Notice Information
Notice Title
Electronic Case Management System (Fitness to Practise)
Notice Description
We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process. We have developed a working list of needs (Annex A to the Expression of Interest document), but we stress that this is not a specification document (more detailed specifications of our requirements will be provided within the pack at the full tender stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest.
Lot Information
Lot 1
YOU MUST READ THE FULL EXPRESSION OF INTEREST NOTICE, AND YOU MUST COMPLETE THE EXPRESSION OF INTEREST QUESTIONNAIRE TO BE CONSIDERED FOR THIS OPPORTUNITY (both documents are attached to this notice and are also available at: https://optical.org/en/about-us/get-involved/tenders/). The Expression of Interest Questionnaire MUST be uploaded to the electronic postbox facility on this mytenders.co.uk site. We will not accept any other form of submission. We are the regulator for the optical professions in the UK. Our purpose is to protect the public by promoting high standards of education, performance and conduct amongst opticians. We currently register around 30,000 optometrists, dispensing opticians, student opticians and optical businesses. All individuals (and optical businesses that meet certain criteria) must be registered with the GOC to be able to carry out clinical practices that are restricted by law to registered persons. A brief description of our four core regulatory functions is: - Setting standards for optical education and training, performance and conduct. - Approving qualifications leading to registration. - Maintaining a register of individuals who are qualified and fit to practise, train or carry on business as optometrists and dispensing opticians. - Investigating and acting where registrants' fitness to practise, train or carry on business is impaired. Our website is at: www.optical.org We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process. We have developed a working list of needs (Annex A to the Expression of Interest notice document), but we stress that this is not a final specification document (more detailed specifications of our requirements will be provided within the ITT pack at that stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest. We require a CMS that, in meeting our overarching list of needs (Annex A), provides the GOC with the following benefits: - improvements in case progression timeliness, through: a) automated workflow management b) fewer keystrokes c) enhanced management control, oversight and reporting d) automatic escalations e)configured user dashboards - reduction in lost hearing days, achieved through semi-automated scheduling and improved conflict checking. - resource efficiencies, achieved through significantly leaner processes - tangible customer service improvements (leading to excellent customer service), achieved through: a) automated updates b) fully documented processes c) modern customer feedback processes d) reduction in risk via automatic draw-through of data across areas of work - reduction in data breaches through automation of templates All the above go towards our overarching objective to protect the public. This list of potential benefits is a work in progress and a final benefits map will be provided at ITT stage. We anticipate that there will be two phases to the CMS build, with a go-live date for phase one ('must have' and 'should have' requirements) of no later than 30 June 2023, and with phase two ('could have' requirements) being subject to (a) successful completion of phase one and (b) an internal GOC benefits validation process in respect of the phase one build. This means that there is likely to be a gap between the end of phase one and the commencement of phase two, and that a phase two build will be contractually at the GOC's discretion. Ongoing technical support for the developed system (both phase one and phase two product) will be required to 31 March 2026, with an additional 12-month support extension option available to the GOC. This support aspect will be contractually contingent upon the GOC accepting the build product(s). Additional information: A reminder that you MUST complete the Expression of Interest Questionnaire and upload it to the electronic postbox facility on this site if you wish to be considered for full tender selection.
Renewal: Support for the CMS will be contractually required until 31 March 2026, with the GOC having the option to extend for a further support period of twelve months. This support aspect will be contractually contingent upon the GOC accepting the build product(s).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0358c2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008572-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72210000 - Programming services of packaged software products
72232000 - Development of transaction processing and custom software
72262000 - Software development services
Notice Value(s)
- Tender Value
- £460,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £443,543 £100K-£500K
Notice Dates
- Publication Date
- 24 Mar 20232 years ago
- Submission Deadline
- 5 Sep 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Mar 20232 years ago
- Contract Period
- 1 Nov 2022 - 31 Mar 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GENERAL OPTICAL COUNCIL
- Contact Name
- K Watts
- Contact Email
- goctenders@optical.org
- Contact Phone
- +44 2073073455
Buyer Location
- Locality
- LONDON
- Postcode
- EC4M 7NG
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI31 Camden and City of London
-
- Local Authority
- City of London
- Electoral Ward
- Farringdon Within
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-h6vhtk-0358c2-2023-03-24T08:44:28Z",
"date": "2023-03-24T08:44:28Z",
"ocid": "ocds-h6vhtk-0358c2",
"description": "Interested parties who are subsequently invited to tender in full will be required at that stage to address other relevant provisions set out in section 5, sub-section 7 of the Public Contracts Regulations 2015. (For example, relating to economic and financial standing, and to technical and professional ability). This will also apply to any other entities that the proposed supplier intends to rely upon if awarded the contract (see regulation 63). (MT Ref:229023)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0358c2",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Electronic Case Management System (Fitness to Practise)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72262000",
"description": "Software development services"
},
"mainProcurementCategory": "services",
"description": "We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process. We have developed a working list of needs (Annex A to the Expression of Interest document), but we stress that this is not a specification document (more detailed specifications of our requirements will be provided within the pack at the full tender stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest.",
"value": {
"amount": 460000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "YOU MUST READ THE FULL EXPRESSION OF INTEREST NOTICE, AND YOU MUST COMPLETE THE EXPRESSION OF INTEREST QUESTIONNAIRE TO BE CONSIDERED FOR THIS OPPORTUNITY (both documents are attached to this notice and are also available at: https://optical.org/en/about-us/get-involved/tenders/). The Expression of Interest Questionnaire MUST be uploaded to the electronic postbox facility on this mytenders.co.uk site. We will not accept any other form of submission. We are the regulator for the optical professions in the UK. Our purpose is to protect the public by promoting high standards of education, performance and conduct amongst opticians. We currently register around 30,000 optometrists, dispensing opticians, student opticians and optical businesses. All individuals (and optical businesses that meet certain criteria) must be registered with the GOC to be able to carry out clinical practices that are restricted by law to registered persons. A brief description of our four core regulatory functions is: - Setting standards for optical education and training, performance and conduct. - Approving qualifications leading to registration. - Maintaining a register of individuals who are qualified and fit to practise, train or carry on business as optometrists and dispensing opticians. - Investigating and acting where registrants' fitness to practise, train or carry on business is impaired. Our website is at: www.optical.org We are seeking to procure a supplier to develop an electronic Case Management System (CMS) to support the management of Fitness to Practise (FtP) cases by our Regulatory Operations directorate. The CMS must cover all areas of the FtP process. We have developed a working list of needs (Annex A to the Expression of Interest notice document), but we stress that this is not a final specification document (more detailed specifications of our requirements will be provided within the ITT pack at that stage of the procurement process). This working list is provided at this stage to help you to understand the extent of our CMS requirements, so that you can decide whether to express an interest. We require a CMS that, in meeting our overarching list of needs (Annex A), provides the GOC with the following benefits: - improvements in case progression timeliness, through: a) automated workflow management b) fewer keystrokes c) enhanced management control, oversight and reporting d) automatic escalations e)configured user dashboards - reduction in lost hearing days, achieved through semi-automated scheduling and improved conflict checking. - resource efficiencies, achieved through significantly leaner processes - tangible customer service improvements (leading to excellent customer service), achieved through: a) automated updates b) fully documented processes c) modern customer feedback processes d) reduction in risk via automatic draw-through of data across areas of work - reduction in data breaches through automation of templates All the above go towards our overarching objective to protect the public. This list of potential benefits is a work in progress and a final benefits map will be provided at ITT stage. We anticipate that there will be two phases to the CMS build, with a go-live date for phase one ('must have' and 'should have' requirements) of no later than 30 June 2023, and with phase two ('could have' requirements) being subject to (a) successful completion of phase one and (b) an internal GOC benefits validation process in respect of the phase one build. This means that there is likely to be a gap between the end of phase one and the commencement of phase two, and that a phase two build will be contractually at the GOC's discretion. Ongoing technical support for the developed system (both phase one and phase two product) will be required to 31 March 2026, with an additional 12-month support extension option available to the GOC. This support aspect will be contractually contingent upon the GOC accepting the build product(s). Additional information: A reminder that you MUST complete the Expression of Interest Questionnaire and upload it to the electronic postbox facility on this site if you wish to be considered for full tender selection.",
"contractPeriod": {
"startDate": "2022-11-01T00:00:00Z",
"endDate": "2026-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Support for the CMS will be contractually required until 31 March 2026, with the GOC having the option to extend for a further support period of twelve months. This support aspect will be contractually contingent upon the GOC accepting the build product(s)."
},
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "The extent to which we consider that the proposed solution would meet the GOC Business Requirements Specification",
"type": "quality",
"description": "25 per cent"
},
{
"name": "Our level of confidence that the proposed solution will integrate with our existing systems/software",
"type": "quality",
"description": "15 per cent"
},
{
"name": "Overall quality of the proposed support package and its ability to meet GOC requirements",
"type": "quality",
"description": "15 per cent"
},
{
"name": "The track record of the Bidder in delivering a similar solution in a similar environment, and any testimonials that are provided in this regard",
"type": "quality",
"description": "10 per cent"
},
{
"name": "GOC data will continue to be stored within GOC's environment. If not, the level of GOC risk arising from data management and migration proposals and how that risk would be managed",
"type": "quality",
"description": "5 per cent"
},
{
"name": "Assessment of the security of your information system Assessment of the network/system security measures that are in place Incident handling procedures",
"type": "quality",
"description": "5 per cent"
},
{
"name": "Actual cost to the GOC (of the whole system and support package)",
"type": "cost",
"description": "25 per cent"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72262000",
"description": "Software development services"
},
{
"scheme": "CPV",
"id": "72232000",
"description": "Development of transaction processing and custom software"
}
],
"deliveryAddresses": [
{
"region": "UKI31"
},
{
"region": "UKI31"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.mytenders.co.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-09-05T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-09-13T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-35776",
"name": "General Optical Council",
"identifier": {
"legalName": "General Optical Council"
},
"address": {
"streetAddress": "10 Old Bailey",
"locality": "London",
"region": "UKI31",
"postalCode": "EC4M 7NG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "K Watts",
"telephone": "+44 2073073455",
"email": "goctenders@optical.org",
"url": "https://optical.org/en/about-us/get-involved/tenders/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.optical.org",
"buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA14321",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Healthcare Regulator"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
},
{
"id": "GB-FTS-78316",
"name": "iTS Computing Ltd",
"identifier": {
"legalName": "iTS Computing Ltd"
},
"address": {
"locality": "Belfast",
"region": "UKN06",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-35776",
"name": "General Optical Council"
},
"language": "en",
"awards": [
{
"id": "008572-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-78316",
"name": "iTS Computing Ltd"
}
]
}
],
"contracts": [
{
"id": "008572-2023-1",
"awardID": "008572-2023-1",
"status": "active",
"value": {
"amount": 443543,
"currency": "GBP"
},
"dateSigned": "2023-03-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}