Stotles logo
Awarded

C21162 Home Office Chief Technology Officer Reference Architecture

Published

Supplier(s)

NTT DATA UK

Value

3,000,000 GBP

Description

Summary of the work Working with PPPT CTO defining, maintaining and embedding reference architecture, and supporting artefacts, which will shape future delivery of national policing technology. Encompassing delivery of architectures, principles and patterns to be used in assessing technical designs and aid communication. Supplier will work with CTO Function to deliver the outcomes expected. Expected Contract Length The contract will have a two-year term. Latest start date Thursday 1 July 2021 Budget Range The budget in 2021/23 is up to £3,000,000 and will include all activity which will be required to deliver the services. Why the Work is Being Done This work is being performed in order to increase the efficiency and effectiveness of the Chief Technology Officer (CTO) Function within Police and Public Protection Technology (PPPT). It will enable the CTO Function to have an ongoing and maturing view against which designs, and technology decisions can be assessed and validated. It will provide the necessary integrations with the Home Office Enterprise Architecture, Reference Architectures and processes supported by integration with the Policing Digital Strategy and the Capability Model which has been previously delivered. It will provide an ongoing enhancement to the architecture capability within PPPT including areas of governance and advisory within the portfolio. The work will also provide for wider architectural engagement and work packages across the PPPT Portfolio in order to embed, maintain and govern the reference architecture and to provide advisory. Problem to Be Solved To work with the Home Office PPPT CTO Function to deliver architectural artefacts which will enhance the ability of the function to perform against objectives. Including but not limited to:- 1. Ongoing delivery of architectural artefacts within the PPPT CTO Function; 2. Selection of strategic tooling for the portfolio and the definition of strategic technology choices to be enabled for the programmes; 3. Ongoing alignment of any artefacts with HO and Policing standards; 4. Improvements to the technical governance approach within the portfolio aligned to HO standards; 5. Support to the CTO Function to size and prioritise the roadmap in line with the objectives of the portfolio and the priorities of Policing and Home Office Stakeholders; 6. Support the maintenance and development of the reference architecture including providing support to the Portfolio Lead Architects to ensure that the approach is successfully embedded within their areas. Who Are the Users The user community will be the Chief Technology Officer function within PPPT. They will use the reference architecture, and supporting artefacts, to communicate to the programmes more effectively on architectural matters and to ensure more effective technical governance. Existing Team This will be the Chief Technology Officer (CTO) function. There is an incumbent supplier working closely with the CTO Function and the Portfolios. Current Phase Not applicable Skills & Experience • Provide demonstrable experience of your approach to the creation, ongoing enhancement, and maintenance of a reference architecture within the last twelve months. • Provide demonstrable experience of your delivery approach for the execution of projects to deliver a reference architecture within the last twelve months. • Demonstrable experience of a project of this nature with indicative outcomes and deliverables provided as part of information on the effort required to deliver within the last twelve months. • Demonstrable experience in delivery of architecture projects within the Home Office, or similar public sector or commercial department, and provide examples to support your experience within the last twelve months. • Demonstrable experience of ensuring alignment with existing architectures and principles within a public-sector environment or similar commercial environment within the last twelve months. • Demonstratable experience of delivering architectural projects to national or local policing or similar critical national infrastructure within the last twelve months. • Demonstrable experience in improving technical governance and increasing adoption of reference architecture within a complex portfolio of change for Policing or similar critical national infrastructure within last twelve months. • Indicate the duration of a project of this nature based on your experience and prior projects tied to the roles and outcomes which you believe would be required. • Please provide examples of your approach to social value and how you will apply this to the project. Nice to Haves • Demonstrable experience of architecture frameworks used to deliver similar projects within the last twelve months. • Demonstrable experience of roles used delivering reference architecture focussing on enhancement of capability model, architectural principles; covering areas of data, solution, security and business architectures within last twelve months. Work Location 2 Marsham Street, London, SW1P 4DF or Fleetbank House, London EC4Y 8AE. Due to the COVID-19 situation work will be carried out remotely until