Planning

Market Engagement and Techspike for ITSM tools

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

05 May 2023 at 17:14

Summary of the contracting process

The Ministry of Justice has initiated a procurement process for the project titled "Market Engagement and Techspike for ITSM tools". This project falls under the services category with a focus on information technology services. The objective is to engage with the market to explore IT Service Management solutions that align with the business goals of HM Courts and Tribunals Service. Interested suppliers can register their interest by emailing ccmd-dandtsupplierinbox@justice.gov.uk. The procurement stage is currently at the planning phase, and all expressions of interest must be submitted by 25 May 2023.

This tender presents an opportunity for IT service providers and software vendors to participate in a market engagement activity with the Ministry of Justice. Companies offering ITSM solutions and services related to software package, system management software, and software-related services are well-suited to compete in this tender. Successful vendors will have the chance to provide free trial software and engage with HMCTS to showcase their capabilities. The Ministry of Justice is focused on exploring innovative solutions to enhance its digital operations and service management functions through this procurement initiative.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Market Engagement and Techspike for ITSM tools

Notice Description

The Authority wishes to engage with the market to further its understanding and knowledge of IT Service Management (ITSM) solutions available and how they may benefit and align to our business and associated goals.

Lot Information

Lot 1

It is the Authority's intention, through this Market Engagement and Tech Spike, to leverage free trials of IT Service Management (ITSM) solutions to understand whether the current market options for a ITSM solution could meet today's operational needs of HM Courts and Tribunals Service (HMCTS) Digital Operations and Service Management function. Information gathered through this activity may inform requirements and definition for a future competition. The HMCTS Service Management function (including the Service Desk, field agents and customer support staff) includes 500+ concurrent agents. 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 criteria. * Incident * Major Incident Management * Problem Management * Service Level Management * Change Management * Interactions/Agent Workspace * Knowledge Management * Self Service Portal * Service Catalogue * Request Fulfilment * Hardware Asset Management (HAM) * Software Asset Management (SAM) * Configuration Management (CMDB) * Event Management / ITOM * Performance Analytics & Reporting * Case Management (External users) * Field Services Management * Integrations (OOTB & Custom ability) * Security & Data Management * Roles & Access Management * Demand Management * VIP user handling * Rota & On-Call Schedules * Time Tracking/Time keeping * Continual Improvement Management (CIM) * Virtual Agent Capability * Live Chat * Cognitive & AI Capability inc Chat Bot * Release Management * CSAT/Surveys * Custom App Development (inc workflow) capability * Enterprise Service Management (ESM) capability After providing access to the ITSM 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 ITSM 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 within five working days. 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 (requests for a questionnaire) need to be submitted to the Authority by 25 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-03c6fe
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013045-2023
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

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


CPV Codes

48000000 - Software package and information systems

48781000 - System management software package

72222300 - Information technology 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
5 May 20233 years ago
Submission Deadline
Not specified
Future Notice Date
31 Aug 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-03c6fe-2023-05-05T18:14:54+01:00",
    "date": "2023-05-05T18:14:54+01:00",
    "ocid": "ocds-h6vhtk-03c6fe",
    "description": "None",
    "initiationType": "tender",
    "tender": {
        "id": "prj_10591",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Market Engagement and Techspike for ITSM tools",
        "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 IT Service Management (ITSM) solutions available and how they may benefit and align to our business and associated goals.",
        "lots": [
            {
                "id": "1",
                "description": "It is the Authority's intention, through this Market Engagement and Tech Spike, to leverage free trials of IT Service Management (ITSM) solutions to understand whether the current market options for a ITSM solution could meet today's operational needs of HM Courts and Tribunals Service (HMCTS) Digital Operations and Service Management function. Information gathered through this activity may inform requirements and definition for a future competition. The HMCTS Service Management function (including the Service Desk, field agents and customer support staff) includes 500+ concurrent agents. 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 criteria. * Incident * Major Incident Management * Problem Management * Service Level Management * Change Management * Interactions/Agent Workspace * Knowledge Management * Self Service Portal * Service Catalogue * Request Fulfilment * Hardware Asset Management (HAM) * Software Asset Management (SAM) * Configuration Management (CMDB) * Event Management / ITOM * Performance Analytics & Reporting * Case Management (External users) * Field Services Management * Integrations (OOTB & Custom ability) * Security & Data Management * Roles & Access Management * Demand Management * VIP user handling * Rota & On-Call Schedules * Time Tracking/Time keeping * Continual Improvement Management (CIM) * Virtual Agent Capability * Live Chat * Cognitive & AI Capability inc Chat Bot * Release Management * CSAT/Surveys * Custom App Development (inc workflow) capability * Enterprise Service Management (ESM) capability After providing access to the ITSM 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 ITSM 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 within five working days. 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 (requests for a questionnaire) need to be submitted to the Authority by 25 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": "48781000",
                        "description": "System management software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-09-01T00:00:00+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": {
                "telephone": "+44 0000000000",
                "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"
}