder Management.
Capability Development, Integration and Coherence.
Problem to be solved Lack of SQEP in key areas to support the LE TacCIS Programme. To deliver programme success and enable Information Superiority for UK commanders in the Land Domain these areas must be filled. This support will also demonstrate mature, effective programme management functions and products to the Programme’s Senior Responsible Officer (SRO) and external review teams.
A copy of the SOR can be requested via email to: toni.prince177@mod.gov.uk
Cyber Security Risk Assessment will be completed and the RAR shared with those Suppliers successful at EOI stage.
Who the users are and what they need to do As the Programme Director, I need to demonstrate that LE TacCIS has mature programme and change management functions and products, that it can make timely capability decisions based on accurate business information with an engaged stakeholder base in order to deliver improved Communications and Information Services (CIS) capability to the Army and demonstrate programme maturity to the SRO and external review teams.
Early market engagement None
Any work that’s already been done Approximately 2 years of support has already been conducted, which has focused on programme governance, development of a programme management plan and project work on future agile organisational constructs.
Existing team Supplier will be working with MOD military, civil servant, numerous other Contractors and industry.
Current phase Live
Working arrangements Approximately 1/2 of time at Andover and 1/4 Bristol for face to face meetings and team reviews.
1/4 remote working/supplier’s own facilities for deliverable development, but this will vary considerably depending on phase of deliverables and by individual deliverable. Whilst remote working/ at supplier’s own facilities must be contactable by phone and email.
Security clearance Suppliers are expected to hold SC clearance, but must have Baseline Personal Standard Security (BPSS) as a minimumAdditional information
Additional information
Additional terms and conditions DEFCON 5J (Edn 18/11/16) Unique Identifiers
DEFCON 76 (Edn 12/06) Contractors on site
DEFCON 129J (Edn 18/11/16) Electronic business Delivery Form
DEFCON 513 (Edn 11/16) Value Added Tax
DEFCON 516 (Edn 04/12) Equality
DEFCON 518 (Edn 02/17) Transfer
DEFCON 531 (Edn 11/14) Disclosure of Information
DEFCON 534 (Edn 06/17) Subcontracting and Prompt Payment
DEFCON 537 (Edn 06/02) Rights of Third Parties
DEFCON 550 (Edn 02/14) Child Labour and Employment Law
DEFCON 566 (Edn 12/18) Change of control of contractor
DEFCON 642 (Edn 06/14) Progress meetings
DEFCON 658 (Edn 10/17) Cyber
DEFCON 694 (Edn 07/18) Accounting for Property of the Authority
Skills and experience
Buyers will use the essential and nice-to-have skills and experience to help them evaluate suppliers’ technical competence.
Skills and experience
Essential skills and experience
Last 3 years demonstrable experience and knowledge on developing constructs of a Govt organisation agility transformation enabling Agile CIS delivery. 5%
Last 3 years demonstrable experience on developing and maturity development of ITIL Service Management and MOD Operational Service Management. 3%
Last 3 years demonstrable experience of improving programme management functions, processes and products for a large MOD CIS programme. 2%
Last 3 years demonstrable experience and knowledge of MOD and Army HQ organisation and CIS capability and acquisition processes. 1%
Last 3 years demonstrable experience on developing, planning and delivering stakeholder engagement activities and products. 1%
Last 3 years demonstrable experience on developing and maturity development of Capability Development, Integration, Coherence, inc Doctrine, Training, Trials & Acceptance, Security, TLS, Integrated Logistic Support and CIS Scaling 1%
Last 3 years demonstrable experience on developing and maturity development of Business and Enterprise Architecture. 1%
Last 3 years demonstrable experience on developing and maturity development of Governance, Reporting, Scope Management, Schedule Management, Decision Support and Situational Awareness. 1%
Last 3 years demonstrable experience on developing and maturity development of Benefits, Dependency and Assumption Management Information and documentation. 1%
Last 3 years demonstrable experience of support to Cost & Resource Management. 1%
Last 3 years demonstrable experience on developing and maturity development of Change Management and Control (including support to ongoing change management activity). 1%
Last 3 years demonstrable experience on developing and maturity development of Risk, Issue and Opportunity Management. 1%
Last 3 years demonstrable experience on knowledge transfer to MOD staff. 1%
Nice-to-have skills and experience
How suppliers will be evaluated
How suppliers will be evaluated
Opportunity attribute name Opportunity attribute value
How many suppliers to evaluate 3
Proposal criteria
Approach and methodology and how the solution meets the users’ needs 5%
Commitment to quality of the deliverables, outcomes and experience of the resources, and rapid remediation / replacement if an issue occurs 5%
Provide core team structure and CVs of those who could be part of the service and their experience relevant to this requirement. 5%
Ability to flex up and down resources to meet the demand of the project during different phases, whilst ensuring quality and consistency. 5%
How they’ve identified risks and dependencies and offered approaches to manage them 5%
Provide two referenceable client-focussed case studies where your company have provided the desired service similar to this requirement. 5%
How the approach or solution meets your organisation’s policy or goal 3%
Value for money 2%
Cultural fit criteria
Able to communicate effectively with staff, technical SMEs and senior management to identify pragmatic solutions to problems within resource constrained environment. 5%
Recent proven experience of an open, transparent and collaborative working relationship at all levels with excellent communication and co-ordination skills when conducting daily stand-ups, team meetings, presentation and demonstrations. 5%
Suppliers must demonstrate an ability and willingness to work collaboratively within a multi-vendor delivery environment to achieve outcomes 3%
Be willing to challenge the status-quo with a no blame culture and encourage people to learn from their mistakes 2%
Payment approach Capped time and materials
Additional assessment methods
Evaluation weighting
Technical competence
55%
Cultural fit
15%
Price
30%
TKR-20191118-EX-1213320


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 25, 2024

Fire Dampers - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: FIRE DAMPERS – SHORT DEADLINE 2. Awarding Authority: Derbyshire Support and Facilities Services

April 25, 2024

Service and Repair of Direct Current (DC) and Alternating Current (AC) Electric Motors

Type of document: Contract Notice Country: United Kingdom 1. Title: SERVICE AND REPAIR OF DIRECT CURRENT (DC) AND ALTERNATING CURRENT (AC) ELECTRIC