Tender

SCC RP Coroners CMS

SE SHARED SERVICES

This public procurement record has 2 releases in its history.

TenderAmendment

06 Sep 2017 at 15:02

Tender

30 Aug 2017 at 13:32

Summary of the contracting process

The procurement process titled "SCC RP Coroners CMS" is being conducted by SE Shared Services, which operates independently of Surrey County Council. This tender falls under the category of software package and information systems, specifically aimed at developing a new case management system to replace the current IRIS system. The tender is currently at the planning stage, with submissions due by 15 September 2017. Successful implementation is expected to begin on 10 November 2017, with the system required to be live by 1 February 2018. The procurement method is an open procedure, providing an opportunity for all interested parties to participate. The contract is designated for the Surrey area, with key delivery addresses located in Kingston upon Thames, KT1 2DN.

This tender presents a significant opportunity for businesses specialising in software development and IT services, particularly those with expertise in intuitive case management systems. Companies that can provide a cloud-based solution with robust document and workflow management, capable of supporting multiple users, will be well-suited to compete. Businesses offering comprehensive training packages and effective implementation plans will enhance their attractiveness as bidders, as these aspects are critical to the successful rollout of the new system. Companies with experience in public sector contracts may find this procurement particularly relevant to their capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}