Stotles logo
Awarded

C21250 Innovation - Law Enforcement Support Delivery Partner

Published

Supplier(s)

BAE Systems Applied Intelligence Ltd

Value

4,950,000 GBP

Description

Summary of the work The Innovation - Law Enforcement (I-LE) function within Police and Public Protection Technology (PPPT) is seeking to procure the services of an Innovation Delivery Partner. The external resource capability will support I-LE to deliver outcomes and innovation projects across Home Office police technology and the wider law enforcement landscape. Expected Contract Length 2 years Latest start date Wednesday 1 September 2021 Budget Range £4.95M Why the Work is Being Done The Innovation - Law Enforcement (I-LE) function within Police and Public Protection Technology (PPPT) is seeking to procure the services of an Innovation Delivery Partner. The external resource capability will support I-LE to deliver outcomes and innovation projects across Home Office police technology and the wider law enforcement landscape. The requirement is needed to provide additional and expert resource to support the ongoing ambition of I-LE. As the focus of I-LE and PPPT becomes more product-centric, we require a Provider that can adapt and grow with our changing law enforcement landscape. Our opportunities require experienced and skilled resource in all phases of business change and digital transformation, including thought leadership, discovery, proof of concept, pilot and transition to implementation. We will rely on the Provider to harness experienced approaches and techniques across law enforcement organisations to deliver projects at pace and enable rapid benefit realisation. This will result in the development of compelling and justified approaches and recommendations to transform business practices. The Supplier will be expected to help identify and embrace opportunities to pursue tangible business outcomes through data exploitation. Problem to Be Solved I-LE require resource to land and support the delivery of projects with the ability to scale to meet demand within short timescales. The specification will relate to innovation support and the scope will cover the entire I-LE stakeholder landscape. This procurement aims to select and engage with a Delivery Partner to provide defined outcomes and deliverables by the flexible provision of a cohesive team, individual resources and capabilities to support I-LE. The objectives of this service provision are, • Identify opportunities and define outcomes and deliverables within scope of these services • To provide relevant resources/services in a rapid and responsive manner • Develop business cases, operating models and value opportunities to increase the capability and effectiveness of the targeted client. • Deliver value for money through competitive pricing models • Provide a service which is flexible, adaptable and resilient to challenging working conditions The Supplier will have the capabilities to align to the objectives of I-LE and have a strategic and operational understanding of wider-government agendas within Home Office and law enforcement agencies. Supplier will have the capacity to deliver resource with experience and knowledge that can identify opportunities and build compelling proposals across the I-LE stakeholder community. Who Are the Users Users of the I-LE capability include all Home Office departments and law enforcement agencies, with particular emphasis on working with policing. The Supplier will be expected to have knowledge of and work seamlessly with our key stakeholder groups: • Operational users • Strategic leaders • Policy makers • Delivery teams • Industry & academia Early Market Engagement None Work Already Done I-LE currently engage with an incumbent innovation Delivery Partner - BAE Systems Applied Intelligence. Recent and current commissions include: • Discovery – formalising strategic planning and operating models for a national data capability. • Proof of Concept – Demonstrating alternative approaches to deal with large scale offending. • Pilots – Data Innovation workstream. Working to build capability and transform the way policing and other agencies access, analyse and derive benefit from existing tech platforms, with a particular focus on data analytics. • Developing innovation-informed roadmaps to unlock latent value Existing Team The I-LE function is led by the Head of Innovation for Law Enforcement (Deputy Director) to whom the Supplier will have direct accountability. The Head of Innovation is supported by a senior leadership team who are responsible for developing opportunities across key areas of the business. The supplier will be accountable to a designated member of the I-LE Senior Leadership Team for each project agreed under this contract. Once call-off projects are commissioned, the Supplier will be expected to engage and seamlessly integrate and collaborate with stakeholders across all areas of the business. Current Phase Not applicable Skills & Experience • Expert understanding/demonstrable experience of planning