Awarded to Accenture (UK) Limited

Start date: Monday 13 November 2017
Value: £9,500,000
Company size: large
Home Office Immigration Technology Portfolio

Case Working Delivery Partner 2

4 Incomplete applications

1 SME, 3 large

16 Completed applications

8 SME, 8 large

Important dates

Published
Tuesday 28 November 2017
Deadline for asking questions
Tuesday 5 December 2017 at 11:59pm GMT
Closing date for applications
Tuesday 12 December 2017 at 11:59pm GMT

Overview

Summary of the work
Software delivery and on-going maintenance of the services delivered by major agile projects. The goal is to replace legacy systems by building a new extensible and reusable framework to meet the needs of immigration and asylum claims within UK Visas and Immigration (UKVI).
Latest start date
Thursday 1 March 2018
Expected contract length
2 years
Location
London
Organisation the work is for
Home Office Immigration Technology Portfolio
Budget range
The Budget range is between £9m to £10m (excluding VAT) for a maximum 3 delivery teams for 2 years. Separate day rates for each role will be required for: Delivery Manager(Scrum Master), Developers, Developers to support live service, Web Operations (DevOps), Developers for front-end/User Interface of web apps, Designers(Front-end Design & Interaction Design), Researcher (User Research-UX Design), Quality Assurance Analysts (Test Engineers & Test Analysts), Business Analysts. Each scrum team is anticipated to be 9 resources +/- 2 resources. SOWs will be agreed periodically with the supplier on a fixed, capped T&M, or T&M basis with agreed outcomes and deliverables.

About the work

Why the work is being done
The Immigration Technology Portfolio has supplier partners delivering its Caseworking and Data Platform projects. These are major agile projects with the goal of building a new extensible and reusable framework to meet the needs of immigration and asylum claims within UK Visas and Immigration (UKVI). As a result of delivering the framework a number of business critical legacy systems will be replaced. The supplier partners are accountable for the software delivery and ongoing maintenance of the services delivered by these projects through provision of Scrum Teams.
Problem to be solved
The Portfolio is building services to transform the way the Home Office (HO) manages immigration into the United Kingdom. The key outcome is to build a core Caseworking system for use by Home Office staff, and replace the existing ASYS, BRP, CID, ICW and PBS systems. These systems collectively support several thousand concurrent users, and mange decision making on hundreds of thousands of Immigration and Visa cases per year. Key deliverables include: developing configurable technology modules tailored to a specific business service need; automating existing manual, paper-based processes; and supporting decision-making to drive consistency
Who the users are and what they need to do
As a UKVI caseworker I need to be able to: Resolve the identities of individuals applying for Visa and Immigration products; Manage information about individuals and their cases; Perform and record the outcomes of checks, including calculations (eg. to assess whether a threshold in the Points Based System is met); Record decisions made about cases and the fulfilment of those decisions (eg. to provide a Visa); or provide asylum support so that I can ensure applications are completed within agreed SLAs.
Early market engagement
Some market engagement has been done within the Home Office, Cabinet Office and with CCS. On Monday the 4th of December 2017 between 1pm - 3pm we will be holding a single Bidder Open Day for both Caseworking Delivery Partner 1 and 2 procurements at Metro Point, 49 Sydenham Road, Croydon, CR0 2EU. Home Office staff will be available to talk through the identical requirements for both procurements and answer any questions. Please confirm your attendance to IPT Commercial mailbox (IPTCommercial@homeoffice.gsi.gov.uk) by noon Friday 1st December 2017. If you are unable to attend, a telecom dial in will be provided.
Any work that’s already been done
Components are in different stages of delivery. There are a number of live services, further releases are in development and others are in discovery. As such, the Project has identified or established: Key business stakeholders, SMEs, and engaged them; conducted user research and business analysis; established a detailed business architecture for the releases in progress, and high-level architecture for the next releases; a micro-services architectural design, aligned to Programme standards; environments and the delivery toolsets to build the new system; a delivery team; built and tested the foundation shared services / micro-services
Existing team
There are multiple suppliers working within the Caseworking Project and elsewhere in the Programme and that support systems that the Caseworking system will integrate with, all of which the new supplier will need to work collaboratively with. Some of the main suppliers are: 6Point6; Atos; Deloitte Digital; Capgemini; IBM; PA Consulting; Mastek; BJSS; Cognizant. The supplier would work within an ecosystem of suppliers and work will be awarded depending on the capacity and capability of suppliers to perform the statements of work. A short assessment may be required where more than one supplier has the necessary capacity and capability.
Current phase
Not applicable

Work setup

Address where the work will take place
Primarily Metro Point, Croydon. Work in Marsham Street, London, as well as other Home Office locations, may take place on request. No travel expenses will be payable within the M25
Working arrangements
The supplier will be expected to be co-located with the customer, with options to be provided for offsite and/or nearshore/offshore working if available. The incumbent suppliers have delivered code for the current release. The new supplier will need to gain an understanding of the existing solution to be able to provide support and bug fixes if required and to ensure that future developments are compatible with the current solution. Please note that the Programme may by exception place resources into a Scrum Delivery Team from another supplier where the supplier has a particular strength, with associated dependencies.
Security clearance
Service Provider personnel(and sub-contractors) must comply with HMG Baseline Personnel Security Standard(BPSS) as a minimum,and CTC clearance to work in HO buildings. Depending on the nature of the role and access to HO information, there may be a requirement for the postholder to undergo SC clearance and,in limited circumstances,DV clearance.

Additional information

Additional terms and conditions
Individual Statements of Work (SoW) will be agreed periodically and subject to satisfactory performance of the supplier and HO needs. This contract is non-exclusive. The intention of this contract is the provision of a service with defined outcomes where the supplier is responsible for deliverables, outcomes, risks and the provision suitable of resources. This contract would probably be deemed outside the intermediaries legislation (IR35) but could be affected by factors outside HO control. HO assumes no liability and will grant no guarantee of status. Intellectual Property Rights in any developed technology will rest with HO.

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
  • Demonstrable evidence of experience in bespoke software development with Scrum, Continuous Delviery and Agile at scale.
  • Demonstrable evidence of experience in bespoke software development using technologies such as Java 8, Spring, Google Juice, Docker and Tomcat
  • Demonstrable evidence of experience in infrastructure and web operations for the design, setup and running of large scale browser based, RESTful micro-services in the Cloud
  • Demonstrable evidence of experience in working in multi-supplier teams, managing cross stream dependencies, and planning with agile teams to articulate detailed delivery plans e.g. in 3-6 month blocks
  • Demonstrable evidence of experience in complex integration with multiple external and legacy systems, and complex data migration from legacy systems
Nice-to-have skills and experience
  • Demonstrable evidence of experience in front end / UI design and development services
  • Demonstrable evidence of experience in User Research and UX Design services
  • Demonstrable evidence of experience in exploratory testing and test automation services
  • Demonstrable evidence of experience in Business analysis and Business Design services
  • Demonstrable evidence of ability to deploy teams offsite and, potentially, off-shore and being able to manage geographically dispersed teams

How suppliers will be evaluated

How many suppliers to evaluate
5
Proposal criteria
  • There will be 7 Evaluation criteria weighted: Specific Competencies 50%, Methodology 15%, Ability to scale capability 10%, Plan for initial phase 15%, Security 5%, Performance Management 5%
  • Specific Competencies: The supplier score on all essential and nice to have technology criteria from the first phase
  • Specific Competencies: Domain knowledge of business requirements and issues
  • Specific Competencies: Approach to delivering a new functional release while supporting previously released services.
  • Methodology: Approach to managing multiple streams of work delivering onto a shared code base.
  • Methodology: Reference track record
  • Methodology: Approach to innovation and any relevant proposals for this requirement
  • Scale Capability: Whether the proposed delivery team includes any subcontractors or partnered resources
  • Scale Capability: Capability and capacity to meet the delivery requirements in the medium to long term.
  • Plan: Availability of suitable resources, capability and capacity of standing up the team from the required date, and transition approach
  • Security: Compliance with people security requirements
  • Performance: Team quality management and performance monitoring execution
  • Performance: Value for money / Competitive whole life costs
Cultural fit criteria
  • Work as one team with our organisation and other suppliers
  • Transparent and collaborative when making decisions
  • Have a no-blame culture and encourage people to learn from their mistakes
Payment approach
Fixed price
Assessment methods
  • Written proposal
  • Work history
  • Presentation
Evaluation weighting

