Implementation of New IT Operating Model
Present an overview of their approach to supporting the implementation of a detailed plan to deliver the key work streams associated with a new ‘best in class’ IT operating model.
United Kingdom-Belfast: Computer support and consultancy services
2017/S 119-239964
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
37-41 May Street
Belfast
BT1 4DN
United Kingdom
Contact person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441327
E-mail: corporateprocurement@choice-housing.org
NUTS code: UKNInternet address(es):Main address: http://www.choice-housing.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Tender for Consultancy and Business Support for The Implementation of new IT Operating Model.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful consultant will be expected to:
— Present an overview of their approach to supporting the implementation of a detailed plan to deliver the key work streams associated with a new ‘best in class’ IT operating model.
— Demonstrate a clear understanding of our corporate strategy and vision and demonstrate their willingness to share in the success of its implementation.
— Demonstrate clear arrangements to allow for effective project and contract management.
— Detail the experience and qualifications of the resource team dedicated to support and assist the implementation of a new IT operating model.
— Detail the benefit and value to Choice Housing that you would bring in consideration as a longer term partner in contrast to shorter-term engagements.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Choice Housing IT strategy has been developed in conjunction with business stakeholders; gaining their input to better understand their vision of the future and how our IT organisation must evolve to meet the changing needs of the business and tenants. In tandem with the strategy development, an IT effectiveness review was undertaken to assess current capabilities to help inform a best practice IT operating model. This As-Is environment assessment provided us with a baseline of current capacity, processes and policy.
To implement the IT Strategy a gap analysis was completed; it identified 4 themes:
— Right-speed IT and Innovation;
— Business Engagement;
— Business Improvement, and
— The Business of IT (Governance).
New IT roles and responsibilities have been agreed by the Associations board to strengthen the ICT function. In addition to the 5 existing IT staff a further seven new roles will be recruited from July 17 to October 17.
A plan has been created to provide our IT department with a blueprint to guide future development for activity to embed best practice policies, controls and industry standard service processes. A range of works streams and associated IT initiatives have been prioritised to help us improve our overall IT effectiveness.
An IT manifesto has been defined to guide and inform ICT investment and activity and the role of IT over the next 4 years.
Our IT model will:
— Continue to be accountable for the delivery of all ICT services across the business, integrating an optimum blend of internal and external resources to provide the appropriate service levels required by the business effectively, while minimising cost;
— Continue to safeguard data and system integrity across the business, but re-orientate itself to support the businesses demand for innovation and technology investment — becoming a ‘Business Leader’ enabling business directorates to achieve their strategic business plans and objectives; and
— Get closer to the business, establishing a stronger 2-way relationship in which both IT and the business understand and agree respective responsibilities for maximising investment and innovation, while minimising risk to the business.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per criteria detailed in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The cost of responding to the ITT and any subsequent tender information and/or participation exercise in the procurement process generally will be borne solely by the economic operator participating. A Memorandum of Information and ITT is available in respect of the project referred to in Section I) above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussions and correspondence will be deemed strictly ‘Subject to Contract’ until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties. Any date given in Section IV) above is a best estimate at the time of dispatch. The Contracting Authority reserves the right to extend any such date. Neither the publication of this Notice nor the employment of any particular terminology or any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by Directive 2014/24/EU of the European Parliament and of the Council (as Amended) as implemented by the Public Contracts Regulations 2015 as amended.
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
IT Consultancy and Development Services Derbyshire
Contact Centre Consultancy Invitation to Tender
IT Health Check North East Lincolnshire Council
IT Consultancy Services Requirement – Advice on Finance, HR and Payroll Systems