Awarded to M4 Digital Group Ltd

Start date: Tuesday 21 January 2020
Value: £283,000
Company size: SME
Ministry of Defence - Information Systems & Services (ISS)

Technical Support for New Style of IT(Base) and Integrated User Services Mobility Project Delivery

9 Incomplete applications

6 SME, 3 large

9 Completed applications

8 SME, 1 large

Important dates

Published
Wednesday 23 October 2019
Deadline for asking questions
Wednesday 30 October 2019 at 11:59pm GMT
Closing date for applications
Wednesday 6 November 2019 at 11:59pm GMT

Overview

Summary of the work
• Produce mobility roadmap & Application Strategy.
• Design & implement Application onboarding & management
• MDMs discovery across Defence
• Future of Mobility post-Sept 2020
• Use of Android & Windows devices
• Use of virtual SIMs & BYODs
• Mobile Application Management
• Investigate new secure messaging App
Latest start date
Monday 6 January 2020
Expected contract length
Up to 9 months with an Extension Option for further 3x months
Location
South West England
Organisation the work is for
Ministry of Defence - Information Systems & Services (ISS)
Budget range
Maximum Budget £290k (Ex VAT)

About the work

Why the work is being done
To deliver and enhance an integrated suite of Mobile services (primarily mobile telephony and tablets devices) across the Defence sector to meet the MoD's business requirement for enhanced mobile working and improved communications and collaboration across the department.
Problem to be solved
To improve and enhance existing Mobility services (primarily mobile phones and tablets) across Defence, embracing new technologies and delivering improvements.
Who the users are and what they need to do
Pan Defence. Mobility services capable of operating around the world, 24/7.
Early market engagement
Any work that’s already been done
Existing team
3 Civilian PMs and 1 Security Contractor.
Current phase
Live

Work setup

Address where the work will take place
MoD Corsham (SN13 9NR). There may be an occasional requirement to attend meetings elsewhere.
Working arrangements
The selected Supplier will be expected to work out of Corsham as Technical support will be required on a daily basis, both by the team and senior management. Off site attendance at meetings may be required on an ad hoc basis (there is T&S limit included)
Travel to and from duty station is at the individual’s own cost. Any other travel will be approved in advance by ISS IUS Mobility Lead at MOD extant rates.
Security clearance
SC Clearance must be in place prior to contract commencement.

The Authority will not sponsor SC Clearance, it must be in place and remain valid for the duration of the contract.

Additional information

Additional terms and conditions
• We aim to get feedback to you within one week of the advert closing.
• Bid Responses to be submitted on the templates provided and in Mircosoft Office Excel/Word 2013 format only.
• T&S will be paid based on receipted actuals and in compliance with MoD Policy, no other expenses are permitted.
• Suppliers must use the Authorities Purchase to Payment Tool called CP&F or be prepared to sign up to the tool.

Skills and experience

Buyers will use the essential and nice-to-have skills and experience to help them evaluate suppliers’ technical competence.

Essential skills and experience
  • Demonstrate extensive experience and evidence of SMEs in the Mobility field (30%)
  • Demonstrate in depth recent, understanding and experience of project delivery in MoD environment to include planning, scheduling and risk management. 25%
  • Demonstrate significant experience of delivery within a project environment to include ; supplier management, commercial frameworks, business case production and financial management 20%
  • Demonstrate an ability to keep pace with emerging mobile technologies 20%
Nice-to-have skills and experience
APM PMQ (formerly APMP) or equivalent 5%

How suppliers will be evaluated

All suppliers will be asked to provide a written proposal.

How many suppliers to evaluate
3
Proposal criteria
  • the proposed technical solutions 20%
  • the proposed approach & methodology 10%
  • how the approach or solution meets your business needs 15%
  • how the approach or solution meets user needs 20%
  • estimated timeframes for the work 10%
  • how they’ve identified risks & dependencies & offered approaches to manage them 10%
  • value for money 15%
Cultural fit criteria
  • Work as a team with our organisation and other suppliers
  • Be transparent and collaborative when making decisions
  • Take responsibility and ownership for their work
  • Share knowledge and experience with other team members
  • Adapt to the demands of a fast moving and complex environment.
  • Have the ability to manage numerous tasks at once.
  • Have the abilty to adapt to fast moving priorities
  • Demonstrate the ability to work with clients/ users with low technical expertise
Payment approach
Fixed price
Additional assessment methods
  • Work history
  • Reference
Evaluation weighting

Technical competence

60%

Cultural fit

10%

Price

30%

Questions asked by suppliers

1. Is there a current incumbent providing the support?
Yes, there is a current incumbent.
2. Can the authority please confirm the IR35 status of this requirement
This requirement is outside IR35.
3. Is the current incumbent being replaced?
The Authority is looking to Contract with a successful Supplier but this is dependent on the outcome of the DOS competition.
4. Is awarding this engagement to the incumbent a preferred approach.
No. The Authority is running a DOS competition and that will decide the outcome.
5. Is the existing incumbent applying for this or moving elsewhere
The Authority is not able to divulge this information.
6. In terms of supply, how many individuals do you expect to see come in to deliver this requirement.
It is for the Supplier to confirm the number of persons it considers is appropriate to meet the DOS outcome. It is not for the Authority to advise on a number.
7. Where in the project lifecycle are the open projects in terms of % complete

How many additional projects expected to be added, again by S/M/L
These are new requirements (in a live service).

The Authority is not aware of any additional new requirements at the moment. However as this is a live service there is potential for new requirements to be added at any point during the period of the contract. Future phase SOW's would be updated in agreement with the successful incumbent should this happen.
8. Is there a preferred or current supplier? Or is this a new programme?
This is a new requirement with no preferred supplier. The DOS competition will decide the outcome.
9. Is there a requirement to include Technology Expense Management (TEMs) enabling the MoD to manage the entirety of their Mobile and Telephony expenses on a single platform and greatly simplify the management of their communication services, particular focusing on optimising service costs, centralising asset databases for improved inventory management, and ultimately helping the MoD obtain more from your existing infrastructure.
There is no requirement to include. The Authority's Project Team is not aware of TEMs, this would have been included in the requirement if it was an option.
10. My understanding is, after a webinar with Crown Commercial Services, that the DOS4 framework does not allow the buyer to specify SC clearance without offering the opportunity to sponsor. We have a team with various levels of clearance of which some are lapsed and some are current.
The Authority's expectation is that the winning bidder will hold sufficient SC clearance for it's personnel at Contract award to deliver the required outcomes. Should Suppliers not be able to meet this requirement, it should identify any additional SC clearances which it requires to be in place, as part of it's response, for the Authority's review.