Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Mr Harrison Crick
Telephone
+44 3330138313
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/login
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
CO0033 Social Care Platform Programme
Reference number
DN631938
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
Essex County Council is submitting to tender the requirements for the provision of a fully integrated Social Care Case Management Solution, to include Adults, Children & Families Social Care as well as an integrated financial solution. We are seeking an innovative, solution focussed Supplier, willing and capable of delivering a practice-led solution to meet the challenges of the changing UK social care landscape, the demands of citizen and provider self-serve and the technology industry integration agenda to support the delivery of social care throughout Essex. The Authority propose to establish a contract for an Initial term of seven years, with the potential to extend up to a further three years (whether in single or multiple extensions).
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48442000 - Financial systems software package
- 48443000 - Accounting software package
- 72211000 - Programming services of systems and user software
- 72212100 - Industry specific software development services
- 72212180 - Medical software development services
- 72212217 - Transaction-processing software development services
- 72212440 - Financial analysis and accounting software development services
- 72212441 - Financial analysis software development services
- 72212442 - Financial systems software development services
- 72212443 - Accounting software development services
- 72212517 - IT software development services
- 72212900 - Miscellaneous software development services and computer systems
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
The Authority are procuring a single supplier of a fully integrated case management system covering adults, children and families social care and associated financial solutions. This system will be the foundation of our social care platform solution and will be central to the management of our social care offering.
A phased implementation approach is required with two go-live dates. The period between the two go-live dates must not be more than 12 weeks, with the second go-live date being no more than 18 months following contract commencement.
The supplier must provide a practice-led solution with the ability to evolve at pace, in function and scope to meet changing technology, social care legislation and practice throughout the duration of the contract.
The solution must be capable of meeting all current and emerging legislation, and guidance including monitoring, managing and delivering the new duties and responsibilities arising from the Health and Care Act 2022, including care charging reforms, CQC inspection regimes and partnership working with the NHS and other partners.
In addition to fully supporting a people and young people-centric approach, the solution must aid Authority social work practitioners in critical day-to-day responsibilities like safeguarding and reablement and at a people and young people level must enable self-management, individual budgets and direct payments.
Ambition for this solution is high. It must be resilient, stable and reliable. The Authority is seeking a supplier to work in collaboration to ensure value for money, best practice and continuous improvement is achieved throughout the contract duration. The Supplier will be required to proactively undertake horizon scanning and bring innovation or market changes to Authority attention.
Data will be required to be migrated from multiple live and legacy systems. The Supplier must be willing and able to open the proposed solution to all/any integration required by the Authority. It will have the capability for improved information sharing between Social Care, Health and other Partners. The solution must have effective business processes in terms of efficiency and automation and will have the ability to provide effective business and financial reporting to support operational services.
two.2.5) Award criteria
Quality criterion - Name: Quality including Social Value / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 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
The Authority has stated a maximum indicative value of £6m in the tender for Authority resources to support the implementation of the Suppliers Solution. Details can be found at section 4.4 Constraints of the Specification.
Further details can be found in the tender pack.
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: 2020/S 232-573847
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 December 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 February 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
Duration in months: 8 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice The Strand
London
WC2A 2LL
Country
United Kingdom