Section one: Contracting authority
one.1) Name and addresses
capitalEsourcing, Royal Borough of Kensington and Chelsea,Westminster City Council
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Children and Adults case Management Solution Framework
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This framework will allow both children and adult social care to procure the Case management as and when needed.At the heart of this implementation is a fundamental outcome: putting children and families at the heart of the design and supporting them in the most effective way. This is a revolution in case management, moving it from being an administrative tool to taking the role of an enabler of best practice within social work delivery.Bi-borough Children's Services are also keen to collaborate and jointly design a new approach to case management this exercise will enable potential suppliers to co create the end solution with Bi borough and develop a unique and innovative product for the benefit of the market as whole.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Core Case Management System
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
scopeThe following service areas will need to be covered to achieve thisCareLeaversCase Notes and EventsMASHMissing ChildrenEarly HelpEmergency Duty TeamFamily Collaboration Functionality (see Lot 4)ReferralsCIN — CPFostering and AdoptionFinanceLACShort BreaksDisable Children’s Service.Alongside this a set of common requirements will be required to service all areas of the system.
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
60
This contract is subject to renewal
Yes
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Lot No: 2
Lot No
2
two.2.2) Additional CPV code(s)
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
Our ambitions for this lot are:• making as much of the functionality in Lot 1 available to practitioners on the move, this could be through app based technology or equally mobile connectivity back to the core case management system.• we would look to encourage suppliers bidding for Lot 1 to also consider bidding for this Lot where their product can support the requirements.• if achievable the provision of off-line records should also be available, for where there isn’t an available network connection.The detailed requirements are defined within the Lot 2 – Mobile Working Functional Requirements and Lot 2 - Mobile Working Non-functional Requirements documents of this procurement.
two.2.5) Award criteria
Cost criterion - Name: Cost Criteria 1 / Weighting: 1
Cost criterion - Name: Cost Criteria 2 / Weighting: 2
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
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) Description
two.2.1) Title
Third Party Collaboration Solution
Lot No
3
two.2.2) Additional CPV code(s)
- 72212700 - Software development services utilities
- 72227000 - Software integration consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
Enabling 2-way collaboration with 3rd parties.The detailed requirements are defined within the ‘Lot 3 – Third Party Collaboration Functional Requirements’ and ‘Lot 3 – Third Party Collaboration Non-functional Requirements’ documents of this procurement.
two.2.5) Award criteria
Cost criterion - Name: Cost Criteria 1 / Weighting: 1
Cost criterion - Name: Cost Criteria 2 / Weighting: 2
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
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) Description
two.2.1) Title
Family Collaboration Solution
Lot No
4
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48170000 - Compliance software package
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
Our ambitions for this Lot are:• use the best of technology to collaborate directly with families and enable this collaboration to support our provision of care. This should also enable a family story style view of records.• the solution should build on the extensive use of technology by children and young people.• enable transparent and appropriate interaction with records so that children and families can help influence, understand and be part of their own journey.
two.2.5) Award criteria
Cost criterion - Name: Cost Criteria 1 / Weighting: 1
Cost criterion - Name: Cost Criteria 2 / Weighting: 2
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 expressions of interest
Date
21 January 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.5) Scheduled date for start of award procedures
30 April 2021
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To register an expression of Interest go via the e-procurement portal CapitalESourcing; https://www.capitalesourcing.comOr browse as follows:— connect to https://www.capitalesourcing.com— enter your Username and Password,— go to published opportunities,— click on the project Title 'Children and Adult Case Management Solution Framework' to view details.The full list of all current Opportunities can always be accessed at:https://www.capitalesourcing.com/esop/toolkit/opportunity/opportunityList.do?reset=true&resetstored=true&oppList=CURRENT&_ncp=1608149368835.1236279-1
six.4) Procedures for review
six.4.1) Review body
Procurement Services, Westminster City Council
64 Victoria Street
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
International Dispute Resolution Centre, 70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom