Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/344049fb-7e8b-40d6-a9a9-7eaf17dffe9e
13th January 2017 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}