Stotles logo
Awarded

Digital Intelligence and Investigations (DII) Programme Delivery and Portfolio Services

Published

Supplier(s)

Issured Limited

Value

8,000,000 GBP

Description

Summary of the work The Digital Policing Portfolio requires a range of services to support it in delivering the 2025 vision for national policing. These are DII programme delivery services and portfolio support services, which include Business Analysis, Information Assurance, Design Services and Project Management. Latest start date Monday 3 February 2020 Why the Work is Being Done The Association of Police and Crime Commissioners and the National Police Chiefs' Council (NPCC) are working with police leaders to transform policing by 2025. The Digital Policing Portfolio (DPP) was set-up by the NPCC to deliver the 'Digital Policing' strand of the Policing Vision 2025. Through this exercise, the DPP is seeking to procure DII programme delivery services, in addition to portfolio support services, which include Business Analysis, Information Assurance, Design Services and Project Management. Services will need to be delivered no later than 31st March 2020.There may be scope to extend the services beyond this date. Problem to Be Solved The DPP requires support for the development, design and delivery of DPP products and services into police forces nationally. This is key to delivering the 2025 vision for policing and providing the public with a nationally consistent, digitally advanced and high quality service. Who Are the Users As the DPP Director, I require services to support the design, development and delivery of various projects under the portfolio, to ensure we can meet our goals and deliver the 2025 vision for national policing. As a Police force, we require specialist expertise and support in adopting new digital services so that we can be proficient in their use and provide the public with a high quality service. As the DII Programme Lead, I require services for the management and delivery of the DII programme which will enable policing to protect the public through preventing and detecting crime. Work Already Done The supplier will be required to join a portfolio which is in various stages of design, development and delivery. Primarily, the supplier will be working on the DII programme and providing the necessary expertise and services to support the delivery of the wider portfolio. Further detail on work done will be provided in the following stage of this exercise. Existing Team The DPP is a mixed economy which includes secondees from police forces, fixed-term contractors and other suppliers. The supplier will be required to mobilise at pace while working collaboratively, effectively and appropriately in this environment. Current Phase Not applicable Skills & Experience • Have demonstrable experience of providing Design Lead services responsible for ensuring outputs are of sufficient quality and providing strategic advice for police/law enforcement clients within the last 24 months. • Have demonstrable experience of providing Information Assurance services responsible for ensuring the DPP is compliant with all aspects of Information Security for police/law enforcement clients within the last 24 months. • Have demonstrable experience of providing proactive Programme Management services responsible for ensuring successful delivery of programme objectives for police/law enforcement clients within the last 24 months. • Have demonstrable experience of providing BA services responsible for process mapping of "as-is" and "to-be" business architectures for police/law enforcement clients within the last 24 months, utilising BPMN language. • Have demonstrable experience of providing BA services responsible for benefits identification for police/law enforcement clients within the last 24 months. • Have demonstrable experience of providing BA services responsible for information and data modelling for police/law enforcement clients within the last 24 months. • Have demonstrable experience of ensuring future outcomes are aligned with service vision and business strategy for police/law enforcement clients within the last 24 months. • Have demonstrable experience of effective stakeholder engagement and facilitation in the police/law enforcement sector to support decision making and ensure buy-in. • Have demonstrable experience of providing BA services responsible for supporting successful deployment and adoption of complex digital technology solutions and products to police/law enforcement clients within the last 24 months. • Have demonstrable experience of successfully working collaboratively in a mixed client/supplier environment, including integrated delivery, knowledge transfer and skills transfer. • Ability to provision and mobilise up to 12 BA's with required security clearances by February 2019, allowing scalability of BA's to accommodate new requirements and/or changes within the delivery timeline. Nice to Haves • Have a deep knowledge of police force processes / current capabilities and a good understanding of the related complexities of process change / improvement. • Have demonstrable experience of creating and updating end-to-end user journeys, using evidence and user research findings to create easy to use services from complex information and policy. Work Location Portland House, Bressenden Place, Westminster, SW1E 5BH London The supplier should note that this location is subject to change in the new financial year 2020/21. Working Arrangments The supplier is primarily expected to work at the DPP offices for security purposes, however, it is envisaged that aspects of the supplier's service supporting transition will be required to travel to police forces to ensure a comprehensive transition service is delivered. Security Clearance Minimum security clearance is BPSS. Where force engagement is required, some forces may require specific individual clearances (e.g. NPPV2, NPPV3). It is preferred that the supplier has these, however if not, the DPP will support the supplier in attaining the necessary clearance. Additional T&Cs All expenses outside the base location must be pre-agreed and must comply with the Buyers Travel and Subsistence Policy. All vendors must provide sufficient guarantees to meet the requirements of GDPR. Further information website: https://ico.org.uk/for-organisations/data-protection-reform/overview-of-the-gdpr/ The Buyer is receiving government funding to support this programme and may require the Supplier to assist it to comply with the funding terms in regards to matters such as reporting. The specific requirements will be included within the Call-Off Contract. No. of Suppliers to Evaluate 3 Proposal Criteria • Stakeholder engagement and facilitation. • Experience in process mapping, process improvement and benefits definition, identification, modelling and validation. • Approach and methodology for DII programme delivery. • Approach and methodology for provisioning portfolio support services, which include Business Analysis, Information Assurance, Design Services and Project Management. • Experience in programme delivery. • Experience in provisioning support services, which include Business Analysis, Information Assurance, Design Services and Project Management. • Ability to meet project timescales. • Previous experience and references. • Value add and supplier innovation. Cultural Fit Criteria • Working collaboratively in a mixed client/supplier environment. • Approach to skills transfer and knowledge share to enable transition and handover to BAU. Payment Approach Fixed price Evaluation Weighting Technical competence 50% Cultural fit 10% Price 40% Questions from Suppliers 1. Are you able to provide any information with regard to expected contract duration? The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 2. Are you able to provide any information with regard to the size of team required and anticipated budget? The anticipated minimum requirement is for 12 BA's, 3 full time IA’s, 1 programme manager, 1 project manager and 1 Design lead.The value of expenditure under the contract will be dependent on budget and demand. It is anticipated that the contract will encompass a number of statements of work. We will provide a minimum commit value in stage 2. 3. Can the authority please confirm a budget range. The value of expenditure under the contract will be dependent on budget and demand. It is anticipated that the contract will encompass a number of statements of work. We will provide a minimum committed value in stage 2. 4. It states "Ability to provision and mobilise up to 12 BA's with required security clearances by February 2019" can you please confirm if this task is behind the curve or a typo and should read 2020 or 2021? The Supplier will need to have the ability to provision and mobilise up to 12 BA's with the required security clearances by February 2020, allowing scalability of BA's to accommodate new requirements and/or changes within the delivery timeline. 5. What is the overall budget and timescale for this contract? The value of expenditure under the contract will be dependent on budget and demand. It is anticipated that the contract will encompass a number of statements of work. We will provide a minimum committed value in stage 2.The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 6. Will the client support/sponsor SC process if supplier is unable to arrange this? Minimum security clearance is BPSS which the Supplier would be expected to be able to arrange themselves. If force engagement is required then the DPP would support the supplier in attaining force specific security clearances (NPPV2, NPPV3 etc.) if they were unable to arrange it themselves. 7. can you please confirm that the service/support is for 2 months (3 Feb 20 to 31 Mar 20)? The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 8. is there an incumbent providing these services? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 9. Is there a current incumbent and or preferred supplier? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 10. What is the expected length of this contract? The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 11. What is the expected budget for this? The value of expenditure under the contract will be dependent on budget and demand. It is anticipated that the contract will encompass a number of statements of work. We will provide a minimum committed value in stage 2.The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 12. Is there current or preferred incumbent ? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 13. Is there a incumbent? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 14. Please can you advise what is the allocated budget for this requirement? The value of expenditure under the contract will be dependent on budget and demand. It is anticipated that the contract will encompass a number of statements of work. We will provide a minimum committed value in stage 2.The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 15. Can I please ask if there is an incumbent? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 16. Would you consider a start-up consultancy that, as a business, has no history but that the team (our people) have relevant experience and success across all key areas? The Buyer requires that the Supplier has demonstrable experience of working with police/law enforcement clients to deliver the required services within the last 24 months. 17. Is the Police ICT Company Ltd seeking a ‘full service’ preferred supplier (capable of executing all listed essential and nice-to-have services) or are you looking to instruct one supplier to maintain overall programme management responsibility (with ‘best of breed’ organisations specialising in particular skill areas?) The Buyer is seeking a Supplier who is capable of executing all listed essential and nice-to-have services. 18. Do the examples of experience for each essential requirement have to explicitly relate to policing or law enforcement organisations? Are you more interested in the capabilities and therefore will consider relevant experience from other sectors? The Buyer requires that the Supplier has demonstrable experience of working with police/law enforcement clients to deliver the required services within the last 24 months. 19. The tender states up to 12 BAs for February 2019. Can you confirm that this is the maximum required by the client or is it indicative and the number of resources will flex with demand? The anticipated minimum requirement is for 12 BA's, 3 full time IA’s, 1 programme manager, 1 project manager and 1 Design lead. These would be required for February 2020. 20. Is there an incumbent or current partner organisation in place assisting in scoping and/or delivering the DII initiative? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 21. Is the entire engagement expected to be fixed price, or will this be subdivided into individual fixed price work packages? If the latter can you confirm what the first fixed price work package would be expected to cover? The Supplier will be required to provide a rate card for their services which will be fixed. During the term, fixed price statements of work will be agreed. The value of the first statement of work will be provided in the second stage of this exercise. 22. Can you confirm the timeline for this work; the page states that this is to support an initiative through to 2025, however it also states that work should be delivered by end of March 2020 with scope to extend beyond this. If the engagement initiates in Q1 2020 when do you expect it complete? The DPP, along with other initiatives, is supporting the delivery of the national policing 2025 vision. The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval. 23. Can you confirm what exactly is to be delivered by 31st March 2020? It is anticipated that the contract will encompass a number of statements of work. Further clarity on the deliverables will be provided the following stage of this exercise. 24. How many teams and individuals would you anticipate being mobilised on day 1 of the engagement, over and above the 12 BAs? There will be a handover period, the length of which will depend on the contract signature date. After this period the anticipated minimum requirement is for 12 BA's, 3 full time IA’s, 1 programme manager, 1 project manager and 1 Design lead. 25. Can you clarify what is meant by Design Lead services? Example requirements for the Design Lead services are, but not limited to, ensure outcomes and outputs, agree products (outputs) and quality and acceptance criteria, facilitate joined up working and the use of common practices, provide strategic advice to shape new work and bring innovation from other sectors into all aspects of their service provision to the DPP. 26. Is this work to support delivery of a predefined portfolio/programme of projects that have already been scoped, or would scoping out individual projects be part of this engagement? Can more detail be provided about work that has already been scoped? The Portfolio is constantly evolving and changing. As such, the supplier should note that scoping work will be regular part of BAU activity. Further clarity on scoped work will be provided in the following stage of this exercise. 27. Is there a current or preferred incumbent for this programme of work please? The DPP is a mixed economy which includes seconders from police forces, fixed-term contractors and multiple Suppliers. A Supplier is currently providing the services to deliver the Digital Intelligence and Investigations (DII) Programme, in addition to wider portfolio support services. The incumbent is not involved in any scoping work and there are clear ethical walls in place to ensure the procurement is open, fair and transparent. 28. There was a similar DoS 3 for services that was withdrawn. Can you please provide an indication on the reason for this? The DOS 3 procurement was withdrawn due to a portfolio wide efficiency exercise which concluded in a reduction in service requirements. This procurement is for a wider set of requirements than the previous DoS 3 procurement. 29. All question reference recent experience at police/law enforcement organisations. Will experience at relevant central govt departments (Home Office, Ministry of Justice, Ministry of Defence) be given equal weight? The Buyer requires that the Supplier has demonstrable experience of working with police/law enforcement clients to deliver the required services within the last 24 months. 30. Could you please clarify the expected contract length? The opportunity specifies that your requirement is for support to start at the latest on the 3rd February 2020 and conclude on the 31st March 2020, and that an extension of services is possible subject to funding and ongoing delivery requirements. Is it possible that you may require support to commence earlier than the 3rd February 2020? Could this start date be as soon as a decision is made to appoint a supplier and supplier requirements are met? The total length of the contract is anticipated to be from contract signature date to 31 March 2021. The Supplier should note that funding is only agreed until 31 March 2020. Any work post this date will be contingent upon funding approval.

Timeline

Publish date

4 years ago

Award date

4 years ago

Buyer information

Explore contracts and tenders relating to The Police ICT Company

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 The Police ICT Company

Explore more open tenders, recent contract awards and upcoming contract expiries published by The Police ICT Company.

Explore more suppliers to The Police ICT Company

Sign up