Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Lorna Foxall
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
Telephone
+44 2079476112
Country
United Kingdom