Planning

Market Engagement and Tech Spike for Contact Centre as a Service (CCaaS) solutions

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

18 Apr 2023 at 13:17

Summary of the contracting process

The Ministry of Justice is planning a procurement process titled "Market Engagement and Tech Spike for Contact Centre as a Service (CCaaS) solutions" in the services category. The aim is to engage with the market to explore CCaaS solutions' potential benefits for their business. Interested suppliers can register by emailing ccmd-dandtsupplierinbox@justice.gov.uk. Responses are required by 19 May 2023.

This tender offers an opportunity for software and communication services providers to compete for a trial of CCaaS solutions with HM Courts and Tribunals Service. Businesses familiar with information technology services and telecommunications are well-suited to participate. The process involves a market engagement phase to gather insights for a potential future competition, with suppliers responsible for any costs incurred during the trial period.

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

Market Engagement and Tech Spike for Contact Centre as a Service (CCaaS) solutions

Notice Description

The Authority wishes to engage with the market to further its understanding and knowledge of Contact Centre as a Service (CCaaS) solutions and how they might benefit our business.

Lot Information

Lot 1

It is the Authority's intention, through this Market Engagement and Tech Spike, to leverage free trials of Contact Centre as a Service (CCaaS) solutions to understand whether CCaaS solutions could meet the operational needs of HM Courts and Tribunals Service (HMCTS) Contact Centre. Information gathered through this activity may inform requirements and definition for a future competition. The HMCTS Contact Centre includes 500-700 concurrent agents split over 11+ lines of business. Each vendor solution will be used for a max 30-day period as a fully stand-alone sandbox with a sample Line of Business being configured to investigate the following capabilities: * Contact handling (voice, email, webchat) incorporating * Dual-tone multi-frequency (DTMF) Interactive Voice Response (IVR) build, routing and queuing o build, routing and queuing o Email keyword analysis, routing and multi-day queuing o Webchat o Agent and team leader User Interfaces (UIs) * System admin * Real time and historical Management Information (MI) * Tactical resource re-allocation * Position in queue callbacks * Quality Management * Workforce management, scheduling and adherence * Surveying * Knowledge authoring and usage After providing access to the CCaaS trial software, HMCTS expects to be self-sufficient in the configuration and use of the solution, but would seek to have twice weekly 1-hour checkpoints for Q&A. As this will be on a free trial basis, suppliers are asked to identify any restrictions that will apply. At the end of a trial of a solution, it is understood that access will end and all CCaaS configuration will be lost. The Authority is looking to only trial software direct from the software manufacturer. This would not exclude resellers of the software manufacturer's product from taking part in any future competition. Interested suppliers can register their interest in the PIN by emailing ccmd-dandtsupplierinbox@justice.gov.uk. We will then invite you to complete a short questionnaire which we request you to return as promptly as possible. If responses meet the criteria outlined above, you will be invited to provide free trial software. Participating suppliers will be required to sign a Non-Disclosure Agreement. All expressions of interests need to be submitted to the Authority by 19 May 2023. Any costs or investments which are incurred in relation to this Market Engagement and Tech Spike shall be the supplier's responsibility and the Authority shall have no liability for any such costs or investments. Please note that suppliers whose questionnaire responses do not meet the criteria are not excluded from any future competition. Potential providers will not be prejudiced by any response to this PIN, or failure to respond. This PIN does not formally signify the beginning of a procurement and does not constitute a commitment by the MoJ to undertake any procurement exercise. The MoJ will reserve its rights as to the procurement route used. In the event that a suitable pre-existing framework is identified during market engagement the MoJ may decide not to issue a contract notice. Should a suitable framework not be identified and the MoJ decides to formally commence the procurement a separate notice will be issued through the Find a Tender service.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03bf79
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011102-2023
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

64 - Postal and telecommunications services

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


CPV Codes

48000000 - Software package and information systems

48500000 - Communication and multimedia software package

64200000 - Telecommunications services

64210000 - Telephone and data transmission services

72222300 - Information technology services

72250000 - System and support services

72260000 - Software-related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Apr 20232 years ago
Submission Deadline
Not specified
Future Notice Date
17 Apr 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
ccmd-dandtsupplierinbox@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
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

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-h6vhtk-03bf79-2023-04-18T14:17:04+01:00",
    "date": "2023-04-18T14:17:04+01:00",
    "ocid": "ocds-h6vhtk-03bf79",
    "description": "None",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03bf79",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Market Engagement and Tech Spike for Contact Centre as a Service (CCaaS) solutions",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority wishes to engage with the market to further its understanding and knowledge of Contact Centre as a Service (CCaaS) solutions and how they might benefit our business.",
        "lots": [
            {
                "id": "1",
                "description": "It is the Authority's intention, through this Market Engagement and Tech Spike, to leverage free trials of Contact Centre as a Service (CCaaS) solutions to understand whether CCaaS solutions could meet the operational needs of HM Courts and Tribunals Service (HMCTS) Contact Centre. Information gathered through this activity may inform requirements and definition for a future competition. The HMCTS Contact Centre includes 500-700 concurrent agents split over 11+ lines of business. Each vendor solution will be used for a max 30-day period as a fully stand-alone sandbox with a sample Line of Business being configured to investigate the following capabilities: * Contact handling (voice, email, webchat) incorporating * Dual-tone multi-frequency (DTMF) Interactive Voice Response (IVR) build, routing and queuing o build, routing and queuing o Email keyword analysis, routing and multi-day queuing o Webchat o Agent and team leader User Interfaces (UIs) * System admin * Real time and historical Management Information (MI) * Tactical resource re-allocation * Position in queue callbacks * Quality Management * Workforce management, scheduling and adherence * Surveying * Knowledge authoring and usage After providing access to the CCaaS trial software, HMCTS expects to be self-sufficient in the configuration and use of the solution, but would seek to have twice weekly 1-hour checkpoints for Q&A. As this will be on a free trial basis, suppliers are asked to identify any restrictions that will apply. At the end of a trial of a solution, it is understood that access will end and all CCaaS configuration will be lost. The Authority is looking to only trial software direct from the software manufacturer. This would not exclude resellers of the software manufacturer's product from taking part in any future competition. Interested suppliers can register their interest in the PIN by emailing ccmd-dandtsupplierinbox@justice.gov.uk. We will then invite you to complete a short questionnaire which we request you to return as promptly as possible. If responses meet the criteria outlined above, you will be invited to provide free trial software. Participating suppliers will be required to sign a Non-Disclosure Agreement. All expressions of interests need to be submitted to the Authority by 19 May 2023. Any costs or investments which are incurred in relation to this Market Engagement and Tech Spike shall be the supplier's responsibility and the Authority shall have no liability for any such costs or investments. Please note that suppliers whose questionnaire responses do not meet the criteria are not excluded from any future competition. Potential providers will not be prejudiced by any response to this PIN, or failure to respond. This PIN does not formally signify the beginning of a procurement and does not constitute a commitment by the MoJ to undertake any procurement exercise. The MoJ will reserve its rights as to the procurement route used. In the event that a suitable pre-existing framework is identified during market engagement the MoJ may decide not to issue a contract notice. Should a suitable framework not be identified and the MoJ decides to formally commence the procurement a separate notice will be issued through the Find a Tender service.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48500000",
                        "description": "Communication and multimedia software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64210000",
                        "description": "Telephone and data transmission services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-04-18T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ccmd-dandtsupplierinbox@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}