Technical competence

65%

Cultural fit

5%

Price

30%

Questions asked by suppliers

1. Are you looking for one prime supplier or multiple ones for these two contracts? Can SMEs get involved as sub-suppliers?
We are open minded about this. We are seeking to award two prime contracts with transparency on the supply chain including sub-contractors. We are not seeking body shop solutions but strategic partners with the capability and capacity to add value and meet outcome based requirements.
2. Is the procurement to look for new suppliers or for current suppliers only?
This is an open competition for all suppliers.
3. Regarding the further mini competition for work packages – would it be fixed price or as per the pricing stated on the requirement on the portal (T&M)?
They will come under the overarching commercial model as stated in the DOS opportunities. Also as stated in the DOS opportunities we have a preference for Fixed Price but the charging mechanism for individual SoW’s will be detailed by the level of certainty on the requirement.
4. What are the tools and skills that the project is looking for?
We are looking for partners who have the capability to supply a mature team who can fit in and deliver the project. We require strong technical Scrum Masters (not Coaches) who are detail focussed and can solve problems. From a testing perspective, we are looking for manual test engineers with strong knowledge of JAVA, Selenium and Cucumber.
5. How much of the Caseworking system project is already complete?
Access UK is mostly live – almost 95% products are live on the system. With Caseworking, we are due to go live with accommodation products in March. In parallel, the team is currently building Tier 2 products which has most of the caseworking elements.
6. The two procurements appear to be the same. If suppliers have bid for both, how would you deselect them as best and second best?
They have been released as identical and separate procurements. The will be assessed separately and independently by different evaluators
7. Are we precluded from winning both of the contracts?
No. Each contract opportunity will be evaluated independently of one another
8. The evaluation criteria states that 50% of the weighting is based on the specific competencies, of which there are three listed. Is this 50% of the evaluation criteria on the 3 specific competencies only? Are these allocated equally?
Yes the 50% weighting for Specific Competencies will be allocated equally across the three stated competencies.
9. The advert mentions that suppliers need to provide reference track records. Is there a minimum number of references required?
There is no minimum number. It is for bidders to decide how many references are needed to provide assurance that they can meet all the requirements.
10. You described the Caseworking system as having a mature technical design -would there be scope for the supplier to make recommendations about different technologies to be used?
Yes
11. When will the shortlist take place and when will the next supplier presentation take place?
We are aiming to notify suppliers of the shortlist and issue an ITT by 5th January 2018. The supplier presentations are likely to take place in the week commencing 15th January 2018.
12. The document mentions performance management. How do you currently manage supplier performance?
Supplier performance is managed through the monthly Balance Scorecards process which evaluates suppliers on the basis of 4 clear indicators. All evaluators will decide on an agreed score on a moderation meeting before flowing down the results to the supplier. There are also other measures such as internal competition, awarding of work packages as well as striking off suppliers with consistently poor performance.
13. Due to previous discussions regarding partnering, Are you in a position to share contact details of suppliers?
Yes, if suppliers wish for their contact details to be shared. Interested suppliers should confirm back to us via IPT Commercial mailbox and we’ll then pass on contact details to other suppliers.
14. Would you require the CV's of prospective supplier's staff before embedding?
We would rely on the supplier to provide the appropriate resources and we would require some evidence to demonstrate this which may include CVs.
15. What can be expected with the handing off from the previous supplier?
The previous supplier has delivered the code for the current release, we would expect you to familiarise yourself with the existing solution
16. Would you be expecting to receive formed teams or embed supplier's staff into established teams?
We expect the supplier to provide a team of the outlined roles which will be embedded in an eco-system of current suppliers and Home Office staff.
17. How many suppliers are you looking to award?
We are looking to award 2 prime contracts.
18. What level of clearance do the teams delivered off-shore require?
Please see the security clearance section of the advertisement.
19. Is the reference to sub-contractors related to suppliers sub-contracting parts of the work to other companies?
Yes including all sub-contractors you may use to deliver this requirement.
20. Can you advise whether this is a duplicate of Case Working Delivery Partner 1 or a separate requirement
This is a separate requirement looking for a supplier to deliver the same piece of work.
21. Can we have a copy of the Supplier Open day slides?
Yes, please email the IPT commercial inbox at: iptcommercial@homeoffice.gsi.gov.uk