II.1)
Scope of the procurement
Integrated Social Care & Finance Case Management System
72000000
-
IT services: consulting, software development, Internet and support
Services
II.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.
II.1.5)
Estimated total value
Value excluding VAT: 8600000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
85000000
-
Health and social work services
II.2.3)
Place of performance
NUTS code:
UKE44 -
Calderdale and Kirklees
Main site or place of performance:
Calderdale
II.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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 8600000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2023
/
End:
30/11/2028
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.
II.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.
II.2.10)
Information about variants
Variants will be accepted:
no
II.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.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no