Tender

Provision of Cloud Based Youth Offending System for Birmingham Childrens Trust (BCT)

  • Birmingham City Council on behalf of Birmingham Children's Trust

F02: Contract notice

Notice identifier: 2023/S 000-014890

Procurement identifier (OCID): ocds-h6vhtk-03cf4e

Published 25 May 2023, 11:34am



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

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

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