Awarded to FIMATIX UK LTD

Start date: Sunday 1 December 2019
Value: £6,412,500
Company size: SME
HMCTS

CP Front End Development Services

8 Incomplete applications

6 SME, 2 large

11 Completed applications

4 SME, 7 large

Important dates

Published
Monday 29 July 2019
Deadline for asking questions
Monday 5 August 2019 at 11:59pm GMT
Closing date for applications
Monday 12 August 2019 at 11:59pm GMT

Overview

Summary of the work
Front-end development service for CJSCP Programme in accordance with GDS-Agile-methodology. Develop Angular-code across multiple front end applications to deliver functionality to support the CJS. Developers must write quality, clean code using Test Driven Development to produce software and manage its deployment with support of DevOps all the way to Production.
Latest start date
Monday 21 October 2019
Expected contract length
A maximum duration of 24 months (with option to extend for additional 6 months)
Location
London
Organisation the work is for
HMCTS
Budget range
Pricing will be evaluated out of 35% and pricing submission documents will be issued to suppliers who pass Round 1. Suppliers will be evaluated as per DOS criteria. The initial Statement-of-Work and Roadmap is available upon request. It is recommended that interested parties request this document.
The Target Day rate is £700 per day.

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 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.
The MoJ is building the Common Platform which is a micro-services based architecture based on the JEE framework. The platform will provide service to CJS at all stages of the criminal justice process. This includes from arrest by police to canvassing opinion from the Crown Prosecution Service(CPS) through to the courts (both Magistrates&Crown).
Who the users are and what they need to do
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 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
None
Any work that’s already been done
The Crime Programme is established and has embedded the Common Platform Programme, that has been running for a number of years.
We have multiple services already live on the platform. A citizen facing service in the form of an online plea and a service for CPS to use for working out charges that should be presented to suspects that police arrest. Our major focus over the next few increments is to deliver the complete process through the magistrate and crown courts.
Existing team
The programme consists of over circa 19 front end developers in multiple teams which consist of a tech lead, backend developers, front end developer supported by Quality Assurance, Delivery/Release/Project Manager &Business Analysts.
The front end team is responsible for building and maintaining the shared components library built using Angular using GDS standards. The front end developers use the component library to build UI applications and also works closely with the back end developers to build upon the APIs.
Current phase
Beta

Work setup

Address where the work will take place
Primarily Southern House, Wellesley Grove Croydon CR0 1XG (the "Base location”, although some visits to other locations in London may be required.).
Working arrangements
The Service is being delivered against the GDS Service Manual using a Scaled Agile Framework (SAFe). SoW/Work-Orders will be issued to define the development outcomes of each project phase and typically span three to six months. The suppliers will be required to deliver services onsite at the base location working a five-day week in order to facilitate communication with the agile project team. For works performed at a non-Base location and outside London (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.
Security clearance
Baseline Personnel Security Check (BPSS) which must be dated within three months of the start date. Some roles may require SC Clearance.
For further guidance see: https://www.gov.uk/government/publications/government-baseline-personnel-security-standard

Additional information

Additional terms and conditions
Call Off Contract for a maximum of 24 months (with option extend for additional 6 months). (Initial SOW contract length for 3 months).
Standard DOS T&C’s will apply plus the additional terms and conditions below

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 in Front End development using HTML5, CSS 3, JavaScript (ECMA 5/6/7), TypeScript, Angular (6+), Node.js,
  • Provide a demonstratable example of adopting "Clean Code" principles in previous front-end projects whilst writing complex code for multiple UI applications.
  • Provide a demonstrate example of your ability to deliver quality code at a consistently high rate of velocity to meet demanding delivery timescales.
  • Provide demonstrable experience of debugging front-end Angular applications (please include the techniques that were used) in a live production system to ensure quick turnaround of P1/P2 bugs.
  • Demonstrable experience of developing UI toolkits based on GDS's https://design-system.service.gov.uk/ for use in Angular applications.
  • Have demonstrable experience of working in blended, multi-discipline, multi-vendor team environments focused on meeting user needs using agile methodologies and delivering digital improvement outcomes in complex transformational programmes.
  • Demonstrable experience in providing input, guidance, recommendation into team’s Design activities, working collaboratively using the UX design and guideline while doing the build work
  • Have demonstrable experience in Test Driven Development(TDD), Unit tests (JEST, Jasmine), maintaining high test coverage and End to End (E2E) integration tests using Protractor and Web driver.
  • Demonstrable experience of supplying developers familiar with using git(branching,merging&rebasing)for feature based development. Show evidence of teams using Source control systems such as GitHub and Gerrit for conducting code reviews.
  • Have demonstrable experience in integrating front end Angular applications with:
  • Demonstrable evidence of your experience of close collaboration with Quality Assurance, Devops and other disciplines involved in high quality Front-end software development and systems and managing multiple cross stream dependencies.
  • Can outline experience in using API first development to deliver features including tools such as RAML, Swagger, APIGee and Single Page Applications frameworks such as Angular.
  • Have demonstrable experience in immutable state data patterns utilising libraries such as redux, ngrx and RxObservables
  • Explain how you have previously addressed poor performance when supplying development resources working within multi-discipline teams.
Nice-to-have skills and experience
  • Can outline any previous experience working closely with operations on Redhat Linux systems to diagnose issues arising in Production systems
  • Have demonstrable experience in eventually consistent, asynchronous and synchronous transaction design.
  • Please describe your experience in designing systems that use Domain Driven Design (DDD) and how that has led to producing front-end appliations that have met the user needs.
  • Please provide any experience you have had using the Digital by Default standard.

How suppliers will be evaluated

How many suppliers to evaluate
5
Proposal criteria
  • Explain your overall Development Approach,Delivery Methodology and key-artefacts to enable digital-teams and deliver capability within an agile environment,providing examples based on the initial-SOW how these complement the Crime Programme’s requirements(7%)
  • Provide named individuals and CV’s to meet initial-requirements demonstrating experience working in agile,multi-vendor teams. If you’re also proposing an alternative,more flexible resourcing approach,explain the minimum experience required for each role(5%)
  • Explain how you’ll flex your service-offering to meet HMCTS’ rapid demand/technology change&still provide high-quality,appropriately-skilled developers in-line with the 2-week notice-period&what internal tests/processing you’ll undertake to ensure developers match our requirements(7%)
  • Explain how for contract-duration you will: Retain key resources; Sustain pricing whilst retaining suitably experienced developers within changing-market conditions; Maintain expected team velocity(6%)
  • Describe your approach to transition&provide a plan for enabling digital teams, delivering capability and ensuring that knowledge transfer is conducted during handover of project outputs to HMCTS BAU/maintenance team(6%)
  • Please detail how you've built UI toolkits that has been used to build multiple UI applications in Angular to achieve consistency across the client's applications(5%)
  • Describe how you have built applications using the "Clean Code" principles to create a code base that is refactorable, readable and reusable(7%)
  • Describe how you will measure&manage quality and speed of delivery teams and individuals for continuous improvement throughout the contract and specifically how you would meet the supplier targets for SOW001(7%)
  • Please 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 proposals for adding value during the term of the contract, i.e. ongoing initiatives to optimise costs and generate savings, and drive value out of resources used(5%)
Cultural fit criteria
  • Please describe your approach for working with multi-vendor teams across multiple projects at different locations. (2%)
  • Please explain how you will ensure collaboration at all levels of the project and programme delivery between users, team members, and management.(1%)
  • Please explain how you would maintain a no-blame culture and encourage people to learn from their mistakes and provide examples of this.(1%)
  • Explain how you will maximise the value added by co-locating with the other disciplines during the initial launch set up, mobilisation / transition period. (1%)
Payment approach
Time and materials
Assessment methods
  • Written proposal
  • Case study
  • Work history
  • Reference
  • Presentation
Evaluation weighting

Technical competence

60%

Cultural fit

5%

Price

35%

Questions asked by suppliers

1. Does this role require SC? If so, can you please advise me if you would support this process or not?
The services do not currently require SC Clearance; and the expectation is that they will not require SC clearance over the life of the contract. If that postiion were to change the Programme would support the efforts of the suppleir to obtain SC Clearance for resource.
2. UPDATE: It has been noted that the section in the requirements entitled Additional Terms and conditions has not been fully completed please be informed that the following requirements form part of the overall requirement and will be additonal terms and conditions placed on any resulting contract (30/07/2019 11:39)
The initial Statement-of-Work(SOW) will be Time&Materials but the Buyer reserves the right,in the contract,to use alternative payment mechanisms such as Fixed-Price or Capped-T&M for future SOWs.
Suppliers shall provide transparency to the Buyer on the rates paid to resources & any third-parties in the supply-chain on request.
Expenses shall be submitted in line with the MOJ Standard T&Spolicy and agreed in advance of expenditure.
Liability-Insurance:minimum level of cover £5,000,000;
Professional-Indemnity:minimum level of cover £1,000,000
Suppliers must be able to provide resources within a 2 week notice period with the necessary skills to minimise impact on delivery.
3. The 10th bullet in the essential skills; "Have demonstrable experience in integrating front end Angular applications with:" seems to be missing the list of items. Please would you elaborate?
Essential Skill 10: Have demonstrable experience in integrating front end Angular applications with:
- Micro-services based systems over HTTP/REST.
- Eventually consistent, event driven systems.
4. Could you please advise us on how to get the Statement-of-Work and Roadmap?
Please send your request for a Statement of Work and Roadmap to crime-commercial@justice.gov.uk
5. Please can you provide me with the SOW and Roadmap for this project
Please send your request for a Statement of Work and Roadmap to crime-commercial@justice.gov.uk. Your contact details do not appear on request sent through this portal.
6. We dropped an email but message was not delivered; it says email ID not found.
The functional email address crime-commercial@justice.gov.uk is receiving incoming emails including from bidders on this comeptition. Please try again.
7. Is it not clear from the documents given like SoW and road map that how many headcount do you need for this project? Could you please provide us the SFIA level of each resource you required?
The current service provider utilises 19 Front End Resources to provide the services. It is expected that the future supplier will need to provide a similar number of resources to provide the services (subject to the principles of change and adaptability which are implicit under the Agile methodology). We will not be providing a detailed breakdown of a SFIA grade for each resource as that is not the servie we are seeking. Potential bidders should consider SFIA levels 3 - 5 to be the approximate range of skills needed.
8. For question 2, you make reference to "multiple UI applications", please can you confirm whether the emphasis of this question is on multiple applications sharing components / UIs or a single application with multiple UIs?
The Programme have confirmed that we have multiple applications that interface with multiple UIs.