Defence Nuclear Organisation
Digital Capability Management
4 Incomplete applications
3 SME, 1 large
5 Completed applications
3 SME, 2 large
Important dates
- Published
- Thursday 1 April 2021
- Deadline for asking questions
- Thursday 8 April 2021 at 11:59pm GMT
- Closing date for applications
- Thursday 15 April 2021 at 11:59pm GMT
Overview
- Summary of the work
- Digital Capability Optimisation
- Latest start date
- Friday 14 May 2021
- Expected contract length
- 2 Years
- Location
- South East England
- Organisation the work is for
- Defence Nuclear Organisation
- Budget range
- Not above £1.1m
About the work
- Why the work is being done
- The MoD has recently signed a large contract with a major supplier. In order to ensure successful delivery, there is a requirement to optimise the planning and assessment elements, including developing and embedding an existing Digital Capability Management Toolset and associated methodology within the MoD's Programme Managment Office. This work is required to support MoD contractural commitments and support the planing and analysis of a potential new major phase of work. It is expected that the major capability management improvements would be completed and embedded within 12 months of contract signature, with the priority then becoming supporting the development of the potential new phase of work.
- Problem to be solved
- As a MoD customer, I need assurance that capability management and evaluation methodology and tool sets are optimised and provide confidence that programme outputs meet customer requirements and deliver Value for Money.
- Who the users are and what they need to do
- The Senior Responsible Owner, of a large MoD programme, requires a robust system to ensure that capability is effectively planned, delivered and evaluated on an enduring basis.
- Early market engagement
- Any work that’s already been done
- Several phases of work have been completed to date, generating the programme requirements and concept of evaluation and integrating them with live programme data. A Digital Toolset has been procured in order to allow stakeholders to manage their individual requirements and assess contractural plans and deliverables against the User's need.
- Existing team
- "Existing team consists of MoD Capability and Delivery team (including Replacement Warhead personnel), Prime Contractor and associated contractors. The Capability team consists of 5 members responsible for Programme Definition, Capability Planning, Requirements setting and evaluation. The delivery teams currently have approximately 60 personnel."
- Current phase
- Live
Work setup
- Address where the work will take place
- MoD sites in Bristol, Berkshire and London
- Working arrangements
- " There will be a requirement for working at MoD and industry premises, which includes liaising with SMEs and briefing senior stakeholders on project progress. Cognisant of the current pandemic lockdown restrictions there will be challenges to this requirement. Outside of these restrictions there will be a minimum requirement for the supplier to be on site 2 days/week. The remainder of the work may be completed at the suppliers own premises and it will be favourable that the preferred supplier can undertake work (classified) at their own premises subject to security accreditation."
- Security clearance
- Team members will require Developed Vetting clearance prior to commencing the project. Any work completed outside the designated MoD sites must take place within a List-X facility.
Additional information
- Additional terms and conditions
- IR 35 does not apply to this requirement . T&S will be paid iaw MoD Policy. All prices exclude VAT.
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
-
- Have a proven track record of success designing, delivering and exploiting digital toolsets in a large scale (£1Bn+) capability management environment using Oracle based systems.
- Have a proven record of optimising major capability programmes (£1Bn+) within the MoD KiD/ASG/AOF framework.
- Have deep specialist knowledge of the MoD KiD/ASG/AoF methodology.
- Nice-to-have skills and experience
-
- Work at pace in environment with constrained access to SMEs.
- Work collaboratively with a broad range of MoD and industry stakeholders.
- Have familiarity with Programme and Project management frameworks (APM/MSP/PRINCE2).
How suppliers will be evaluated
All suppliers will be asked to provide a written proposal.
- How many suppliers to evaluate
- 3
- Proposal criteria
-
- Documented evidence of essential skills.
- Documented proposed technical solution.
- Documented proposed approach and methodology.
- Clear and concise evidence, limited to 7 pages plus CVs and case studies.
- Detailed Resources Programme.
- Estimated Timeframe for the work.
- Confirmation of existing clearances.
- Show experience of working in a range of project delivery environments.
- Cultural fit criteria
-
- Be experienced working with MoD IT systems (MODNET/DII/DII(S) and other classified systems).
- Have excellent interpersonal, collaborative and influencing skills to successfully work with MoD and Industry stakeholders.
- People skills to work with and influence senior stakeholders (>1* level).
- Values and Behaviours in line with MoD Core values.
- Understanding of MoD Head Office organisation and latest best practice management of interfaces with industry. Experience working within a highly classified environment, handling compartmentalised material.
- Payment approach
- Fixed price
- Additional assessment methods
- Case study
- Evaluation weighting
-
Technical competence
60%Cultural fit
20%Price
20%
Questions asked by suppliers
- 1. Is there an incumbent for this work currently and if so who is the current incumbent?
- There is no current, incumbent supplier for this project.
-
2. Is it mandatory to have specialist knowledge of MoD KiD/ASG/AOF framework as this would not provide potential supplier to provide innovative solution ?
Is the framework not in public domain? -
DNO Whd must follow MOD acquisition and capability planning guidance to be coherent with wider DNO and Defence acquisition activity. Knowledge of KiD is not essential but we would expect the successful bidder to have P3M experience and would be able to quickly translate that experience across to the MOD / KiD environment. This will still allow innovation in HOW to deliver the key outcomes / artefacts necessary to be coherent with guidance.
Applicants can get access to - KiD / ASG Here - https://www.gov.uk/guidance/knowledge-in-defence-kid
AOF has been superseded buy KiD - https://www.gov.uk/guidance/acquisition-operating-framework - 3. Can you please elaborate what is ‘Digital Capability Management Toolset ‘ and environment using Oracle ?
-
Answer in Two Parts due to Word Limit:
PART 1
It is a toolset required to support Capability Management (CM) and to support the best practice captured for MOD programmes. CM lies at the heart of UK Defence Management and its application is detailed within Knowledge in Defence (KiD). It provides CM practitioners with a single user logon to a suite of fully integrated capability management tools, with ‘Application Store’ functionality and ease-of-use to maintain the 'Golden Thread' of requirements demanded by regulators. - 4. Can you please elaborate what is ‘Digital Capability Management Toolset ‘ and environment using Oracle ?
-
PART 2:
It provides simple and consistent administration controls for security, upgrades, user access settings, privileges management, maintenance, and configuration control. It also provides powerful visualisations and analytics, which improve end-to-end programme management and reporting.
This functionality is currently delivered via Oracle on a Platform as a Service (PaaS) environment with flexible hosting options that needs to be delivered across several security domains (and systems). The current solution is accredited by DAIS and NCSC as meeting the required security standards. - 5. What toolsets or processes needs to be integrated ?
- The processes that need to be intergated relate to those that the maintain the integrity of the 'Golden Thread' - the hierarchy of Capability Requirements (CRs) through User Requirements (URs) to High-level System Requirements (SRs) and to Detailed SRs and linked to assumptions. This includes the ability to show linkages between requirements (CR to UR, UR to High-Level SR, and High-Level SR to detailed SR) and between requirements and assumpotins, maintain configuration control of each requirement set and maintain a change log.
- 6. Is it a Workflow or a Case Management toolset that MoD needs to integrate or some PMO tool?
- The processes that need to be intergated relate to those that the maintain the integrity of the 'Golden Thread' - the hierarchy of Capability Requirements (CRs) through User Requirements (URs) to High-level System Requirements (SRs) and to Detailed SRs and linked to assumptions. This includes the ability to show linkages between requirements (CR to UR, UR to High-Level SR, and High-Level SR to detailed SR) and between requirements and assumpotins, maintain configuration control of each requirement set and maintain a change log.
-
7. If the supplier has experience in similar solutions such as SAP; Salesforce and FileMaker would they be considered?
And
We’ve delivered large scale business change methodologies and systems to support delivery of multi-billion £ Programmes for AWE, Navy and Army and others. This has been done using Microsoft technologies (not Oracle), is there still an opportunity for us to apply for this work? -
Answer in Two Parts:
PART1
Whilst we have a solution in place, we will consider alternatives to the current solution if the tenderer / supplier can provide evidence that:
- the functionality (including upgradeability to meet changing needs from an evolving programme), accessibility (ie does not need expert users) performance, cost and reliability of the existing solution will be maintained;
- they have experience of introducing solutions / applications onto Government IT (in particular Defence).
- they have experience in successful data migration; where they can ensure no loss of data integrity (including configuration and change logs) when changing solutions. -
8. If the supplier has experience in similar solutions such as SAP; Salesforce and FileMaker would they be considered?
And
We’ve delivered large scale business change methodologies and systems to support delivery of multi-billion £ Programmes for AWE, Navy and Army and others. This has been done using Microsoft technologies (not Oracle), is there still an opportunity for us to apply for this work? -
PART 2:
The intent is for the current solution to be maintained while the future soilution is determined (keep, modify, change). Therefore, we do not need detailed proposals for solutions now but would expect work to address this to be a priority when contract begins.