Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
UK
Person cyswllt: Ms Laraine Tolson
Ffôn: +44 333
E-bost: laraine.tolson@essex.gov.uk
NUTS: UKH3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.essex.gov.uk/
Cyfeiriad proffil y prynwr: https://www.essex.gov.uk/
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CO0371 - Social Care Platform Programme (SCPP)
Cyfeirnod: CO0371
II.1.2) Prif god CPV
72000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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 and 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 and thereafter this will be terminated on notice.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Cynnig isaf: 5 000 000.00 GBP / Y cynnig uchaf: 12 000 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
48000000
48100000
48442000
48443000
72211000
72212100
72212180
72212217
72212440
72212441
72212442
72212443
72212517
72212900
II.2.3) Man cyflawni
Cod NUTS:
UKH3
II.2.4) Disgrifiad o’r caffaeliad
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 a social care offering.
A phased implementation approach is required with two go-live dates. The period between the 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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality including Social Value
/ Pwysoliad: 80
Price
/ Pwysoliad:
20
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-032876
Section V: Dyfarnu contract
Rhif Contract: CO0371
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
29/07/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 3
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Access UK Ltd
Loughborough
UK
NUTS: UKH3
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cynnig isaf: 5 000 000.00 GBP / Y cynnig uchaf: 12 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
This procurement was conducted as a Competitive Procedure with Negotiation, in accordance with Regulation 26 of the Public Contracts Regulation 2015.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice The Strand
London
WC2A 2LL
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
21/08/2025