Procurement details: PS/23/225 - Provision of End User Compute Packaging Engineering

1. Context and requirements

Terms and acronyms

Summary of work

DVLA End User Compute (EUC) require highly skilled resource engineer in order to assist DVLA in client package related incidents and development work utilising SCCM, App-v and Intune. These incidents have caused down time for our operational areas which has had a knock-on effect to the customer. EUC need to look at newer technology as a way of delivering these packaged business apps to the operational end user to ensure better availability and experience. We currently have limited experience of other deployments methods/technology and require external resource to provide support and skills in existing technology and migrations options such as MSI-X. Deployment technology has changed significantly over the last year and EUC are finding it harder to get legacy technology to work with the current methods of deployment that we use on a day to day basis. We now need to bring in expert resource to plan, build and deliver a new approach to modern application deployments.

Where the supplied staff will work

Wales

Who the organisation using the products or services is

Why the work is being done

DVLA are looking to move away from the current methods of application deployment and are seeking a highly skilled and experienced individual to implement a new approach and knowledge transfer their own skills and expertise in this area.

The business problem

As above. DVLA are looking to move off methods of App delivery/packaging and move to more modern approaches. DVLA requires a supplier to provide a flexible delivery of highly skilled Packaging Engineer services to aide in the design, development and support. All deliverables must be in line with DVLA solutions. The appointed supplier shall have the ability to deliver packaging engineering services in line with deliverables, as set out in the individual Statements of Work as well as having the ability to interact and give guidance on best practice and react to technical challenges. DVLA is responsible for the overall business requirements.

The people who will use the product or service

User type

All End users of DVLA devices

Definition

including DVLA Business transformation projects, Information Assurance Group, Cyber Security, existing business area (e.g. Human Resources, Finance, Estates).

Any pre-market engagement done

N/A

Work done so far

No work has been done to date – we continue to deploy applications as BAU (Business as Usual).

Which phase the project is in

Not applicable

Existing team

The EUC team is a large highly skilled workforce responsible for all change, management, support, security and reporting for every DVLA client device and client-side software solution. The 3rd line team with EUC consists of 4 staff focused on the technical delivery and ownership of all these devices as well as the supporting configuration and system control services such as SCCM, EndPoint Configuration Manager, Active Directory, O365, Defender, Client Side Proxy and Client VPN platforms. EUC 3rd Line are responsible for all architectural and design changes and implementations across all DVLA devices.

Address where the work will be done

The work will take place in DVLA offices in Swansea (DVLA, Morriston, Swansea and DVLA, RLDC, Swansea), and the supplier resource will work both remotely (within the UK) and with requirement to attend site a minimum of 3 days a week, but this could increase during the lifetime of the contract. This will be agreed with the DVLA Delivery Manager within Statement of Work iterations. Main Office Address: Longview Road, Morriston, Swansea, SA6 7JL

Working arrangements

Full Time, 5 days a week The charging mechanism in place for the Call-Off Contract and any agreed Statements of Work will be Time and Materials. Suppliers shall provide transparency to the Buyer on the rates paid to resources and any third parties in the supply-chain on request. Rates should be inclusive of T and S. Statements of Work will be issued to define the deliverables. The supplier’s team will need to work effectively with existing and future teams (both civil servants and other suppliers).

Security and vetting requirements

Baseline Personnel Security Standard (BPSS)

Security and vetting requirements

Security Check (SC)

Latest start date

1 July 2024

Expected contract length

Contract length

1 years 0 months 0 days

Optional extension

Special terms and conditions

special term or condition

Suppliers must be able to provide resources and onboard within a 2-week notice period with the necessary skills to minimise impact on delivery. This requirement constitutes a supply of resource: the off-payroll rules will apply to any workers engaged through a qualifying intermediary, such as their own limited company. DVLA is responsible for the overall business requirements.

Budget

Indicative maximum

£185000

Indicative minimum

The contract value is not specified by the buyer

Further information

The total value of all Statements of Work commissioned under the proposed call-off agreement will not exceed £185,000.

Contracted out service or supply of resource?

Supply of resource: the off-payroll rules may apply

2. Assessment criteria

How many suppliers to evaluate

5

Technical Competence

65%

Cultural fit

5%

Social values

10%

Price

20%

Technical competence

Essential skills and experience

25%

Nice-to-have skills and experience

5%

Technical questions

70%

Essential skills and experience

Description

Provide demonstrable evidence and experience (minimum 3 years) of delivering large scale Windows 10 and application deployments (including Office 365 Migration activities) in a secure government environment.

Weighting

10%

Description

Provide demonstrable evidence and experience of APP-V (minimum 1 example).

Weighting

10%

Description

Provide demonstrable evidence and experience (minimum 3 years) of working with Microsoft Endpoint Configuration Manager 2012 Task Sequences, software configurations or revision and deployment tasks.

Weighting

10%

Description

Provide demonstrable evidence and experience (minimum 3 years) of working with Office 365 at an Enterprise level to manage, secure and support both the entire endpoint clients as well as productivity platforms such as Teams, Exchange Online, OneDrive, SharePoint and the associated security and Conditional Access Policies.

Weighting

15%

Description

Provide demonstrable evidence and experience (minimum 3 years) of working with Power Shell and scripting languages to deliver Windows client and user configurations, changes, migrations and data extraction.

Weighting

15%

Description

Provide demonstrable evidence and experience (minimum 3 years) of working with Active Directory and Group Policy related to Windows 10 client, services and user management

Weighting

10%

Description

Provide demonstrable evidence (minimum 3 years) of supporting and maintaining Endpoint Security and policy via either McAfee ePO or Microsoft Defender for Endpoint.

Weighting

10%

Description

Provide demonstrable evidence (minimum 3 years) of application and acceptance testing, defect reporting and tracking or resolution of problems

Weighting

10%

Description

Provide demonstrable evidence and experience of SCCM 2007, SCCM 2012 and Microsoft Endpoint Configuration Manager (minimum 1 example).

Weighting

10%

Nice-to-have skills and experience

Description

Provide demonstrable evidence and experience of administrating the incident and change management functions in Service Now (minimum 1 example).

Weighting

40%

Description

Provide demonstrable evidence and experience of Windows Server (minimum 1 example).

Weighting

30%

Description

Provide demonstrable evidence and experience of Microsoft Intune or WorkSpace One (minimum 1 example).

Weighting

30%

Technical questions

Question

Describe how you will ensure that DVLA is supplied with high quality and appropriately skilled resources.

Weighting

30%

Question

Describe how you will provide specific expertise in end user compute along with operational experience and clearly demonstrating the essential skills outlined in the requirement.

Weighting

30%

Question

Provide up to three client focused examples where your organisation has provided the desired service capability.

Weighting

40%

Cultural fit questions

Question

Demonstrates a clear process for transferring knowledge to permanent staff within a client organisation (minimum of 1 example).

Weighting

50%

Question

Ability to manage stakeholder expectations, ensure clarity of communication and ensure any risks are appropriately raised. (minimum of 1 example).

Weighting

50%

Social value questions

Question

Social Value Theme 2 ‘Tackling economic inequality’- MAC 2.3 - MAC 2.3 ‘Education and training’; • How will your organisation support educational attainment relevant to the contract, including training schemes that address skills gaps and result in recognised qualifications, e.g., Apprenticeships, Industry placements, Traineeships

Weighting

100%

Pricing model

Time and materials

Additional assessment methods

Case study

Work history

Question and answer session details

N/A

How suppliers will be scored

Level

Not Met

Score

0

Description

Insufficient evidence The response does not meet any of the requirements or no response has been provided. An unacceptable and / or non-compliant response with serious reservations, demonstrating no understanding of the requirement.

Level

Partially Met

Score

1

Description

The response has met some, but not all elements of the requirement. The response does not demonstrate a full understanding of the requirement posing major concerns.

Level

Met

Score

2

Description

The response is acceptable and meets all the basic requirements.

Level

Exceeded

Score

3

Description

The response exceeds requirements, providing detail that minimises risks to delivery. The response is comprehensive and unambiguous, demonstrating a thorough understanding of the requirements and providing details of how the requirement will be met in full.

3. Timeline

Publication of stage 1

10/04/2024

Clarification period closes

16/04/2024 16:00

Deadline for suppliers to submit their stage 1 responses

24/04/2024 16:00