Award

Maritime Capability Campaign Office - Phase 2

DEPARTMENT FOR INTERNATIONAL TRADE

This public procurement record has 1 release in its history.

Award

30 Jul 2021 at 10:12

Summary of the contracting process

The Department for International Trade is leading the procurement process for the "Maritime Capability Campaign Office - Phase 2", aimed at enhancing maritime exports in line with the National Ship Building Strategy. This tender, categorised under business services and design consultancy, includes a contract value of £230,000 and is currently in the award stage, having been awarded on 22nd July 2021. The contract is set to run from 22nd July 2021 until 29th October 2021, and the winner of this tender is Bramble Hub Ltd. The procurement method utilised for this process is selective, based on a call-off from a framework agreement.

This tender offers significant growth opportunities for businesses that specialise in consultancy services, particularly those with expertise in project management and organisational transformation. Firms that can demonstrate agile methodologies and possess a strong understanding of programme planning frameworks will find themselves well-placed to compete for such contracts. The focus on establishing the Maritime Capability Campaign Office implies a need for innovative solutions that can support the ongoing development of maritime-related initiatives, making it an attractive opportunity for SMEs in the consultancy sector.

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

Maritime Capability Campaign Office - Phase 2

Notice Description

DIT are establishing the Maritime Capability Campaign Office (MCCO) to increase Maritime exports, and forms DIT's response to the National Ship Building Strategy. The MCCO is being designed and established at pace, and as such DIT are seeking expert advice to ensure the design and implementation is as thorough and effective as possible. This is the second phase of the planned external assistance programme for the MCCO and follows on directly from the initial scoping study and implementation plan already delivered. This phase of work requires the subcontractor to provide an agile, multi-skilled team of subject matter experts to assist DIT in the detailed design and delivery of the MCCO Portfolio Programme Project Management (P3M) planning framework and associated artefacts, building out of the MCCO operating model and communication "tools", and support the business change / transformation to embed the new ways of working and culture within the MCCO and across the wider HMG stakeholder departments. The Sub-contractor will be managed by the Customer's MCCO Programme Manager, who will ensure all outputs and deliverables are monitored and completed to required quality, and all necessary knowledge required for effective operation of MCCO transferred to the permanent staff members through use of deliverable documents and process/communication artefacts. The deliverables required from this phase of work, as identified in the Phase 1 Implementation Plan and modified during subsequent discussion, are as follows; A. Highly visual case for change & suitable communication approach (e.g., rich picture) B. Target Operating Model (using POTI) C. Benefits Realisation Model D. Stakeholder map and RACI E. P3M compliant programme management, governance and maturity approach F. Implementation assurance framework and assessment G. Forward Change Deployment / Implementation Plan The allocation of subcontractor resources to task and the quality level/degree of completion of these deliverables will be managed in accordance with agile principles, to ensure that effort is expended on the most critical items to MCCO establishment and ensure maximum Value for Money as the project progresses. To support this agile approach a process of continuous review and assurance/approval of the deliverables and resource allocation/utilisation will be implemented. implemented. This approach requires the subcontractor to provide a monthly summary report detailing. 1) Key activities completed in month. 2) Key activities planned for next month. 3) Progress against each deliverable. 4) Actual Resource expended vs plan for each month. This information will be supplied by the Sub Contractor to the Customer's MCCO Programme Manager and approved by the the Customer's Head/Deputy Head MCCO. Subject to approval of this monthly summary, authorisation for payment in arrears for time and materials consumed will be provided. Additional information: Consultancy Value Statement: Value to be delivered Name of Supplier: Bramble Hub Title of Contract: Maritime Capability Campaign Office - Phase 2 Requirement Summary: DIT are establishing the Maritime Capability Campaign Office (MCCO) to increase Maritime exports, and forms DIT's response to the National Ship Building Strategy. The MCCO is being designed and established at pace, and as such DIT are seeking expert advice to ensure the design and implementation is as thorough and effective as possible. This is the second phase of the planned external assistance programme for the MCCO and follows on directly from the initial scoping study and implementation plan already delivered. Financial Value Statement: Supplier has discounted their standard framework rates by 15% Non-Financial Value Statement: The fee agreed is linked to each specific deliverable. Each deliverable will require acceptance by DIT before payment is released. The deliverable acceptance process will be established and managed by the MCCO Project Manager, and formal acceptance of deliverables will be made by the Head of the MCCO

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3ce87538-0e96-48f6-a87c-0b84421c92f7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d5e9d3d7-d8ac-4dfb-83f6-dddb61d6e578
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

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79415200 - Design consultancy services

Notice Value(s)

Tender Value
£230,000 £100K-£500K
Lots Value
Not specified
Awards Value
£230,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jul 20214 years ago
Submission Deadline
15 Jul 2021Expired
Future Notice Date
Not specified
Award Date
21 Jul 20214 years ago
Contract Period
21 Jul 2021 - 29 Oct 2021 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
DEPARTMENT FOR INTERNATIONAL TRADE
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
SW1A 2DY
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
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

BRAMBLE HUB

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-b5fd17-3ce87538-0e96-48f6-a87c-0b84421c92f7-2021-07-30T11:12:38+01:00",
    "date": "2021-07-30T11:12:38+01:00",
    "ocid": "ocds-b5fd17-3ce87538-0e96-48f6-a87c-0b84421c92f7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_279496/984436",
        "title": "Maritime Capability Campaign Office - Phase 2",
        "description": "DIT are establishing the Maritime Capability Campaign Office (MCCO) to increase Maritime exports, and forms DIT's response to the National Ship Building Strategy. The MCCO is being designed and established at pace, and as such DIT are seeking expert advice to ensure the design and implementation is as thorough and effective as possible. This is the second phase of the planned external assistance programme for the MCCO and follows on directly from the initial scoping study and implementation plan already delivered. This phase of work requires the subcontractor to provide an agile, multi-skilled team of subject matter experts to assist DIT in the detailed design and delivery of the MCCO Portfolio Programme Project Management (P3M) planning framework and associated artefacts, building out of the MCCO operating model and communication \"tools\", and support the business change / transformation to embed the new ways of working and culture within the MCCO and across the wider HMG stakeholder departments. The Sub-contractor will be managed by the Customer's MCCO Programme Manager, who will ensure all outputs and deliverables are monitored and completed to required quality, and all necessary knowledge required for effective operation of MCCO transferred to the permanent staff members through use of deliverable documents and process/communication artefacts. The deliverables required from this phase of work, as identified in the Phase 1 Implementation Plan and modified during subsequent discussion, are as follows; A. Highly visual case for change & suitable communication approach (e.g., rich picture) B. Target Operating Model (using POTI) C. Benefits Realisation Model D. Stakeholder map and RACI E. P3M compliant programme management, governance and maturity approach F. Implementation assurance framework and assessment G. Forward Change Deployment / Implementation Plan The allocation of subcontractor resources to task and the quality level/degree of completion of these deliverables will be managed in accordance with agile principles, to ensure that effort is expended on the most critical items to MCCO establishment and ensure maximum Value for Money as the project progresses. To support this agile approach a process of continuous review and assurance/approval of the deliverables and resource allocation/utilisation will be implemented. implemented. This approach requires the subcontractor to provide a monthly summary report detailing. 1) Key activities completed in month. 2) Key activities planned for next month. 3) Progress against each deliverable. 4) Actual Resource expended vs plan for each month. This information will be supplied by the Sub Contractor to the Customer's MCCO Programme Manager and approved by the the Customer's Head/Deputy Head MCCO. Subject to approval of this monthly summary, authorisation for payment in arrears for time and materials consumed will be provided. Additional information: Consultancy Value Statement: Value to be delivered Name of Supplier: Bramble Hub Title of Contract: Maritime Capability Campaign Office - Phase 2 Requirement Summary: DIT are establishing the Maritime Capability Campaign Office (MCCO) to increase Maritime exports, and forms DIT's response to the National Ship Building Strategy. The MCCO is being designed and established at pace, and as such DIT are seeking expert advice to ensure the design and implementation is as thorough and effective as possible. This is the second phase of the planned external assistance programme for the MCCO and follows on directly from the initial scoping study and implementation plan already delivered. Financial Value Statement: Supplier has discounted their standard framework rates by 15% Non-Financial Value Statement: The fee agreed is linked to each specific deliverable. Each deliverable will require acceptance by DIT before payment is released. The deliverable acceptance process will be established and managed by the MCCO Project Manager, and formal acceptance of deliverables will be made by the Head of the MCCO",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79415200",
                "description": "Design consultancy services"
            }
        ],
        "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": 230000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2021-07-16T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-07-22T00:00:00+01:00",
            "endDate": "2021-10-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-179266",
            "name": "Department for International Trade",
            "identifier": {
                "legalName": "Department for International Trade"
            },
            "address": {
                "streetAddress": "Department for International Trade, Old Admiralty Building",
                "locality": "London",
                "postalCode": "SW1A 2DY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Commercial Research and Consultancy",
                "email": "CommercialResearchandConsultancy@trade.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-179267",
            "name": "Bramble Hub Ltd",
            "identifier": {
                "legalName": "Bramble Hub Ltd"
            },
            "address": {
                "streetAddress": "London"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-179266",
        "name": "Department for International Trade"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-3ce87538-0e96-48f6-a87c-0b84421c92f7-1",
            "status": "active",
            "date": "2021-07-22T00:00:00+01:00",
            "datePublished": "2021-07-30T11:12:38+01:00",
            "value": {
                "amount": 230000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-179267",
                    "name": "Bramble Hub Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2021-07-22T00:00:00+01:00",
                "endDate": "2021-10-29T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d5e9d3d7-d8ac-4dfb-83f6-dddb61d6e578",
                    "datePublished": "2021-07-30T11:12:38+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a18579a6-edc3-496e-98af-9551c5b2b4bc",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}