Planning

Implementation Partner for an Augmented Data Catalog

ATAMIS LTD

This public procurement record has 3 releases in its history.

Planning

28 Jan 2022 at 16:39

Planning

28 Jan 2022 at 16:37

Planning

28 Jan 2022 at 16:34

Summary of the contracting process

The Home Office is seeking an Implementation Partner for an Augmented Data Catalog to enhance data quality and management in response to recommendations from the Windrush lessons learned report. The procurement is currently in the planning stage, with a planned contract period commencing on 23rd May 2022 and concluding on 22nd May 2024. The total value of the contract is estimated to be £1.4 million, with a minimum value of £1 million. This tender is being conducted through a selective procurement method, specifically a call-off from a framework agreement. Interested suppliers must submit their expressions of interest by midday on 11th February 2022.

This tender presents significant opportunities for businesses specialising in software implementation services, particularly those with experience as Informatica Gold partners. Companies that may benefit from competing for this contract include small and medium enterprises (SMEs) that offer expertise in deploying data catalog platforms and subsequent post-deployment support. By engaging in this procurement process, suitable businesses can gain valuable government contracts and contribute to the improvement of data management within the Home Office, fostering potential long-term partnerships.

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

Implementation Partner for an Augmented Data Catalog

Notice Description

The Home Office's Digital Data and Technology (DDaT) is a centralised service within the Home Office. The purpose of this requirement is to address recommendation 22 in the Windrush lessons learnt report. This report highlights a number of points, of which that The Home Office needs to invest in improving data quality, management information and performance measures which focus on results as well as throughput. Leaders in the department should promote the best use of this data and improve the capability to anticipate, monitor and identify trends, as well as collate casework data which links performance data to Parliamentary questions, complaints and other information, including feedback from external agencies, departments and the public (with the facility to escalate local issues). The Home Office should also invest in improving its knowledge management and record keeping. To meet these outcomes, we require an Informatica Gold partner to implement and deploy the Axon and Enterprise Data Catalog platforms into a production environment and assist with post deployment activities through several Statement of Works. Additional information: The purpose of this notification is to provide the Digital Outcomes and Specialists 5 (DoS 5) Lot 1 - Digital Outcomes Framework Suppliers with early visibility of the requirement. This notice will.* Provide suppliers with an overview of the requirement and bidding process.To understand the current market and types of suppliers that might have an interest in bidding for this work, there are 3 questions listed below which we would ask you to answer, along with declaring your potential interest. To obtain further information on this opportunity we may ask Framework Suppliers to complete a Non-Disclosure Agreement (NDA).The Home Office reserves the right to change the scope of this notification prior to issuing a notice of the Further Competition; including but not limited to the contract scope, duration, and indicative value. Please note that providing an EOI to this notice, will not influence or restrict Framework Suppliers from taking part in any resulting Further Competition.Suppliers wishing to provide an EOI for this opportunity should do so via email to Jeremy.Bowland@homeoffice.gov.uk by no later than Noon on Friday 11th February 2022.Questions:1 Name of Company:2 Would you categorise yourself as an SME:3 What is the core/primary area of your business.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-91b20781-6bae-44c5-bc52-35ff536d9251
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8bdeffc4-6a2d-40c7-8827-41d56e936c88
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72263000 - Software implementation services

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20224 years ago
Submission Deadline
Not specified
Future Notice Date
28 Jan 2022Expired
Award Date
Not specified
Contract Period
22 May 2022 - 22 May 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ATAMIS LTD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DURHAM
Postcode
DH1 1SL
Post Town
Durham
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC41 Durham
Delivery Location
TLI London

Local Authority
County Durham
Electoral Ward
Elvet and Gilesgate
Westminster Constituency
City of Durham

Further Information

Notice Documents

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-b5fd17-91b20781-6bae-44c5-bc52-35ff536d9251-2022-01-28T16:39:27Z",
    "date": "2022-01-28T16:39:27Z",
    "ocid": "ocds-b5fd17-91b20781-6bae-44c5-bc52-35ff536d9251",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f822dda3-bc27-4df2-a826-0dce38104b08",
                "datePublished": "2022-01-28T16:34:09Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/66200227-53e9-4c21-ad97-0ee659827c13",
                "datePublished": "2022-01-28T16:34:09Z",
                "dateModified": "2022-01-28T16:37:20Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "3",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8bdeffc4-6a2d-40c7-8827-41d56e936c88",
                "datePublished": "2022-01-28T16:34:09Z",
                "dateModified": "2022-01-28T16:39:27Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CF-0215000D58000000L5A4EAK3",
        "title": "Implementation Partner for an Augmented Data Catalog",
        "description": "The Home Office's Digital Data and Technology (DDaT) is a centralised service within the Home Office. The purpose of this requirement is to address recommendation 22 in the Windrush lessons learnt report. This report highlights a number of points, of which that The Home Office needs to invest in improving data quality, management information and performance measures which focus on results as well as throughput. Leaders in the department should promote the best use of this data and improve the capability to anticipate, monitor and identify trends, as well as collate casework data which links performance data to Parliamentary questions, complaints and other information, including feedback from external agencies, departments and the public (with the facility to escalate local issues). The Home Office should also invest in improving its knowledge management and record keeping. To meet these outcomes, we require an Informatica Gold partner to implement and deploy the Axon and Enterprise Data Catalog platforms into a production environment and assist with post deployment activities through several Statement of Works. Additional information: The purpose of this notification is to provide the Digital Outcomes and Specialists 5 (DoS 5) Lot 1 - Digital Outcomes Framework Suppliers with early visibility of the requirement. This notice will.* Provide suppliers with an overview of the requirement and bidding process.To understand the current market and types of suppliers that might have an interest in bidding for this work, there are 3 questions listed below which we would ask you to answer, along with declaring your potential interest. To obtain further information on this opportunity we may ask Framework Suppliers to complete a Non-Disclosure Agreement (NDA).The Home Office reserves the right to change the scope of this notification prior to issuing a notice of the Further Competition; including but not limited to the contract scope, duration, and indicative value. Please note that providing an EOI to this notice, will not influence or restrict Framework Suppliers from taking part in any resulting Further Competition.Suppliers wishing to provide an EOI for this opportunity should do so via email to Jeremy.Bowland@homeoffice.gov.uk by no later than Noon on Friday 11th February 2022.Questions:1 Name of Company:2 Would you categorise yourself as an SME:3 What is the core/primary area of your business.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72263000",
            "description": "Software implementation services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "communication": {
            "futureNoticeDate": "2022-01-28T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2022-05-23T00:00:00+01:00",
            "endDate": "2024-05-22T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
            "name": "ATAMIS LTD",
            "identifier": {
                "legalName": "ATAMIS LTD",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hu9j9Du9"
            },
            "address": {
                "streetAddress": "Freemans Reach, Riverside Place",
                "locality": "Durham",
                "postalCode": "DH1 1SL",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Jeremy Bowland",
                "email": "jeremy.bowland@homeoffice.gov.uk",
                "telephone": "07990 410907"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}