Procurement Lincolnshire: LCC Case Management Partnership Programme

  Procurement Lincolnshire has published this notice through Delta eSourcing

Notice Summary
Title: LCC Case Management Partnership Programme
Notice type: Contract Notice
Authority: Procurement Lincolnshire
Nature of contract: Services
Procedure: Restricted
Short Description: Lincolnshire County Council is looking for expressions of interest from suppliers interested in supplying highly user-configurable, off-the-shelf and bespoke software and related services to support the end-to-end implementation, including migration from existing systems, possible hosting to IL3 standard, and on-going maintenance and support, of a person-based case management system. The software is required to be highly configurable and capable of local adaptation to meet evolving business needs. Initially, the Council will focus on case management to support the delivery of social care services to children, adults and carers, and also on the delivery of public health services (preventative and early intervention) to service users. The system is required to support a range of access methods for staff, customers, providers and third parties, including direct access, portal based access, and electronic data transfer from and to other systems, internal and external to the Council. The system is required to enable the Council to expand the use of the system to support the delivery of other person-based, case management applications by the Council, and / or by the Council in partnership with other agencies underpinned by secure data sharing. The system is required to be capable of future integration with the Council’s corporate data warehouse and master data management arrangements. The Council is looking for a supplier who has the ability to introduce innovation in the use of technology and associated processes across the Authority with a focus on continuous improvement. This concept of innovation should equally apply to the financial aspects of the contract. The Council expects suppliers to be aware of continuing changes that are occurring in technology and requires suppliers to be able to be flexible in order to take account any such changes that will inevitably occur during the term of the contract. The contract shall include a phased implementation and on-going maintenance and support service.
Published: 24/04/2013 15:01

View Full Notice

UK-Lincoln: Software package and information systems.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Lincolnshire County Council
      County Offices, Newland, Lincoln, Lincoln, LN1 1YT, United Kingdom
      Tel. +44 1522553267, Email: zoe.heywood@lincolnshire.gov.uk, URL: http://microsites.lincolnshire.gov.uk/procurement
      Contact: Zoe Heywood

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: LCC Case Management Partnership Programme
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKF30 - Lincolnshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Software package and information systems. Software support services. Software maintenance and repair services. Lincolnshire County Council is looking for expressions of interest from suppliers interested in supplying highly user-configurable, off-the-shelf and bespoke software and related services to support the end-to-end implementation, including migration from existing systems, possible hosting to IL3 standard, and on-going maintenance and support, of a person-based case management system. The software is required to be highly configurable and capable of local adaptation to meet evolving business needs. Initially, the Council will focus on case management to support the delivery of social care services to children, adults and carers, and also on the delivery of public health services (preventative and early intervention) to service users.

The system is required to support a range of access methods for staff, customers, providers and third parties, including direct access, portal based access, and electronic data transfer from and to other systems, internal and external to the Council. The system is required to enable the Council to expand the use of the system to support the delivery of other person-based, case management applications by the Council, and / or by the Council in partnership with other agencies underpinned by secure data sharing. The system is required to be capable of future integration with the Council’s corporate data warehouse and master data management arrangements. The Council is looking for a supplier who has the ability to introduce innovation in the use of technology and associated processes across the Authority with a focus on continuous improvement. This concept of innovation should equally apply to the financial aspects of the contract. The Council expects suppliers to be aware of continuing changes that are occurring in technology and requires suppliers to be able to be flexible in order to take account any such changes that will inevitably occur during the term of the contract. The contract shall include a phased implementation and on-going maintenance and support service.
         
      II.1.6)Common Procurement Vocabulary:
         48000000 - Software package and information systems.
         
         72261000 - Software support services.
         
         72267000 - Software maintenance and repair services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      A contract for 5 years with the option of extension for periods of up to a maximum of a further 5 years in total                  
         Estimated value excluding VAT:
         Range between: 5,000,000 and 10,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: A contract for 5 years with the option of extension for periods of up to a maximum of a further 5 years in total                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/01/2014
         Completion: 31/12/2018

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A performance bond will be required in the form set out in the contract terms and conditions (which will be included in the invitation to tender document).
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Financing conditions and payment arrangements will be set out in the contract terms and conditions (which will be included in the invitation to tender document).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The contracting authority requires that any contract awarded shall be entered into by a single legal entity. If a bid is made jointly by more than one economic operator (including a consortium) bidders must nominate a prime/lead bidder with which the contracting authority can contract (and which will be solely responsible and liable for the performance of the contract).
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         The criteria will be detailed in the Pre-Qualification Questionnaire   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PL.12.069      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 28/05/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/06/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=56523025
GO-2013424-PRO-4756295 TKR-2013424-PRO-4756294
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Procurement Lincolnshire
      c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
      Tel. +44 1522553649, Email: procurement.lincolnshire@lincolnshire.gov.uk

      VI.4.2)Lodging of appeals: In accordance with the Public Contracts Regulations 2006 (as amended)   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Procurement Lincolnshire
      c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
      Tel. +44 1522553649, Email: procurement.lincolnshire@lincolnshire.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 24/04/2013

ANNEX A

View any Notice Addenda

LCC Case Management Partnership Programme

UK-Lincoln: Software package and information systems.

Section I: Contracting Authority
   Title: UK-Lincoln: Software package and information systems.
   I.1)Name, Addresses And Contact Point(s)
      Lincolnshire County Council
      County Offices, Newland, Lincoln, Lincoln, LN1 1YT, United Kingdom
      Tel. +44 1522553267, Email: zoe.heywood@lincolnshire.gov.uk, URL: http://microsites.lincolnshire.gov.uk/procurement
      Contact: Zoe Heywood
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: LCC Case Management Partnership Programme
      II.1.2)Short description of the contract or purchase:
      Software package and information systems. Software support services. Software maintenance and repair services. Lincolnshire County Council is looking for expressions of interest from suppliers interested in supplying highly user-configurable, off-the-shelf and bespoke software and related services to support the end-to-end implementation, including migration from existing systems, possible hosting to IL3 standard, and on-going maintenance and support, of a person-based case management system. The software is required to be highly configurable and capable of local adaptation to meet evolving business needs. Initially, the Council will focus on case management to support the delivery of social care services to children, adults and carers, and also on the delivery of public health services (preventative and early intervention) to service users.

The system is required to support a range of access methods for staff, customers, providers and third parties, including direct access, portal based access, and electronic data transfer from and to other systems, internal and external to the Council. The system is required to enable the Council to expand the use of the system to support the delivery of other person-based, case management applications by the Council, and / or by the Council in partnership with other agencies underpinned by secure data sharing. The system is required to be capable of future integration with the Council’s corporate data warehouse and master data management arrangements. The Council is looking for a supplier who has the ability to introduce innovation in the use of technology and associated processes across the Authority with a focus on continuous improvement. This concept of innovation should equally apply to the financial aspects of the contract. The Council expects suppliers to be aware of continuing changes that are occurring in technology and requires suppliers to be able to be flexible in order to take account any such changes that will inevitably occur during the term of the contract. The contract shall include a phased implementation and on-going maintenance and support service.
A Suppliers Bidder Day for the CMPP contract is being held on the 2 May 2013. The details are as follows:
•   Date: 2 May 2013
•   Time: 12.30 (for 1 p.m. start) to 16:00
•   Location: Epic Centre (Lincolnshire Events Centre), Lincolnshire Showground, Grange de Lings, Lincoln.
•   Purpose/Objectives: for LCC to set out the LCC vision, overview its requirements, and to provide an overview of the process and procurement timetable
If you would like to attend the bidder’s day then please e-mail procurement.linconshire@lincolnshire.gov.uk to book your place.
For more information about this opportunity, please visit the Delta E-Sourcing portal at: https://www.delta-esourcing.com/tenders/??notice-title??/ZQN86TJ654
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZQN86TJ654
If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
      
      II.1.3)Common procurement vocabulary:
      48000000 - Software package and information systems.
      
      72261000 - Software support services.
      
      72267000 - Software maintenance and repair services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: PL.12.069      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 105271
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 24/04/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice:            
            Place of text to be added: Description
            
            Text to be added: A Suppliers Bidder Day for the CMPP contract is being held on the 2 May 2013. The details are as follows:
•   Date: 2 May 2013
•   Time: 12.30 (for 1 p.m. start) to 16:00
•   Location: Epic Centre (Lincolnshire Events Centre), Lincolnshire Showground, Grange de Lings, Lincoln.
•   Purpose/Objectives: for LCC to set out the LCC vision, overview its requirements, and to provide an overview of the process and procurement timetable
If you would like to attend the bidder’s day then please e-mail procurement.linconshire@lincolnshire.gov.uk to book your place.
For more information about this opportunity, please visit the Delta E-Sourcing portal at: https://www.delta-esourcing.com/tenders/??notice-title??/ZQN86TJ654
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZQN86TJ654
If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.

      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=58228852
GO-2013425-PRO-4759393 TKR-2013425-PRO-4759392

      VI.5)Date of dispatch: 25/04/2013

View Award Notice

UK-Lincoln: Software package and information systems.

Section I: Contracting Authority
   Title: UK-Lincoln: Software package and information systems.
   I.1)Name, Addresses and Contact Point(s):
      Lincolnshire County Council
      County Offices, Newland, Lincoln, Lincoln, LN1 1YT, United Kingdom
      Tel. +44 1522553267, Email: zoe.heywood@lincolnshire.gov.uk, URL: http://microsites.lincolnshire.gov.uk/procurement
      Contact: Zoe Heywood

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: LCC Case Management Partnership Programme      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKF30 - Lincolnshire         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Software package and information systems. Software support services. Software maintenance and repair services. Lincolnshire County Council is looking for expressions of interest from suppliers interested in supplying highly user-configurable, off-the-shelf and bespoke software and related services to support the end-to-end implementation, including migration from existing systems, possible hosting to IL3 standard, and on-going maintenance and support, of a person-based case management system. The software is required to be highly configurable and capable of local adaptation to meet evolving business needs. Initially, the Council will focus on case management to support the delivery of social care services to children, adults and carers, and also on the delivery of public health services (preventative and early intervention) to service users.

The system is required to support a range of access methods for staff, customers, providers and third parties, including direct access, portal based access, and electronic data transfer from and to other systems, internal and external to the Council. The system is required to enable the Council to expand the use of the system to support the delivery of other person-based, case management applications by the Council, and / or by the Council in partnership with other agencies underpinned by secure data sharing. The system is required to be capable of future integration with the Council’s corporate data warehouse and master data management arrangements. The Council is looking for a supplier who has the ability to introduce innovation in the use of technology and associated processes across the Authority with a focus on continuous improvement. This concept of innovation should equally apply to the financial aspects of the contract. The Council expects suppliers to be aware of continuing changes that are occurring in technology and requires suppliers to be able to be flexible in order to take account any such changes that will inevitably occur during the term of the contract. The contract shall include a phased implementation and on-going maintenance and support service.
      II.1.5)Common procurement vocabulary:
         48000000 - Software package and information systems.
         72261000 - Software support services.
         72267000 - Software maintenance and repair services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 75
         Price - 25
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PL.12.069         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: PL12.069

      V.1)Date Of Contract Award: 03/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Corelogic Limited
         Postal address: Suncourt House, 18 – 26 Essex Road
         Town: London
         Postal code: NB1 8LN
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 1,300,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=81755664
GO-20131217-PRO-5339173 TKR-20131217-PRO-5339172   
   VI.3.1)Body responsible for appeal procedures:
      Procurement Lincolnshire
      c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
      Tel. +44 1522553649, Email: procurement.lincolnshire@lincolnshire.gov.uk
   VI.3.2)Lodging of appeals: In accordance with the Public Contracts Regulations 2006 (as amended)    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Procurement Lincolnshire
      c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
      Tel. +44 1522553649, Email: procurement.lincolnshire@lincolnshire.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 17/12/2013