and delivering innovation across Government, or Law Enforcement, or similar organisations over the last 3 years. • Evidence of an ability to provide suitably skilled resource to undertake innovation support activity, resourcing flexibly to demand, including an ability to deploy a team within 1-2 weeks. • Demonstrable experience, skills and techniques in Innovation support, specifically relating to rapid delivery models, value creation and benefits realisation. • Collaboration and alignment - Demonstrable experience of working as a joint team with commissioning organisations and delivering as part of a blended team across customer organisations. • Demonstrable experience of data and digital transformation. Define the approach and how it links to strategic awareness and overall objectives. Nice to Haves • Experience and practical knowledge of developing outcome-based statements of work and how these are managed. • Evidence of using systems and processes to manage agreed outcomes to ensure activities and deliverables are effectively communicated throughout the life of the project. Work Location It is expected that work will take place flexibly between Supplier offices, Home Office locations and remote working. Resources will be expected to travel and work from locations within London as required, as well as occasional travel nationally. In line with COVID pandemic lockdown regulations, work will initially be completed remotely, with in-person work taking place by exception where circumstances demand. The primary location(s) for this work will be: The Home Office 2 Marsham Street, Westminster, London SW1P 4DF The Home Office 40 Wellesley Rd, Croydon London CR9 2BY This location may change to an alternative London location. Working Arrangments Resources will be expected to travel and work at locations within London as required, at the expense of the supplier. The core standing resources will be provided with secure IT equipment and access to secure networks for the duration of this project. Surge resources that are used for a limited period of time may need to provide their own IT with CJSM accounts as a minimum. Security Clearance SC clearance will be required as a minimum for all resources. All resources must additionally meet criteria and be willing to apply for NPPV3 vetting. DV clearance may be required on a case-by-case basis. Home Office will sponsor clearances where it is appropriate to do so. Additional T&Cs The aim is to shortlist 3 Bidders, but reserve the right to increase to 5 Bidders No. of Suppliers to Evaluate 3 Proposal Criteria • Demonstrate how your proposed teams’ expertise, solution, approach, methodology and innovation will deliver on the support required by I-LE. • Detail your proposed team structure, skills and experience, to demonstrate an ability to surge appropriate resource to meet fluctuating demand. • Transparent financial structures and fair pricing, showing how value for money will be achieved for the duration of the contract, recognising the future use of capped and fixed pricing. • Provide details of how I-LE opportunities would be assessed, reviewed and prioritised. • Relevant track record and reference case studies. • Demonstrate how you would actively manage collaborative ways of working, ensuring Home Office values are supported and value added. Cultural Fit Criteria Social Value - Equal Opportunity Payment Approach Fixed price Assessment Method • Case study • Work history • Presentation Evaluation Weighting Technical competence 70% Cultural fit 10% Price 20% Questions from Suppliers 1. Who is the incumbent and how long they have been the incumbent? The incumbent provider is BAE Systems Applied Intelligence Limited, since September 2020. 2. Can the buyer clarify the intended location of the delivery team – within the UK or delivered through offshore capabilities? Would it be possible to use nearshore resources for this work? Due to the nature of the customer and the need for clearances near-shoring and/or off-shoring is not a possibility at this time. However, supplier delivery centres can be based anywhere in the UK, recognising that not all resource will be able to operate remotely due to the nature of product delivery. 3. When office operates in normal pattern (post Covid-19 situation) will the Authority provide the work desktop within secured network in the office for product development and support activities? Arrangements for office working, when resumed, will be agreed on a case by case basis for roles requiring secure access to Home Office systems. 4. Please confirm the IR35 status of this assignment for Product Team-1 The delivery will be outcome-based so the team size and structure will be determined by the Supplier in order to achieve this. Our expectation is that, to the extent the “Off-Payroll Working Legislation (IR35)” is applicable to your team, that this would likely fall ‘outside’. However, a formal determination will be made at contract award in light of the Supplier response and finalised contract. In addition, Suppliers will also need to make their own assessment for any resource within their supply chains, as these resources may be classified as ‘inside’ given they will likely be working at the Supplier’s direction. 5. What are requirements for demonstrating Security Clearance (SC). Evidence of existing Security Clearance will be requested at the written proposal stage. Current SC can be transferred from a relevant Government department if evidence can be provided. Staff cannot commence work until SC clearance has been confirmed, or an equivalent waiver been approved. 6. Who from your team will be scoring applications for this opportunity and what positions do they hold? The evaluation team will be led by a Deputy Director civil servant. Other evaluators will be selected from current, experienced team members within PPPT. 7. Are you planning to award a contract to more than one supplier? The contract award will be awarded to one supplier. 8. Can you confirm what the HO DDAT target rates are so that we can ensure our rates are aligned? The HO DDAT target rates are (where "::" represents a new column in a table):Role Type:: Target Daily Rates (ex VAT)::SFIA 3::SFIA 4::SFIA 5Architecture::£600::£750::£950Data::£550::£650::£900Delivery::£500::£700::£850Engineering::£450::£650::£800IT Operations::£450::£650::£800Product::£540::£680::£800QAT::£460::£575::£800UCD::£425::£575::£625 9. 9. Will HO sponsor any DV clearance if required? Answer: DV sponsorship will be considered on a case by case basis dependent on need. 10. If suppliers have pre-agreed Optimus approved rate cards, will these agreed rates be compliant to bid for this contract? Yes 11. 11. What is Optimus? Optimus is a multi-year programme transforming DDaT to ensure we can deliver the Home Office vision for technology and data enablement.Optimus is shaping DDaT to be more effective, connected, responsive, consistent and efficient.The Optimus programme is aligned with the One Home Office themes and ambitions, and is an important enabler of more consistent and simplified ways of working across DDaT. Optimus will ensure DDaT has the capability to work collaboratively with stakeholders across the Home Office to deliver technology objectives, improve staff experience, strengthen in-house capability, better protect the public and deliver better value-for-money for the taxpayer. 12. Are links allowed in first phase responses to demonstrate innovate solutions? There are no links allowed in the first phase of responses. 13. For the first the skill (‘delivering innovation across Government, or Law Enforcement, or similar organisations over the last 3 years’) will the buyer consider relevant experience gained as a crown servant? There are no restrictions to the delivery model. 14. If their are elements of an SME’s proposal that are attractive to the buyer but concerns over their capacity to deliver the entire contract will they invite the SME to consider proceeding as part of a consortium? The construct of the bidding entity must be established and stated during the initial bidding stage. Consortia of SME organisations are welcomed. 15. Is there a minimum amount of existing SC cleared resources that the supplier should already have in place and available to join the project?Will this impact evaluation scoring? No, this is not quantified, but demonstration of access to SC cleared resources is considered during evaluation. 16. Please can you describe/expand on the role/ambitions of the Innovation – Law Enforcement (I-LE) function. For example, is this a separate team of people focused on innovation projects within PPPT? A dedicated innovation function, that sit within PPPT, supporting a diverse range of stakeholders to unlock value from data & technology Our work plays a critical role in rapid delivery of operational benefits, development of policy & strategy, and transforming ways of working.The benefits of engagement include:• Enable rapid benefits realisation & transformative change• Identify sector-leading work and promote collaboration• Unlock value from data to support evidence-based decision making and policy development• Explore the art-of-the-possible with a focus on outcomes• Identify routes to add maximum value 17. Regarding the following question: Collaboration and alignment – Demonstrable experience of working as a joint team with commissioning organisations and delivering as part of a blended team across customer organisations – What do you mean by commissioning organisation? Do you mean the organisation that is buying the service? That is correct. Usually the commissioning organisation is the budget holder and/or the operational client. 18. What do you mean by Commissioning Organisations? See question 17

Timeline

Publish date

3 years ago

Award date

3 years ago

Buyer information

Explore contracts and tenders relating to Home Office

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 Home Office

Explore more open tenders, recent contract awards and upcoming contract expiries published by Home Office.

Explore more suppliers to Home Office

Sign up