Award

Business Architecture and Transition Support for the Reform Programme within HMCTS

MINISTRY OF JUSTICE.

This public procurement record has 2 releases in its history.

AwardUpdate

13 Jan 2017 at 15:21

Award

13 Jan 2017 at 13:13

Summary of the contracting process

The Ministry of Justice is seeking business architecture and transition support for the Reform Programme within HM Courts and Tribunals Service (HMCTS). This tender, titled "Business Architecture and Transition Support for the Reform Programme within HMCTS", falls under the category of business analysis consultancy services and is based in London, United Kingdom. The tender period concluded on 8th August 2016, with the contract period running from 19th September 2016 to 18th September 2017. The awarded contract, valued at £1,500,000, was published on 13th January 2017.

This procurement presents a significant opportunity for SMEs engaged in consultancy services, particularly those with expertise in business architecture and strategic planning. Companies that can efficiently provide multidisciplinary requirements and support organisational change in public sectors are well-positioned to compete for such contracts. Successful bidders may enhance their capabilities and expand their business horizons by collaborating with government entities on high-impact reform programmes.

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

Business Architecture and Transition Support for the Reform Programme within HMCTS

Notice Description

Business Architecture and Transition Support for the Reform Programme within HMCTS offered under CCS Framework RM1502- Consultancy One Framework Agreement, Lot 1 Multi- Disciplinary Requirements. Mandatory Requirements Working within the HMCTS Reform Programme team and responsible to the Design Workstream Lead: 1) Refresh the Programme's design workstream - Bringing together business architecture, service model design and operation model design under one workstream within the Reform Programme. 2) Establishing the business architecture function within the workstream for the Reform Programme - Introducing a business architecture function to the programme, including the tools, models and approaches to be used and how defining how business architecture will interact with the programme's projects. 3) Running the business architecture function within the workstream - In order to quickly establish a professional and experienced business architecture function in the programme the supplier will be required to staff and run the function. 4) Ensuring that the programme delivery plan is aligned to the interim organisational states - The programme delivery plan is based on the outputs from our initial design activities, as the organisational transition states are identified, the programme will need to check back that the programme delivery plan and the transition states align. 5) Strategic advice and guidance - The supplier will provide strategic advice and guidance to the programmes leadership team and design authority, specifically around the business architecture and the realisation of transition states through the programmes delivery plan and cycles. Further detail is to be found in the attached Appendix B - Statement of Requirements

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-686197aa-270a-4e54-a90a-caf2a3fdf730
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/344049fb-7e8b-40d6-a9a9-7eaf17dffe9e
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other -
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72221000 - Business analysis consultancy services

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
£1,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jan 20179 years ago
Submission Deadline
8 Aug 2016Expired
Future Notice Date
Not specified
Award Date
11 Sep 20169 years ago
Contract Period
18 Sep 2016 - 18 Sep 2017 6-12 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
MINISTRY OF JUSTICE.
Contact Name
Michelle Collins
Contact Email
mojprocurementprofessionalservices@justice.gsi.gov.uk
Contact Phone
0113 3907315

Buyer Location

Locality
LEEDS
Postcode
LS2 7EH
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLI London

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

Supplier Information

Number of Suppliers
1
Supplier Name

ERNST & YOUNG

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-b5fd17-686197aa-270a-4e54-a90a-caf2a3fdf730-2017-01-13T15:21:03Z",
    "date": "2017-01-13T15:21:03Z",
    "ocid": "ocds-b5fd17-686197aa-270a-4e54-a90a-caf2a3fdf730",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_125130/560019",
        "title": "Business Architecture and Transition Support for the Reform Programme within HMCTS",
        "description": "Business Architecture and Transition Support for the Reform Programme within HMCTS offered under CCS Framework RM1502- Consultancy One Framework Agreement, Lot 1 Multi- Disciplinary Requirements. Mandatory Requirements Working within the HMCTS Reform Programme team and responsible to the Design Workstream Lead: 1) Refresh the Programme's design workstream - Bringing together business architecture, service model design and operation model design under one workstream within the Reform Programme. 2) Establishing the business architecture function within the workstream for the Reform Programme - Introducing a business architecture function to the programme, including the tools, models and approaches to be used and how defining how business architecture will interact with the programme's projects. 3) Running the business architecture function within the workstream - In order to quickly establish a professional and experienced business architecture function in the programme the supplier will be required to staff and run the function. 4) Ensuring that the programme delivery plan is aligned to the interim organisational states - The programme delivery plan is based on the outputs from our initial design activities, as the organisational transition states are identified, the programme will need to check back that the programme delivery plan and the transition states align. 5) Strategic advice and guidance - The supplier will provide strategic advice and guidance to the programmes leadership team and design authority, specifically around the business architecture and the realisation of transition states through the programmes delivery plan and cycles. Further detail is to be found in the attached Appendix B - Statement of Requirements",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72221000",
            "description": "Business analysis consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other -",
        "tenderPeriod": {
            "endDate": "2016-08-08T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2016-09-19T00:00:00+01:00",
            "endDate": "2017-09-18T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-44689",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "Commercial and Contract Management (CCM) Directorate, Ministry of Justice,1st Floor, Harcourt House, Chancellor Court, 21 The Calls",
                "locality": "Leeds",
                "postalCode": "LS2 7EH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Michelle Collins",
                "email": "MoJProcurementProfessionalServices@justice.gsi.gov.uk",
                "telephone": "0113 3907315"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-44690",
            "name": "Ernst & Young LLP",
            "identifier": {
                "legalName": "Ernst & Young LLP"
            },
            "address": {
                "streetAddress": "1 More London Place, London, Central, SE1 2AF, UNITED KINGDOM"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-44689",
        "name": "Ministry of Justice."
    },
    "awards": [
        {
            "id": "ocds-b5fd17-686197aa-270a-4e54-a90a-caf2a3fdf730-1",
            "status": "active",
            "date": "2016-09-12T00:00:00+01:00",
            "datePublished": "2017-01-13T15:21:03Z",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-44690",
                    "name": "Ernst & Young LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2016-09-19T00:00:00+01:00",
                "endDate": "2017-09-18T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/344049fb-7e8b-40d6-a9a9-7eaf17dffe9e",
                    "datePublished": "2017-01-13T15:21:03Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/632bea7a-4848-44c2-9729-5681e7614bab",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "tenderNotice",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/111442ad-b6af-4c0e-8ecf-44e6d5c81792",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}