Awarded to Capgemini UK plc

Start date: Friday 1 January 2021
Value: £2,300,000
Company size: large
Home Office

Minerva Replacement Implementation

10 Incomplete applications

8 SME, 2 large

25 Completed applications

15 SME, 10 large

Important dates

Published
Friday 6 November 2020
Deadline for asking questions
Friday 13 November 2020 at 11:59pm GMT
Closing date for applications
Friday 20 November 2020 at 11:59pm GMT

Overview

Summary of the work
The Home Office wants to enter into a contract, where possible with a single supplier who will be responsible for the provision of the appropriate resources to support successful delivery of the UK Football Policing Unit’s Minerva and Football Banning Order Authority’s (FBOA) system replacement.
Latest start date
Monday 30 November 2020
Expected contract length
November 2020 to July 2021. This, however is subject to extension as the work progresses
Location
No specific location, for example they can work remotely
Organisation the work is for
Home Office
Budget range
Up to £2m over the term of the contract. Suppliers are requested to provide their rate cards with their submissions.

About the work

Why the work is being done
The overall scope of the requirement is to develop, implement and successfully transition users to a new bespoke solution developed using opensource platforms and microservices architectures hosted on Kubernestes.
Problem to be solved
Development of the UK Football Policing Unit’s (UKFPU) Minerva and Football Banning Order Authority’s (FBOA) system replacement. The Minerva and the FBOA systems are the two main systems used to manage football offender data.

Resources required:
Business Analyst
PMO
Business Change Analyst
Platform/DevSecOps Engineer x 2
Database Designer
Lead Data Engineer
Data Engineer x 2
Senior Software Engineer x 3
Software Engineer x 11

In view of the nature of the requirement, the Authority aims to, where possible place a single contract with a Delivery Partner to support the provision of the roles.
Who the users are and what they need to do
UK Football Policing Unit’s (UKFPU) Minerva and Football Banning Order Authority’s (FBOA) require:
Replacement of their systems and to mobilise initial resources from November 2020;
Delivery Partner to potentially provide additional resources at short notice during the contract;
Resources to perform a managed handover of all project materials to the Home Office before the end of the contract.
Early market engagement
N/A
Any work that’s already been done
N/A
Existing team
The UKFPU and FBOA are operational policing units within the Home Office 's CPFG. The purpose of the UKFPU is to minimise football related disorder and collate, analyse and categorise information relating to the policing of football. A significant majority of the work conducted by the UKFPU is for police forces in England and Wales, the Police Service of Scotland (PSOS) and the British Transport Police (BTP). The purpose of the FBOA is to provide evidence to assist police forces and courts with the enforcement of Football Banning Orders (FBOs) and share relevant information relating to FBOs with other partners.
Current phase
Not started

Work setup

Address where the work will take place
Work location will be home initially but should expect to transition to at least occasional attendance at a HO location including Croydon as the project progresses. All expenses incurred for travel and subsistence outside the M25 will be chargeable in line with the Home Office Travel and Subsistence policy.
Working arrangements
Working from home initially and attending Home Office locations as required.
Security clearance
Home Office Security Check (SC) or SC from another government department, granted in the last 6 months or has been used on a Government project in the last 12 months. Valid SC is mandatory.

Additionally they must have or be able to successfully pass Non-Police Personnel Vetting level 3 (NPPV3).

Additional information

Additional terms and conditions
Standard DOS 4 terms and conditions apply. Addition any IP generated as a result of projects commissioned by the authority, shall vest with the authority.

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
  • SC cleared resources who also possess Non-Police Personnel Vetting level 3 (NPPV3) or those able to successfully pass NPPV3 vetting
  • Demonstrable experience in identification and presentation of Professional Services Resources in the areas of Business Analysis, PMO, Business Change, DevOps, Database Design, Data Engineering and Software Engineering
  • Demonstrable experience in working to locate and onboard technical resources in short timescales with the ability to expertly work to the requirements which are provided by Technical and Project Leadership
  • Ability to form a long-term relationship with supplied resources to ensure that outcomes are achieved, and personnel remain in post for the duration of any engagement
  • Demonstrable experience of working in large Government Departments, or similar commercial entity, with a focus on the ability to understand the time pressures involved in project delivery
Nice-to-have skills and experience
  • Experience in working within a framework rate card which has been previously defined
  • Experience in recruiting technical and project resources from a security cleared background, or identifying people who would be appropriate to work in such an environment
  • Proven ability to locate and sift individuals based upon job descriptions and role profiles in line with expectations of Project Manager.

How suppliers will be evaluated

All suppliers will be asked to provide a written proposal.

