Awarded to FIMATIX UK LTD

Start date: Monday 11 September 2017
Value: £5,647,500
Company size: SME
HM Courts and Tribunal Service (HMCTS) & Crown Prosecution Service (CPS)

Criminal Justice System Common Platform Programme – Agile Delivery and Release Management Service

9 Incomplete applications

8 SME, 1 large

12 Completed applications

8 SME, 4 large

Important dates

Published
Monday 3 July 2017
Deadline for asking questions
Monday 10 July 2017 at 11:59pm GMT
Closing date for applications
Monday 17 July 2017 at 11:59pm GMT

Overview

Summary of the work
Provision of an Agile Delivery&Release Management Service for CJSCPP in accordance with GDS Agile methodology. The service will support teams and product owners to deliver critical software to 1) transform the Criminal Justice System; 2) on an integrated Agile Platform at scale and 3) produce software which meets user needs.
Latest start date
Monday 7 August 2017
Expected contract length
24 months
Location
London
Organisation the work is for
HM Courts and Tribunal Service (HMCTS) & Crown Prosecution Service (CPS)
Budget range
The anticipated Delivery and Release management service will consist of teams and groups of teams, each team consisting of 2-3 Delivery and a Release Manager. The target day rate MOJ are prepared to pay is £700 for a Delivery Manager and £800 for a Release Manager. The total Supplier charge will be evaluated as per the evaluation criteria %.

About the work

Why the work is being done
CJSCPP is a change programme to enable the CJS and agencies be more efficient and deliver a better service. For the first time, criminal case information will be kept together in one place. The CJSCPP is part of a wider portfolio of change being delivered by HMCTS under the HMCTS Reform/Change Programme, affecting services in all jurisdictions.
Problem to be solved
Current CJS services are typically supported by paper and hard media based processes which are expensive, subject to frequent delay and often baffling to citizens without legal training. The CJSCPP is designed to develop efficient, proportionate and accessible digital services delivering access to justice via appropriate modern channels.
Who the users are and what they need to do
1)As a citizen, view and track my case and plea online, be alerted to changes and for the case to proceed efficiently. 2) As a prosecutor, understand case evidence to ascertain likelihood of a successful prosecution. 3) As a defence practitioner, understand the evidence of a case to best advise my client. 4) As a HMCTS admin, manage the delivery of justice services so the process is delivered efficiently. 5) As a member of the judiciary, access all relevant information so that I can make a judgement 6) As a prosecuting agency, submit evidence to provide HMCTS with relevant information.
Early market engagement
Any work that’s already been done
The CJSCP Programme has produced the technical foundations for a domain driven micro-service based back end architecture with service model architecture on the front end. These include frameworks and design patterns that new team members will be expected to worth with. Information on this work can be found here https://github.com/CJSCommonPlatform/microservice_framework and here https://github.com/CJSCommonPlatform/govuk_single_page_pdk. The business has identified approximately 35 service/service fragments to be produced and the change planning has taken place with approximately 7 of the services in various stages of completion
Existing team
The current projects all have teams in place. Each existing team comprises; a Delivery Manager, a Technical Lead, a Business Analyst, a User Researcher, a UX/HTML Designer, one or more front end, back end or full stack developers and a QA specialist. It is expected that the successful provider will primarily augment one of these teams and maybe asked to add development capabilities for new teams yet to be formed, either to extend the capacity on existing projects, or provide the development capability for the other projects due to start during 2017
Current phase
Not applicable

Work setup

Address where the work will take place
Primarily Southern House, Wellesley Grove Croydon CR9 1WW and also Rose Court, 2 Southwark Bridge Road London SE1 9HS (the "Base locations”, although some visits to other locations and UK Travel may be required.)
Working arrangements
The Service is being delivered against GDS Service Manual using Scrum and DSDM as a scaled agile programme.
SoWs will be issued to define the development outcomes of each project phase and typically span 3-6 months.
The suppliers team will initially be required to work onsite for 5 days week.
For works directed to be performed at a non Base location outside London (i.e. outside of the M25), all reasonable travel and expenses costs shall be met in accordance with the rates set out in the MoJ travel and subsistence policy. All expenses will require prior approval from HMCTS.
Security clearance
Baseline Personnel Security Check (BPSS) which must be dated within three months of the start date. See https://www.gov.uk/government/publications/government-baseline-personnel-security-standard for further guidance. Some roles may require SC security clearance.

Additional information

Additional terms and conditions
Any expenses shall be submitted in line with the Ministry of Justice Standard Travel and Subsistence policy. Suppliers shall provide transparency to the Buyer on the rates paid to resources and any third parties in the supply chain.

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 demonstrable experience of providing Delivery Manager capability with responsibility for daily running of agile software delivery teams, in line with agile scrum principles in client Delivery Teams(5%)
  • Have demonstrable experience of providing delivery management services within the constraints of a pre-defined SDLC, and experience of continuous delivery.(2%)
  • Have demonstrable experience of providing delivery management services in environments with multiple scrum teams and DDD, BDD, TDD, MoSCoW, User Stories and Story Points.(2%)
  • Have demonstrable experience of focused delivery management of working software in line with business owner’s direction, including removing blockers, where necessary.(2%)
  • Have demonstrable experience of providing experienced, capable and confident Agile Release Managers managing multiple delivery teams and other delivery managers.(4%)
  • Have demonstrable experience of providing a Release Management service into full cycle delivery into live service of multiple web products.(2%)
  • Have demonstrable experience of using identification and testing of critical paths to enable effective planning.(2%)
  • Have demonstrable experience of providing release manager service able to meet management expectations, removing blockers and meeting deadlines.(2%)
  • Have demonstrable experience of providing inspirational and motivating leadership to mainly technical teams.(1%)
Nice-to-have skills and experience
  • Have demonstrable experience of providing resource qualified in advanced agile project delivery.(2%)
  • Have demonstrable experience of delivering to the Digital by Default standard. (1%)
  • Have demonstrable experience of delivery management including Lean / Agile coaching.(1%)
  • Have demonstrable experience of providing Release and Delivery Management resources with technical backgrounds or additional skills (developers, dev-in-test, technical architects, webops, etc.).(1%)
  • have demonstrable experience of providing traditional project management skills with understanding of interfacing with legacy systems, managed in an appropriate waterfall method, with the strategic services developed using agile methodologies(1%)

How suppliers will be evaluated

How many suppliers to evaluate
5
Proposal criteria
  • Explain your overall Development Approach and Delivery Methodology.(5%)
  • Describe how will you ensure that HMCTS is supplied with high quality and appropriately skilled Release and Delivery Managers, whilst minimising HMCTS's effort in screening the proposed team members.(5%)
  • Explain how you plan to retain key resources for the duration of the contract and how you can commit to meet HMCTS's continuous need for Release and Delivery Managers.(3%)
  • Provide named individuals and 5 CV’s to meet the initial requirements demonstrating experience of working in agile multi-vendor teams.(6%)
  • Provide three referenceable client-focussed case studies where your company have provided the desired service capability; please identify the proposed team member(s) that were part of the delivery team.(5%)
  • Describe your approach to adding, replacing and rotating new team members, within a 2 week notice period, to the existing team without reducing the team’s velocity.(3%)
  • Describe how you intend to measure and manage quality and speed of delivery teams and individuals to ensure continuous improvement.(3%)
  • Propose your approach for enabling digital teams, delivering capability and ensuring that knowledge transfer is conducted during handover of project outputs to the HMCTS BAU maintenance team.(2%)
Cultural fit criteria
  • Explain the approach for working with multi-vendor teams across multiple projects at different locations.(4%)
  • Explain how you will ensure collaboration at all levels of the project and programme delivery between users, team members, and management. Give examples of where you've taken this approach.(3%)
  • Explain how you would maintain a no-blame culture and encourage people to learn from their mistakes; provide examples.(3%)
Payment approach
Time and materials
Assessment methods
Written proposal
Evaluation weighting

Technical competence

60%

Cultural fit

10%

Price

30%

Questions asked by suppliers

1. Is this procurement to replace currently occupied posts within the Common Platform Programme (when current statements of work come to an end) or is it to supplement the existing team with additional resources. The reason I am asking is to identify if we include resource currently occupying roles on the programme in our proposal?
The contract resulting from this competition will replace current DSF contracts for Delivery Management Services which will be terminated in August/September 2017. Bids from incumbent suppliers can include CVs of resources currently provided but bidders should note that we are seeking a supplier with capacity to provide all DMs and RMs to the Programme, and should demonstrate the breadth of their capability to meet the full requirement.
2. Can you tell us your definition of Capped T&M’s – our understanding is that this refers to suppliers finishing a project early – ie any cost savings generated from finishing a project early will be passed to the buying department. Our understanding is that this does not equate to a maximum price for a project which must be finished regardless of how long it takes (assuming a satisfactory quality of work delivered)? If you reach the limit before the work is deemed finished, are you expecting that the supplier completes the work at their own cost?
You have not been asked fro a Capped T&M price for this competition, You have been asked fro T&M.

I think you may have clicked on the wrong competition.
3. Could you confirm that the deadline is 23:59pm 14/7/17
I can confirm that the deadline is 14th July 2017. I cannot confirm the time of day as that is set by the Crown Commercial Service web portal and, rather unhelpfully, is not visible to me as a Buyer.

All previous competitions I have run on this portal have ended at 1 minute to mid-night on the day in question.
4. You describe "teams and groups of teams, each team consisting of 2-3 Delivery and a Release Manager". Please can you clarify the number of teams, and hence the numbers of resources you would be seeking to source through this opportunity.
We are likely to require up to 3 Release Managers, of which there are between 2 and 4 teams with a Delivery Manager within each Release Manager area. So up to 12 Delivery Managers
5. You replied "We are likely to require up to 3 Release Managers, of which there are between 2 and 4 teams with a Delivery Manager within each Release Manager area. So up to 12 Delivery Managers" Can you confirm how many of these roles are currently filled and whether you would like the winning supplier to take on the resource currently within the programme to maintain stability? Are there any contractual barriers to this proposition?
Most of the roles are currently filled by current supply contracts which are due to expire. We will not be facilitating the transfer of resources between suppliers, and bidders should submit proposals with their own available resources.
6. Apart from DMs and RMs, do you also need Product Owners(POs), Project Managers(PMs) and Scrum Masters(SMs)?
No - this requirement is solely for a DM/RM service.
7. Could you clarify if the roles would fall inside of IR35?
CPP currently assess this contract to be a Services contracts and outside of the scope of IR35. We are not in a position to confirm to bidders with certainty any future assessments of IR35 as those will be subject to review by MoJ and HMRC. Bidders on this competition should take into account, particularly in regard to pricing, that services may be deemed to be in scope of IR35 by other parties beyond our control.