Section one: Contracting authority
one.1) Name and addresses
H M Revenue & Customs
100 PARLIAMENT STREET
LONDON
SW1A2BQ
Contact
Emma Dearden
Telephone
+44 7777777777
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.gov.uk/government/organisations/hm-revenue-customs
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Target Operational Model (TOM) Delivery Partner for CCG
Reference number
SR1947492365
two.1.2) Main CPV code
- 72590000 - Computer-related professional services
two.1.3) Type of contract
Services
two.1.4) Short description
Wave 1 of the CCG TOM Programme is now underway. Most of the projects have been in initiation and design but are due to move into implementation in FY 24/25 having completed a short project setting out a high-level approach to strategic prioritisation and having stood up a new Compliance Operations Directorate.
We are now looking to bring in a Technical Delivery Partner to assist with completing the design and implementation of Wave 1, where the projects are at various stages of readiness for implementation, and to commence the design for Wave 2.
The COD project has established the new cross-CCG Operations function that will consolidate and centralize various elements from different CCG Directorates to improve efficiency, effectiveness and customer experience. The formation of the COD Directorate sets the groundwork to achieve the critical success factors' intent. The project has created four main functions: (1) Professionalism and Capability, (2) Compliance Operational Process and Systems, (3) CCG Operational Planning, Performance, Evaluation and Resourcing, and (4) Compliance Design and Response.
End to End Business Planning (E2E) is a key focus for this contract. The aim is to improve planning across CCG by designing a future state that prioritises CCG's key compliance risks and plans strategically over a multi-year timeframe enabling evolution to a "Push Model" whereby strategic direction dictates operational planning.
- The E2E project has separated activities into 3 workstreams.
- Under Workstream 1, a framework has been generated, that when implemented, will support prioritisation and multi-year planning. Lessons have been captured and where appropriate utilised in maturing FY24/25 thinking.
- Under Workstream 2 (carried forward from 23/24) detailed process designs remain work in progress and when approved, will be taken forward for implementation aligned with the maturing implementation plan.
- Via Workstream 3, the project team aim to execute year one of the multi-year implementation plan, resulting in a Minimum Viable Product version of the business planning process.
Wave 2 activities and future projects have not been determined/agreed, and the delivery partner will support with developing the Concept, Discovery and Design phases of Wave 2.
For context, a CCG TOM Programme with circa 51FTE has been established with a monthly Programme Board and monthly project boards (E2E, COD, S&C, TOM_CoR, MI). Multi-disciplinary project teams have been established for each Wave 1 project with access to an allocated Senior Responsible Officer, project manager, project support, business analysts, SMEs, change managers, comms managers, benefits managers and design support.
The new Technical Delivery Partner will be providing Programme Director support, via the agreed outcomes. the expectation is that the delivery partner will be fully integrated with the rest of the TOM Programme team.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,165,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Wave 1 of the CCG TOM Programme is now underway. Most of the projects have been in initiation and design but are due to move into implementation in FY 24/25 having completed a short project setting out a high-level approach to strategic prioritisation and having stood up a new Compliance Operations Directorate.
We are now looking to bring in a Technical Delivery Partner to assist with completing the design and implementation of Wave 1, where the projects are at various stages of readiness for implementation, and to commence the design for Wave 2.
The COD project has established the new cross-CCG Operations function that will consolidate and centralize various elements from different CCG Directorates to improve efficiency, effectiveness and customer experience. The formation of the COD Directorate sets the groundwork to achieve the critical success factors' intent. The project has created four main functions: (1) Professionalism and Capability, (2) Compliance Operational Process and Systems, (3) CCG Operational Planning, Performance, Evaluation and Resourcing, and (4) Compliance Design and Response.
End to End Business Planning (E2E) is a key focus for this contract. The aim is to improve planning across CCG by designing a future state that prioritises CCG's key compliance risks and plans strategically over a multi-year timeframe enabling evolution to a "Push Model" whereby strategic direction dictates operational planning.
- The E2E project has separated activities into 3 workstreams.
- Under Workstream 1, a framework has been generated, that when implemented, will support prioritisation and multi-year planning. Lessons have been captured and where appropriate utilised in maturing FY24/25 thinking.
- Under Workstream 2 (carried forward from 23/24) detailed process designs remain work in progress and when approved, will be taken forward for implementation aligned with the maturing implementation plan.
- Via Workstream 3, the project team aim to execute year one of the multi-year implementation plan, resulting in a Minimum Viable Product version of the business planning process.
Wave 2 activities and future projects have not been determined/agreed, and the delivery partner will support with developing the Concept, Discovery and Design phases of Wave 2.
For context, a CCG TOM Programme with circa 51FTE has been established with a monthly Programme Board and monthly project boards (E2E, COD, S&C, TOM_CoR, MI). Multi-disciplinary project teams have been established for each Wave 1 project with access to an allocated Senior Responsible Officer, project manager, project support, business analysts, SMEs, change managers, comms managers, benefits managers and design support.
The new Technical Delivery Partner will be providing Programme Director support, via the agreed outcomes. the expectation is that the delivery partner will be fully integrated with the rest of the TOM Programme team.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The call for competition was via an established Framework. All Providers on the Framework were invited to participate by expressing their interest.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 July 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Baringa Partners LLP
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC303471
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £4,165,000
Total value of the contract/lot: £4,165,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
HMRC
100 Parliament Street
London
SW1A 2BQ
Country
United Kingdom