Tender

Children and Adults case Management Solution Framework

  • capitalEsourcing
  • Royal Borough of Kensington and Chelsea
  • Westminster City Council

F01: Prior information notice (call for competition)

Notice identifier: 2021/S 000-000070

Procurement identifier (OCID): ocds-h6vhtk-02878c

Published 4 January 2021, 11:08pm



Section one: Contracting authority

one.1) Name and addresses

capitalEsourcing

64 Victoria Street

London

SW1E 6QP

Contact

tgbadebo@westminster.gov.uk

Email

tgbadebo@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.westminster.gov.uk

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

Hornton Street

London

W8 7NX

Email

tgbadebo@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.rbkc.gov.uk

one.1) Name and addresses

Westminster City Council

64, Victoria Street

London

SW1E 6QP

Email

tgbadebo@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.westminster.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Children and Adults case Management Solution Framework

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

This framework will allow both Children and Adult Social Care to procure the Case management as and when needed.

At the heart of this implementation is a fundamental outcome: putting children and families at the heart of the design and supporting them in the most effective way. This is a revolution in case management, moving it from being an administrative tool to taking the role of an enabler of best practice within social work delivery.

Bi-borough Children's Services are also keen to collaborate and jointly design a new approach to case management this exercise will enable potential suppliers to co create the end solution with Bi borough and develop a unique and innovative product for the benefit of the market as whole.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Core case management system

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Scope

The following Service areas will need to be covered to achieve this

CareLeavers

Case Notes and Events

MASH

Missing Children

Early Help

Emergency Duty Team

Family Collaboration Functionality (see Lot 4)

Referrals

CIN - CP

Fostering & Adoption

Finance

LAC

Short Breaks

Disable Children’s Service

Alongside this a set of common requirements will be required to service all areas of the system.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

24 +24

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile working

Lot No

2

two.2.2) Additional CPV code(s)

  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 72200000 - Software programming and consultancy services
  • 72212983 - Development software development services
  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Our ambitions for this Lot are:

• Making as much of the functionality in Lot 1 available to practitioners on the move, this could be through app based technology or equally mobile connectivity back to the core case management system.

• We would look to encourage suppliers bidding for Lot 1 to also consider bidding for this Lot where their product can support the requirements.

• If achievable the provision of off-line records should also be available, for where there isn’t an available network connection.

The detailed requirements are defined within the Lot 2 – Mobile Working Functional Requirements and Lot 2 - Mobile Working Non-functional Requirements documents of this procurement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 +2 years

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Third Party Collaboration solution

Lot No

3

two.2.2) Additional CPV code(s)

  • 72212700 - Software development services utilities
  • 72227000 - Software integration consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Enabling 2-way collaboration with 3rd parties.

The detailed requirements are defined within the “Lot 3 – Third Party Collaboration Functional Requirements” and “Lot 3 – Third Party Collaboration Non-functional Requirements” documents of this procurement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 + 2 years

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Family Collaboration Solution

Lot No

4

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48170000 - Compliance software package

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Our ambitions for this Lot are:

• Use the best of technology to collaborate directly with families and enable this collaboration to support our provision of care. This should also enable a family story style view of records.

• The solution should build on the extensive use of technology by children and young people.

• Enable transparent and appropriate interaction with records so that children and families can help influence, understand and be part of their own journey.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 + 2 years

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Listed in the Instruction to tender.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

1 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.5) Scheduled date for start of award procedures

14 May 2021


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To register an expression of Interest go via the E-procurement portal CapitalESourcing; https://www.capitalesourcing.com

Or browse as follows:

— connect to https://www.capitalesourcing.com

— enter your Username and Password,

— go to published opportunities,

— click on the project Title 'Children and Adult Case Management Solution Framework' to view details.

The full list of all current Opportunities can always be accessed at:

https://www.capitalesourcing.com/esop/toolkit/opportunity/opportunityList.do?reset=true&resetstored=true&oppList=CURRENT&_ncp=1608149368835.1236279-1

six.4) Procedures for review

six.4.1) Review body

Procurement Services, Westminster City Council

64 Victoria Street

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

International Dispute Resolution Centre, 70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom