Contract notice

Information

Published

Expire date: 02/05/2023

External Reference: 2023-584467

FTS Reference: 2023-009556

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Borough Council of Calderdale
184 3147 61
Town Hall, Crossley Street
Halifax
HX1 1UJ
UK
Contact person: Lorna Foxall
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Integrated Social Care & Finance Case Management System
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

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)

Description

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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed within the Tender documents provided.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/05/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/05/2023
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  20/09/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/