How many suppliers to evaluate
5
Proposal criteria
  • Approach or solution meets user needs
  • Identifying risks and dependencies and offered approaches to manage them
  • Value for money
  • Approach to project delivery, Project Mobilisation, handover and transition
Cultural fit criteria
  • Ability to work collaboratively with permanent staff and suppliers
  • Approach to knowledge transfer, upskilling and sharing of best practice with the client.
  • Flexibility in approach in order to meet changing priorities and business requirements.
Payment approach
Fixed price
Additional assessment methods
Evaluation weighting

Technical competence

50%

Cultural fit

5%

Price

45%

Questions asked by suppliers

1. Who’s in the incumbent and how long they have been the incumbent?
There is no incumbent
2. Who's on the panel?
Would you explain what you mean by 'panel' please
3. Is there a current or preferred supplier for this programme of works?
There is no current or preferred supplier.
4. Following the initial response to the essential and nice to have questions, what is the process the Home Office will adopt to select a supplier? Is it as stated on the Digital Marketplace portal that the 4 shortlisted suppliers will be asked to provide a written proposal?
The process is as stated. However it is 5 shortlisted suppliers not 4.
5. With reference to the Rate Card evidence question, do you require us to include the Rate Card within our submission? If yes, please advise how we can attach this?
In the absence of any other means, send as Excel attachment to :
PPPTCommercial@homeoffice.gov.uk. and add 'Minerva Replacement Implementation' to the subject field of the email.
6. We have reviewed the various roles that are required to start by 30th November 2020 and these are quite prescriptive. What work has enabled the Authority to be able to specify such a team and what resources will be required to start on after the 30/11?
An Outline Business Case has already been completed as part of a previous phase of work. The Outline Business Case identified the preferred solution as well as the resource profile required to enable delivery of this solution. The Requirement for resources to start by 30th November 2020 is driven by the need to progress delivery of the solution as soon as possible.
7. The clarification response that you have provided to clarification question 5, infers that you require a pricing response to be submitted at this stage of the procurement, however, this has not been explicitly asked for as part of this first stage response nor is it typically required at this stage of a DOS procurement.
The only commercially related question being the first of the “Nice-to-have” questions where Suppliers are asked to provide evidence of working within a framework rate card. This is not currently worded to require a pricing submission.
Please can you confirm the response requirement ?
Due to time constraints suppliers are asked to provide a rate card at this stage of the procurement.
8. Does the Authority require a rate card at this initial short listing stage? If so how will it be used to support the downselect process?
See 7 above.
9. Given the changes to Off Payroll working rules due to come into force on April 6, 2021, do you envisage completing a Status Determination Statement (SDS) for any/all of the roles specified in the event that a supplier is obliged to use non-permanent staff to meet requirements.
Suppliers should be prepared to provide SDS statement when requested.
10. Please can you provide us with details of the preferred solution identified in the business case
The preferred solution is a new integrated Minerva and FBOA bespoke system
11. As a follow up to your answer to question 6 can you please outline what the preferred solution is that was signed off as part of the outline business case
See answer in 10.
12. Essential Skill questions 2,3,4 and Nice-to-have questions 2 and 3 are worded to infer that you are looking to procure a contract with a Supplier that will access the contractor market as opposed to Suppliers with permanent employees that can provide teams and take corporate ownership for the delivery of outcomes.
Examples of specific response requirements as listed below, do not seem to apply to Suppliers that resource contracts with permanent employees.
“Demonstrate experience in working to locate and onboard technical resources…”
“Proven ability to locate and sift individuals..
Ideally the supplier would have resources on which to draw from for the delivery of outcomes.
13. Please can you confirm the commercial charging method for this work (i.e. T&M rate card, Fixed Price)?
Fixed Price as published.
14. Following the shortlisting to 5 suppliers, please can you confirm whether there will be a second stage proposal where suppliers will be asked to submit a rate card?
There will be a second stage evaluation (see Proposal Criteria in the publication) where shortlisted suppliers will be required to submit a rate card.
15. Does the Authority require a rate card at this initial short listing stage? If so how will it be used to support the downselect process?
See response at 14 please.
16. Can you provide any further information on the technical stack, for:
Senior Software Engineer x 3
Software Engineer x 11
By technical stack do you the requirement for the roles? In that case please email PPPTCommercial@homeoffice.gov.uk for the requirements to be sent to you.
17. Please detail the rationale behind the request for a rate card and further clarify the marking criteria for the price evaluation.
See response at 14.
18. The majority of recent tenders issued by the Home Office have specified maximum day rates and strict instructions that rates must not exceed these – suppliers that do will be disqualified. Prior to submission of our rate card for this project, can the Home Office confirm that there are no maximum day rates suppliers need to align to.
The Home Office is looking value for money offers and have therefore decided not to publish rates for the roles.
19. How will the rate card be used to support the down select process to identify the 5 shortlisted suppliers the Home Office intends to invite to submit written proposals?
See response at 14.
20. Can you provide any more information on how the rate card will be evaluated?
The response at 14 clarifies the use of the rate card and supersedes the answer in 5.