Notice Information
Notice Title
SCC RP Coroners CMS
Notice Description
The Surrey Senior Coroner is a judicial office holder and operates independently of Surrey County Council (SCC). SCC has a statutory duty to meet all the costs of the coroner service and to provide the Senior Coroner with sufficient staff, and suitable premises to ensure he meets his statutory obligations. The Senior Coroner and his team of coroners, and the Coroners Officers and support staff (jointly provided by SCC and Surrey Police) currently use the IRIS system to record case details and costs. This system is currently hosted and provided to the Senior Coroner by Surrey Police (SyPol). IRIS has been deemed to be not fit for purpose and a replacement intuitive case management system (CMS) is now sought to replace it. Responsibility for the replacement system has passed from SyPol to SCC. The high level requirements of the CMS are as follows: o Easy to use, intuitive system o Availability and ease of access i.e. cloud/web-based. o Document Management System storing any file types including audio/video o Referral system allowing for all referrals to be made online. o Workflow system that guides the user through the legal procedures. o Facility to record all costs and revenue o Access for up to 35 concurrent users The replacement system is required to be fully tested and in place and 'live' on the 1st February 2018. Bidders are required to set out an indicative implemation plan including user acceptance testing with timescales to meet this date. Bidders are also required to set out full details of the training package (including system user manuals) that will be provided to all users prior to and post 'go live' and which will form part of the overall price for the CMS. Any training that is not provided as part of the overall package, such as refresher or report writing must be specified separately including how the charges are structured. At the point when the system goes live the majority of the users will be SyPol employees using SyPol IT infrastructure and netwoks. On the 1st April 2018 it is likely that the majority of users will be SCC employees using SCC IT infrastructure and networks. Will this present any issues in terms of accessing and using the software. The attached IT specification is based on SCC IT infrastructure protocols. Additional information: Is a Recurrent Procurement Type? : No
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-b38d49f5-2d4b-4c69-a0e8-627423dcf6e3
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c704df67-1695-4922-a114-9039c582846c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
48222000 - Web server software package
48422000 - Software package suites
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Sep 20178 years ago
- Submission Deadline
- 15 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 10 Nov 2017 - 1 Feb 2018 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SE SHARED SERVICES
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SURREY
- Postcode
- KT1 2DN
- Post Town
- Kingston upon Thames
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI6 Outer London - South
- Small Region (ITL 3)
- TLI63 Merton, Kingston upon Thames and Sutton
- Delivery Location
- Not specified
-
- Local Authority
- Kingston upon Thames
- Electoral Ward
- Kingston Town
- Westminster Constituency
- Kingston and Surbiton
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c704df67-1695-4922-a114-9039c582846c
6th September 2017 - Opportunity notice on Contracts Finder -
https://in-tendhost.co.uk/sesharedservices/aspx/
Additional information on how to apply for this contract
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-b38d49f5-2d4b-4c69-a0e8-627423dcf6e3-2017-09-06T16:02:27+01:00",
"date": "2017-09-06T16:02:27+01:00",
"ocid": "ocds-b5fd17-b38d49f5-2d4b-4c69-a0e8-627423dcf6e3",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "SCC - 016191",
"title": "SCC RP Coroners CMS",
"description": "The Surrey Senior Coroner is a judicial office holder and operates independently of Surrey County Council (SCC). SCC has a statutory duty to meet all the costs of the coroner service and to provide the Senior Coroner with sufficient staff, and suitable premises to ensure he meets his statutory obligations. The Senior Coroner and his team of coroners, and the Coroners Officers and support staff (jointly provided by SCC and Surrey Police) currently use the IRIS system to record case details and costs. This system is currently hosted and provided to the Senior Coroner by Surrey Police (SyPol). IRIS has been deemed to be not fit for purpose and a replacement intuitive case management system (CMS) is now sought to replace it. Responsibility for the replacement system has passed from SyPol to SCC. The high level requirements of the CMS are as follows: o Easy to use, intuitive system o Availability and ease of access i.e. cloud/web-based. o Document Management System storing any file types including audio/video o Referral system allowing for all referrals to be made online. o Workflow system that guides the user through the legal procedures. o Facility to record all costs and revenue o Access for up to 35 concurrent users The replacement system is required to be fully tested and in place and 'live' on the 1st February 2018. Bidders are required to set out an indicative implemation plan including user acceptance testing with timescales to meet this date. Bidders are also required to set out full details of the training package (including system user manuals) that will be provided to all users prior to and post 'go live' and which will form part of the overall price for the CMS. Any training that is not provided as part of the overall package, such as refresher or report writing must be specified separately including how the charges are structured. At the point when the system goes live the majority of the users will be SyPol employees using SyPol IT infrastructure and netwoks. On the 1st April 2018 it is likely that the majority of users will be SCC employees using SCC IT infrastructure and networks. Will this present any issues in terms of accessing and using the software. The attached IT specification is based on SCC IT infrastructure protocols. Additional information: Is a Recurrent Procurement Type? : No",
"datePublished": "2017-08-30T14:32:49+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48422000",
"description": "Software package suites"
},
{
"scheme": "CPV",
"id": "48222000",
"description": "Web server software package"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "KT1 2DN"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "KT1 2DN"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-09-15T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-11-10T00:00:00Z",
"endDate": "2018-02-01T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/c704df67-1695-4922-a114-9039c582846c",
"datePublished": "2017-09-06T16:02:27+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Additional information on how to apply for this contract",
"url": "https://in-tendhost.co.uk/sesharedservices/aspx/"
}
]
},
"parties": [
{
"id": "GB-CFS-1795",
"name": "SE Shared Services",
"identifier": {
"legalName": "SE Shared Services"
},
"address": {
"streetAddress": "Penrhyn Road, Kingston upon Thames",
"locality": "Surrey",
"postalCode": "KT1 2DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Robert Palmer (SCC)",
"email": "re.palmer@surreycc.gov.uk",
"telephone": "0208541417878"
},
"details": {
"url": "http://www.surreycc.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-1795",
"name": "SE Shared Services"
}
}