further notice. Working Arrangments General office working hours, core 10-4, Monday – Friday. Expenses will conform to Home Office internal travel and subsistence policies and will not be payable within the M25. Occasional travel to other Home Office locations may be required. The Supplier is expected to be available during these times. The team must use agile methodologies, with regular stand ups and show and tells. Security Clearance The Supplier’s personnel will be required to obtain SC and NPPV3 security clearance. Additional T&Cs Standard terms and conditions will apply. Any expenses will be payable within the Home Office Travel and Subsistence Policy. Travel outside of the M25 will be subject to this policy. No expenses will be payable within the M25. Team must work with their relevant professional communities in the HO – using their ways of working and sharing knowledge as set out by each community. Dependent on the outcome, the supplier may be awarded subsequent phases. Home Office DDAT maximum rates for managed services will be applicable. No. of Suppliers to Evaluate 4 Proposal Criteria • Technical solution. • How the approach meets user need. • How the approach meets the organisation's policy or goal. • Estimated timeframes for the work. • How they've identified risks and dependencies and offered approaches to manage them. • Team structure. • Value for money. Cultural Fit Criteria • Demonstrable experience of working as a joint team with commissioning organisation and operating within its governance. • Work in the open: be transparent and collaborative when making decisions. • Have a no-blame culture and encourage people to experiment, iterate and learn from their mistakes. • Take responsibility for their work. • Share knowledge and experience with other team members. • Challenge the status quo and be comfortable standing up for their discipline. • Approach to Social Value. Payment Approach Fixed price Assessment Method • Case study • Work history • Reference • Presentation Evaluation Weighting Technical competence 65% Cultural fit 15% Price 20% Questions from Suppliers 1. Is there an incumbent? Yes, there is an incumbent. This is a reprocurement of a contract which is ending. 2. What is the IR35 position? This is an Outcomes based contract which will be based on fixed-price Statements of Work. It is therefore outside IR35. 3. Are the Home Office DDAT maximum rates for managed services the "Optimus" rate card? What are the Home Office DDAT maximum rates for managed services? Yes.ArchitectureSFIA3 £600/£759;SFIA4 £750/£886;SFIA5 £950/£1,012.DataSFIA3 £550/£797;SFIA4) £650/£981;SFIA5 £900/£1,207.DeliverySFIA3 £500/£728;SFIA4 £700/£981;SFIA5 £850/£1,075.EngineeringSFIA3 £450/£696;SFIA4 £650/£822;SFIA5 £800/ £949.IT OperationsSFIA3 £450/£696;SFIA4 £650/£822;SFIA5 £800/£949.ProductSFIA3 £540/£633;SFIA4 £680/£759;SFIA5 £800/£896.QAT (QAT Analyst/Test Engineer/QAT Delivery):-SFIA3 £460/£575;SFIA4 £575/£697;SFIA5 £800/£841.UCD (Content Designer/Service Designer/ Interaction Designer/User Researcher/Accessibility&Inclusion):-SFIA3 £425/£683;SFIA4 £575/£848;SFIA5 £625/ £974.SFIAs1/2/6/7 are not required. The Home Office expects the majority of services to be priced at/below/close to target rates. The evaluation approach to pricing will be shared with shortlisted suppliers. 4. Could you please confirm the incumbent supplier name? The incumbent supplier is NTT DATA UK Limited. 5. 1. Does the proposal need submitting with this response?2. Is there a link to attach the proposal?3. Is this a written response, i.e. Word/PDF?4. How many pages? This is a two-stage process; this stage is the initial application and sift. From this four potential suppliers will be selected to receive the Invitation to Tender documentation.Any queries on the application process via the Digital Marketplace should be directed to Crown Commercial Services (https://www.crowncommercial.gov.uk/agreements/RM1043.7). 6. Given there’s an incumbent could the Buyer please provide more details on what has been produced to date, and an indication of how much is tangible technical product versus consultancy time in documentation? To date the programme has delivered technical products in line with the deliverables stated in the initial contract, plus additional technical products/artefacts, which are to the standards and expectations of the Home Office. 7. To support digital evidence collection, management and consumption, is their a common approach or will this need to be defined? This work is not related to the collection of digital evidence and associated processes. 8. Is there an expectation that the reference architecture will support full cloud, public, private and hybrid? The reference architecture needs to support models which are aligned to the requirements of Home Office and Policing. That may include any or all of the above. 9. Are there any frameworks, models or other constraints in which this work would be provided, examples being cross government reference architectures, service offerings, etc.? Yes. The work needs to align to existing strategies within the Home Office and Policing. The work will also be required to align to standard accepted architectural frameworks.

Timeline

Publish date

2 years ago

Award date

2 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