Section one: Contracting authority
one.1) Name and addresses
General Optical Council
10 Old Bailey
London
EC4M 7NG
Contact
K Watts
Telephone
+44 2073073455
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA14321
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Healthcare Regulator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electronic Case Management System (Fitness to Practise)
two.1.2) Main CPV code
- 72262000 - Software development services
two.1.3) Type of contract
Services
two.1.4) Short description
We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process.
We have developed a working list of needs (Annex A to the Expression of Interest document), but we stress that this is not a specification document (more detailed specifications of our requirements will be provided within the pack at the full tender stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest.
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: £460,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72210000 - Programming services of packaged software products
- 72262000 - Software development services
- 72232000 - Development of transaction processing and custom software
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
YOU MUST READ THE FULL EXPRESSION OF INTEREST NOTICE, AND YOU MUST COMPLETE THE EXPRESSION OF INTEREST QUESTIONNAIRE TO BE CONSIDERED FOR THIS OPPORTUNITY (both documents are attached to this notice and are also available at: https://optical.org/en/about-us/get-involved/tenders/). The Expression of Interest Questionnaire MUST be uploaded to the electronic postbox facility on this mytenders.co.uk site. We will not accept any other form of submission.
We are the regulator for the optical professions in the UK. Our purpose is to protect the public by promoting high standards of education, performance and conduct amongst opticians. We currently register around 30,000 optometrists, dispensing opticians, student opticians and optical businesses. All individuals (and optical businesses that meet certain criteria) must be registered with the GOC to be able to carry out clinical practices that are restricted by law to registered persons.
A brief description of our four core regulatory functions is:
- Setting standards for optical education and training, performance and conduct.
- Approving qualifications leading to registration.
- Maintaining a register of individuals who are qualified and fit to practise, train or carry on business as optometrists and dispensing opticians.
- Investigating and acting where registrants’ fitness to practise, train or carry on business is impaired.
Our website is at: www.optical.org
We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process.
We have developed a working list of needs (Annex A to the Expression of Interest notice document), but we stress that this is not a final specification document (more detailed specifications of our requirements will be provided within the ITT pack at that stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest.
We require a CMS that, in meeting our overarching list of needs (Annex A), provides the GOC with the following benefits:
- improvements in case progression timeliness, through:
a) automated workflow management
b) fewer keystrokes
c) enhanced management control, oversight and reporting
d) automatic escalations
e)configured user dashboards
- reduction in lost hearing days, achieved through semi-automated scheduling and improved conflict checking.
- resource efficiencies, achieved through significantly leaner processes
- tangible customer service improvements (leading to excellent customer service), achieved through:
a) automated updates
b) fully documented processes
c) modern customer feedback processes
d) reduction in risk via automatic draw-through of data across areas of work
- reduction in data breaches through automation of templates
All the above go towards our overarching objective to protect the public.
This list of potential benefits is a work in progress and a final benefits map will be provided at ITT stage.
We anticipate that there will be two phases to the CMS build, with a go-live date for phase one (‘must have’ and ‘should have’ requirements) of no later than 30 June 2023, and with phase two (‘could have’ requirements) being subject to (a) successful completion of phase one and (b) an internal GOC benefits validation process in respect of the phase one build.
This means that there is likely to be a gap between the end of phase one and the commencement of phase two, and that a phase two build will be contractually at the GOC’s discretion.
Ongoing technical support for the developed system (both phase one and phase two product) will be required to 31 March 2026, with an additional 12-month support extension option available to the GOC. This support aspect will be contractually contingent upon the GOC accepting the build product(s).
two.2.5) Award criteria
Quality criterion - Name: The extent to which we consider that the proposed solution would meet the GOC Business Requirements Specification / Weighting: 25 per cent
Quality criterion - Name: Our level of confidence that the proposed solution will integrate with our existing systems/software / Weighting: 15 per cent
Quality criterion - Name: Overall quality of the proposed support package and its ability to meet GOC requirements / Weighting: 15 per cent
Quality criterion - Name: The track record of the Bidder in delivering a similar solution in a similar environment, and any testimonials that are provided in this regard / Weighting: 10 per cent
Quality criterion - Name: GOC data will continue to be stored within GOC’s environment. If not, the level of GOC risk arising from data management and migration proposals and how that risk would be managed / Weighting: 5 per cent
Quality criterion - Name: Assessment of the security of your information system Assessment of the network/system security measures that are in place Incident handling procedures / Weighting: 5 per cent
Cost criterion - Name: Actual cost to the GOC (of the whole system and support package) / Weighting: 25 per cent
two.2.11) Information about options
Options: No
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.2.14) Additional information
A reminder that you MUST complete the Expression of Interest Questionnaire and upload it to the electronic postbox facility on this site if you wish to be considered for full tender selection.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-021348
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
13 March 2023
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
iTS Computing Ltd
Belfast
Country
United Kingdom
NUTS code
- UKN06 - Belfast
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: £460,000
Total value of the contract/lot: £443,543
Section six. Complementary information
six.3) Additional information
Interested parties who are subsequently invited to tender in full will be required at that stage to address other relevant provisions set out in section 5, sub-section 7 of the Public Contracts Regulations 2015. (For example, relating to economic and financial standing, and to technical and professional ability).
This will also apply to any other entities that the proposed supplier intends to rely upon if awarded the contract (see regulation 63).
(MT Ref:229023)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit