Award

SIAM Operating Model Design

CARE QUALITY COMMISSION

This public procurement record has 1 release in its history.

Award

11 Apr 2019 at 15:57

Summary of the contracting process

The procurement process for the "SIAM Operating Model Design" project has been managed by the Care Quality Commission (CQC), located in London, England. This tender falls under the IT services industry category and was conducted via a selective procurement method, specifically as a call-off from a framework agreement. The tender period concluded on 21 December 2018, while the contract period ran from 21 January 2019 to 19 April 2019. The total value of the awarded contract is £87,000, with a specific focus on undertaking an IT Operating Model assessment and redesign tailored to CQC's unique requirements.

This tender represents an opportunity for businesses specialised in IT consulting, software development, and support services, particularly small and medium-sized enterprises (SMEs). Firms that can provide innovative solutions for IT operating model assessments and redesigns may find a conducive environment to demonstrate their capabilities. By engaging with the CQC’s requirements, businesses can position themselves to expand their portfolio and harness the value of working with a regulatory body that demands high-quality service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SIAM Operating Model Design

Notice Description

FSP Withdrawal Partner - Undertake an IT Operating Model assessment and redesign by: * Understanding the scope, scale and complexity of CQC requirements as compared with the Mozaic standard services framework to determine any requirements that make CQC IT unique * Understanding the capability, maturity, cost and performance of CQC's current delivery * Agreeing key principles to underpin the target operating model * Analysing options around key decisions to include: o Whether unique requirements remain valid o Where services are best delivered by the internal teams or where benefit would be achieved through sourcing from the market o Where services are best delivered within region or specific business function or where they are best standardised and delivered from a central capability o The level of disaggregation and best style of delivery for sourced services, to include where competitive tension might be introduced, the number and scope of suppliers to be procured in any service area, and where true commoditised services can be introduced * Identifying key measures to determine the value of the benefits for each option, covering both financial and performance metrics * Agreeing the revised target operating model (TOM) to form the basis of the case for change * Understanding the portfolio of change and developing a high-level road map for implementation of the TOM and other potential investments * Refining and baselining the TOM, delivery plan

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-18fb5f41-0e7e-4f47-8be2-67f46d25b12a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/97f3ec04-6313-46fd-81c0-a3d69988a7b1
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£72,500 Under £100K
Lots Value
Not specified
Awards Value
£87,000 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
11 Apr 20196 years ago
Submission Deadline
21 Dec 2018Expired
Future Notice Date
Not specified
Award Date
3 Jan 20197 years ago
Contract Period
21 Jan 2019 - 19 Apr 2019 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CARE QUALITY COMMISSION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1W 9SZ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
Pimlico North
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

MOZAIC SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-18fb5f41-0e7e-4f47-8be2-67f46d25b12a-2019-04-11T16:57:36+01:00",
    "date": "2019-04-11T16:57:36+01:00",
    "ocid": "ocds-b5fd17-18fb5f41-0e7e-4f47-8be2-67f46d25b12a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CQC PSO 191",
        "title": "SIAM Operating Model Design",
        "description": "FSP Withdrawal Partner - Undertake an IT Operating Model assessment and redesign by: * Understanding the scope, scale and complexity of CQC requirements as compared with the Mozaic standard services framework to determine any requirements that make CQC IT unique * Understanding the capability, maturity, cost and performance of CQC's current delivery * Agreeing key principles to underpin the target operating model * Analysing options around key decisions to include: o Whether unique requirements remain valid o Where services are best delivered by the internal teams or where benefit would be achieved through sourcing from the market o Where services are best delivered within region or specific business function or where they are best standardised and delivered from a central capability o The level of disaggregation and best style of delivery for sourced services, to include where competitive tension might be introduced, the number and scope of suppliers to be procured in any service area, and where true commoditised services can be introduced * Identifying key measures to determine the value of the benefits for each option, covering both financial and performance metrics * Agreeing the revised target operating model (TOM) to form the basis of the case for change * Understanding the portfolio of change and developing a high-level road map for implementation of the TOM and other potential investments * Refining and baselining the TOM, delivery plan",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 72500,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2018-12-21T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-01-21T00:00:00Z",
            "endDate": "2019-04-19T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/MRzh33bf",
            "name": "Care Quality Commission",
            "identifier": {
                "legalName": "Care Quality Commission",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/MRzh33bf"
            },
            "address": {
                "streetAddress": "151 Buckingham Palace Road, Victoria,",
                "locality": "London",
                "postalCode": "SW1W 9SZ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "commercial.contracts@cqc.org.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-08381818",
            "name": "Mozaic Services Ltd",
            "identifier": {
                "legalName": "Mozaic Services Ltd",
                "scheme": "GB-COH",
                "id": "08381818"
            },
            "address": {
                "streetAddress": "41 Lothbury London EC2R 7HG"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/MRzh33bf",
        "name": "Care Quality Commission"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-18fb5f41-0e7e-4f47-8be2-67f46d25b12a-1",
            "status": "active",
            "date": "2019-01-03T00:00:00Z",
            "datePublished": "2019-04-11T16:57:36+01:00",
            "value": {
                "amount": 87000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-08381818",
                    "name": "Mozaic Services Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-01-21T00:00:00Z",
                "endDate": "2019-04-19T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/97f3ec04-6313-46fd-81c0-a3d69988a7b1",
                    "datePublished": "2019-04-11T16:57:36+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "CQC PSO 191",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d255b67d-c212-43be-9af2-827c3fbfd1d6",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}