Section one: Contracting authority
one.1) Name and addresses
Birmingham City Council on behalf of Birmingham Children's Trust
Lancaster Circus
Birmingham
B4 7WB
Contact
Corporate Procurement Services
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
Buyer's address
www.in-tendhost.co.uk/birminghamcc
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.in-tendhost.co.uk/birminghamcc
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.in-tendhost.co.uk/birminghamcc
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
Provision of Cloud Based Youth Offending System for Birmingham Childrens Trust (BCT)
Reference number
P1125
two.1.2) Main CPV code
- 72212311 - Document management software development services
two.1.3) Type of contract
Services
two.1.4) Short description
The Youth Offending Service has used Careworks ‘Care Director’ since 2001 as its Case Management System (CMS). The Contract will last for 36 months with the options to renew for an additional 12 months plus 12 months (unless terminated under the terms and conditions of contract).The Contract will be awarded to one supplier.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72212445 - Customer Relation Management software development services
- 72212517 - IT software development services
- 72212670 - Real time operating system software development services
- 72212780 - System, storage and content management software development services
- 72212600 - Database and operating software development services
- 72212610 - Database software development services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
two.2.4) Description of the procurement
To complete youth justice business effectively, efficiently, and professionally, we would require the following from the chosen system (please note that the below list is not exhaustive):• The system shall be compliant will current Youth Justice Board data schemas and reporting requirements and the supplier must demonstrate a forward plan for remaining compliant over time.• Proven track record of being compliant with YJB requirements over the last 2 years• Able to monitor caseloads and support practitioners and managers to effectively manage caseloads and pending workload. Simple reporting and extraction of management information.• Ability to handle multiple teams and workers working across multiple teams.• Ability to handle multiple managers in a single team allowing countersigning across the management team.• Specifically designed for Youth Offending Teams (YOT) to record all aspects of youth justice case management in a dynamic manner. • Reuses information throughout the system, reducing duplications and the need for extra work by the Service.• Fully meet the requirements of the current YJB AssetPlus framework allowing YOT to YOT transfers, where CMS allows this.• Fully meet the requirements of the YJB connectivity framework for transfer of information to the Ministry of Justice’s Youth Custody Service. • YJMIS data extract tool with error checking and data cleaning within the system.• Clear identification of errors within AssetPlus allowing case managers to easily rectify issues.• Easy integration with external systems and reporting products.• Enable Regulatory compliance• User friendly and customisable to meet the needs of the Service • Individualised and flexible configuration to allow/disallow access to parts of the system dependent upon role.• Allow easy cross referencing of AssetPlus records between children and families • Safe space for containing victim information that is not mixed with offending cohort data including ability to retain anonymised data.• Ability to deal with retention and deletion of records with minimal manual involvement.• Ability for read-only access• Compatible with currently supported versions of major web browsers
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
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
With the option to extend for a further two 12 month extensions subject to satisfactory performance and funding availability.
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
Further details will be provided in the tender documentation.
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity, please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant tender documentation.If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk Your completed tender submission should be returned by noon on 26th June 2023 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom