Award

Adult Social Care Case Management System - Software as a Service

COUNCIL OF THE CITY OF WAKEFIELD

This public procurement record has 1 release in its history.

Award

20 Feb 2024 at 18:14

Summary of the contracting process

The Council of the City of Wakefield has awarded a contract for the re-procurement of the Adult Social Care Case Management System. The title of the tender is "Adult Social Care Case Management System - Software as a Service", classified under information systems and servers. The contract was awarded to Careworks Limited, a SME supplier based in Dublin, Ireland. The Council intends for the replacement system to go live in March 2026. The procurement method used was an award procedure without prior publication, due to technical grounds that require a 20-month fixed-term contract for a smooth transition.

This tender presents an opportunity for businesses in the software and information systems industry. Companies with expertise in secure infrastructure, data migration, software customisation, and service management could compete for this tender. Wakefield Council's focus on safety, data security, and statutory compliance makes it suitable for businesses with a track record in sensitive data management. The awarded contract is valued at £500,000 in GBP and aims to ensure continuity in service provision for Adult Social Care in Wakefield, United Kingdom.

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

Adult Social Care Case Management System - Software as a Service

Notice Description

Wakefield Council has a statutory duty to provide Adult Social Care Services. In order to comply with this duty the Council requires an electronic record management system which is safe and securely maintained. These records contain both personal and sensitive data about the citizens of Wakefield who have had or currently have contact with Adult Social Care (ASC). A key requirement is for the Council to be able to export information from the records management system to enable completion of statutory and local reporting and provide data to assist the Council to identify strategic priorities and effectively manage its resources.

Lot Information

Lot 1

The Council intends to award this contract for a fixed term of 20 months to the incumbent supplier using the Negotiated Procedure without prior publication (Regulation 32(2)(b)(ii). The technical grounds are as follows: Complexity of build i. Secure Infrastructure and Hosting - The Council would need to undertake due diligence to ensure that the infrastructure and hosting meet requirements and do not impact upon the Councils PSN accreditation. ii. Network and Gateway connections - The Council would need to undertake due diligence to ensure that the network and connection are safe and there would be no risk of data loss. iii. Support Services - The Council would need time to engage with a new system supplier and ensure that the required level of support for SAAS is in place to avoid operational issues. iv. Security accreditation would be required for all aspects of the service. v. Training - Training needs analysis would identify that the whole workforce, including management, would require training in the new system. The training would need to be developed and tested. vi. Rollout - Customers, sponsors, end user organisations would need to be engaged to ensure that they would be made aware of the rollout plans, disruptions to service and implications to their own vetting operations. vii. Data Migration- Given that 3.5 million records are stored in the current system, the timescales do not allow for a thorough and safe data migration exercise consisting of a number of data passes to enable testing of the data. viii. Functional testing- The timescales do not allow for thorough and complete functional testing to ensure that the system is functionally sound and operates as required before it would be due to go live in late July 2024. ix. Customisation- The timescales do not allow for the customisation of a new electronic social care system to ensure that service could continue to be operational and meet its statutory requirements. Service Wrap x. The service wrap would require a transition to any new provider. This would take about 18 months to complete and would include Contact Centre, service desk, solution management, Secure Operations Centre (SOC), Incident Management etc. De-risking Data Transfer xi. The transfer of data from the current system to any new system would require a complete data migration plan, testing and issue resolution. A series of data passes is required to enable to the Council to test if data transfer has been successful and afford opportunity for data validation, data cleansing and user acceptance. It is not technically possible to manage the associated risks of loss of data by the end of July 2024 when the current contract expires. Consideration to the Security Environment xii. The security aspects of the new system would need to adhere to the requirements of the Council and to ensure PSN accreditation is maintained. This could not be achieved before the current contract expires at the end of July 2024. . Other considerations and test undertaken applied by the Council xiii. Exit & transition extension - This 20 month contract would achieve service continuity permitting exit and transition to a replacement system to take place in a planned and safe way. Additional information: A subsequent award notice will be published in due course.

Procurement Information

The Council intends to award this contract for a fixed term of 20 months to the incumbent supplier using the Negotiated Procedure without prior publication (Regulation 32(2)(b)(ii). The technical grounds are as follows: Complexity of build i. Secure Infrastructure and Hosting - The Council would need to undertake due diligence to ensure that the infrastructure and hosting meet requirements and do not impact upon the Councils PSN accreditation. ii. Network and Gateway connections - The Council would need to undertake due diligence to ensure that the network and connection are safe and there would be no risk of data loss. iii. Support Services - The Council would need time to engage with a new system supplier and ensure that the required level of support for SAAS is in place to avoid operational issues. iv. Security accreditation would be required for all aspects of the service. v. Training - Training needs analysis would identify that the whole workforce, including management, would require training in the new system. The training would need to be developed and tested. vi. Rollout - Customers, sponsors, end user organisations would need to be engaged to ensure that they would be made aware of the rollout plans, disruptions to service and implications to their own vetting operations. vii. Data Migration- Given that 3.5 million records are stored in the current system, the timescales do not allow for a thorough and safe data migration exercise consisting of a number of data passes to enable testing of the data. viii. Functional testing- The timescales do not allow for thorough and complete functional testing to ensure that the system is functionally sound and operates as required before it would be due to go live in late July 2024. ix. Customisation- The timescales do not allow for the customisation of a new electronic social care system to ensure that service could continue to be operational and meet its statutory requirements. Service Wrap x. The service wrap would require a transition to any new provider. This would take about 18 months to complete and would include Contact Centre, service desk, solution management, Secure Operations Centre (SOC), Incident Management etc. De-risking Data Transfer xi. The transfer of data from the current system to any new system would require a complete data migration plan, testing and issue resolution. A series of data passes is required to enable to the Council to test if data transfer has been successful and afford opportunity for data validation, data cleansing and user acceptance. It is not technically possible to manage the associated risks of loss of data by the end of July 2024 when the current contract expires. Consideration to the Security Environment xii. The security aspects of the new system would need to adhere to the requirements of the Council and to ensure PSN accreditation is maintained. This could not be achieved before the current contract expires at the end of July 2024. . Other considerations and test undertaken applied by the Council xiii. Exit & transition extension - This 20 month contract would achieve service continuity permitting exit and transition to a replacement system to take place in a planned and safe way.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-043b97
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005581-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48800000 - Information systems and servers

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£500,000 £500K-£1M

Notice Dates

Publication Date
20 Feb 20242 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
20 Feb 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
COUNCIL OF THE CITY OF WAKEFIELD
Contact Name
Zoe Robinson
Contact Email
zrobinson@wakefield.gov.uk
Contact Phone
+44 1924306964

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 2EB
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

Supplier Information

Number of Suppliers
1
Supplier Name

CAREWORKS

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-h6vhtk-043b97-2024-02-20T18:14:49Z",
    "date": "2024-02-20T18:14:49Z",
    "ocid": "ocds-h6vhtk-043b97",
    "description": "The Council intends to publish a tender opportunity for the re-procurement of the Adult Social Care Case Management System in February / March 2024 in accordance with the Council's Contract Procedure Rules (CPRs) and Public Contracts Regulations 2015. The Council anticipates that the replacement system would go live in March 2026.",
    "initiationType": "tender",
    "tender": {
        "id": "EXC24-003",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Adult Social Care Case Management System - Software as a Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48800000",
            "description": "Information systems and servers"
        },
        "mainProcurementCategory": "goods",
        "description": "Wakefield Council has a statutory duty to provide Adult Social Care Services. In order to comply with this duty the Council requires an electronic record management system which is safe and securely maintained. These records contain both personal and sensitive data about the citizens of Wakefield who have had or currently have contact with Adult Social Care (ASC). A key requirement is for the Council to be able to export information from the records management system to enable completion of statutory and local reporting and provide data to assist the Council to identify strategic priorities and effectively manage its resources.",
        "lots": [
            {
                "id": "1",
                "description": "The Council intends to award this contract for a fixed term of 20 months to the incumbent supplier using the Negotiated Procedure without prior publication (Regulation 32(2)(b)(ii). The technical grounds are as follows: Complexity of build i. Secure Infrastructure and Hosting - The Council would need to undertake due diligence to ensure that the infrastructure and hosting meet requirements and do not impact upon the Councils PSN accreditation. ii. Network and Gateway connections - The Council would need to undertake due diligence to ensure that the network and connection are safe and there would be no risk of data loss. iii. Support Services - The Council would need time to engage with a new system supplier and ensure that the required level of support for SAAS is in place to avoid operational issues. iv. Security accreditation would be required for all aspects of the service. v. Training - Training needs analysis would identify that the whole workforce, including management, would require training in the new system. The training would need to be developed and tested. vi. Rollout - Customers, sponsors, end user organisations would need to be engaged to ensure that they would be made aware of the rollout plans, disruptions to service and implications to their own vetting operations. vii. Data Migration- Given that 3.5 million records are stored in the current system, the timescales do not allow for a thorough and safe data migration exercise consisting of a number of data passes to enable testing of the data. viii. Functional testing- The timescales do not allow for thorough and complete functional testing to ensure that the system is functionally sound and operates as required before it would be due to go live in late July 2024. ix. Customisation- The timescales do not allow for the customisation of a new electronic social care system to ensure that service could continue to be operational and meet its statutory requirements. Service Wrap x. The service wrap would require a transition to any new provider. This would take about 18 months to complete and would include Contact Centre, service desk, solution management, Secure Operations Centre (SOC), Incident Management etc. De-risking Data Transfer xi. The transfer of data from the current system to any new system would require a complete data migration plan, testing and issue resolution. A series of data passes is required to enable to the Council to test if data transfer has been successful and afford opportunity for data validation, data cleansing and user acceptance. It is not technically possible to manage the associated risks of loss of data by the end of July 2024 when the current contract expires. Consideration to the Security Environment xii. The security aspects of the new system would need to adhere to the requirements of the Council and to ensure PSN accreditation is maintained. This could not be achieved before the current contract expires at the end of July 2024. . Other considerations and test undertaken applied by the Council xiii. Exit & transition extension - This 20 month contract would achieve service continuity permitting exit and transition to a replacement system to take place in a planned and safe way. Additional information: A subsequent award notice will be published in due course.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48800000",
                        "description": "Information systems and servers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45"
                    }
                ],
                "deliveryLocation": {
                    "description": "Wakefield"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "Precise information on deadline(s) for review procedures: In accordance with Part 3 (Remedies) of The Public Contracts Regulations 2015 (S.I. 2015 No 102).",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The Council intends to award this contract for a fixed term of 20 months to the incumbent supplier using the Negotiated Procedure without prior publication (Regulation 32(2)(b)(ii). The technical grounds are as follows: Complexity of build i. Secure Infrastructure and Hosting - The Council would need to undertake due diligence to ensure that the infrastructure and hosting meet requirements and do not impact upon the Councils PSN accreditation. ii. Network and Gateway connections - The Council would need to undertake due diligence to ensure that the network and connection are safe and there would be no risk of data loss. iii. Support Services - The Council would need time to engage with a new system supplier and ensure that the required level of support for SAAS is in place to avoid operational issues. iv. Security accreditation would be required for all aspects of the service. v. Training - Training needs analysis would identify that the whole workforce, including management, would require training in the new system. The training would need to be developed and tested. vi. Rollout - Customers, sponsors, end user organisations would need to be engaged to ensure that they would be made aware of the rollout plans, disruptions to service and implications to their own vetting operations. vii. Data Migration- Given that 3.5 million records are stored in the current system, the timescales do not allow for a thorough and safe data migration exercise consisting of a number of data passes to enable testing of the data. viii. Functional testing- The timescales do not allow for thorough and complete functional testing to ensure that the system is functionally sound and operates as required before it would be due to go live in late July 2024. ix. Customisation- The timescales do not allow for the customisation of a new electronic social care system to ensure that service could continue to be operational and meet its statutory requirements. Service Wrap x. The service wrap would require a transition to any new provider. This would take about 18 months to complete and would include Contact Centre, service desk, solution management, Secure Operations Centre (SOC), Incident Management etc. De-risking Data Transfer xi. The transfer of data from the current system to any new system would require a complete data migration plan, testing and issue resolution. A series of data passes is required to enable to the Council to test if data transfer has been successful and afford opportunity for data validation, data cleansing and user acceptance. It is not technically possible to manage the associated risks of loss of data by the end of July 2024 when the current contract expires. Consideration to the Security Environment xii. The security aspects of the new system would need to adhere to the requirements of the Council and to ensure PSN accreditation is maintained. This could not be achieved before the current contract expires at the end of July 2024. . Other considerations and test undertaken applied by the Council xiii. Exit & transition extension - This 20 month contract would achieve service continuity permitting exit and transition to a replacement system to take place in a planned and safe way."
    },
    "awards": [
        {
            "id": "005581-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-04439651",
                    "name": "Careworks Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-105587",
            "name": "Council of the City of Wakefield",
            "identifier": {
                "legalName": "Council of the City of Wakefield",
                "id": "Wakefield Council",
                "schemeEntered": "Council of the City of Wakefield"
            },
            "address": {
                "streetAddress": "Wakefield One, Burton Street",
                "locality": "WAKEFIELD",
                "region": "UKE45",
                "postalCode": "WF1 2EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Zoe Robinson",
                "telephone": "+44 1924306964",
                "email": "zrobinson@wakefield.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wakefield.gov.uk/default.htm",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04439651",
            "name": "Careworks Limited",
            "identifier": {
                "legalName": "Careworks Limited",
                "id": "04439651",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "at Unit 4L, The Square Industrial Complex, Tallaght,",
                "locality": "Dublin",
                "region": "IE",
                "postalCode": "Dublin 24",
                "countryName": "Ireland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-105588",
            "name": "High Court, Technology and Construction Court",
            "identifier": {
                "legalName": "High Court, Technology and Construction Court"
            },
            "address": {
                "streetAddress": "7 Rolls Building, Fetter Lane",
                "locality": "London",
                "postalCode": "EC4A 1NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-105587",
        "name": "Council of the City of Wakefield"
    },
    "contracts": [
        {
            "id": "005581-2024-1",
            "awardID": "005581-2024-1",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-20T00:00:00Z"
        }
    ],
    "language": "en"
}