Tender

Integrated Social Care & Finance Case Management System

  • The Borough Council of Calderdale

F02: Contract notice

Notice identifier: 2023/S 000-009556

Procurement identifier (OCID): ocds-h6vhtk-03b7fd

Published 31 March 2023, 6:54pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Lorna Foxall

Email

lorna.foxall@calderdale.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=66938&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=66938&B=UK

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

Integrated Social Care & Finance Case Management System

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

A fully integrated Software As A Service (SAAS) Adults, Children’s, Early Help and Finance Social Care Case Management System (the System). The System must provide the ability to manage the cases of all Adults & Children’s Social Care work and Early Help Services and meet all relevant statutory requirements.

two.1.5) Estimated total value

Value excluding VAT: £8,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Calderdale

two.2.4) Description of the procurement

A fully integrated Software As A Service (SAAS) Adults, Children’s, Early Help and Finance Social Care Case Management System (the System). The System must provide the ability to manage the cases of all Adults & Children’s Social Care work and Early Help Services and meet all relevant statutory requirements.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,600,000

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

Start date

1 December 2023

End date

30 November 2028

This contract is subject to renewal

Yes

Description of renewals

The initial contract term is 5 years. The Council shall have the option to further extend the contract term on the same terms for a further period or periods of not less than 12 months, up to a maximum overall extension period of 10 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Under the Public Contracts Regulations 2015, the Tender process being utilised by the Council is a Competitive Procedure with Negotiation. This is made up of an initial Supplier Selection stage, followed by a subsequent Invitation to Submit Initial Tender (ISIT) stage and finally, by an Invitation to Submit Final Tender stage (ISFT). It is at the Council’s discretion to decide whether this final stage is required. Interested parties are required to complete the standard selection questionnaire and supplier selection questionnaire (SSQ) which seeks responses in relation to their technical capacity and professional capability, and their economic and financial standing. The Council will evaluate the SSQ responses and select no more than three of the highest ranking qualified candidates, who will be taken through to the ISIT stage. These Tenderers will be required to submit a written Tender in accordance with the ISIT document and also provide a demonstration to the Council. At the Council’s discretion, no more than 3 of the highest scoring Tenderers may subsequently be taken through to the ISFT stage. Alternatively, the Council reserves the right to proceed with awarding the Contract to the highest scoring Tender following successful submission and acceptance at the ISIT stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract term is 5 years. The Council shall have the option to further extend the contract term on the same terms for a further period or periods of not less than 12 months, up to a maximum overall extension period of 10 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

As detailed within the Tender documents provided.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the Tender documents provided.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 tenders or requests to participate

Date

2 May 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 May 2023

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 20 September 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Section IV.1.4 - No more than three of the highest scoring Tenderers will be subsequently taken through to the negotiation and ISFT stage. It is at the Council’s discretion to decide whether a final stage is required.

Section IV.1.5 - The Council reserves the right to proceed with awarding the Contract without any further negotiation to the highest scoring Tender following successful submission and acceptance at the ISIT stage.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/