Award

Adult Social Care Case Management System - Paris Extension (Civica Care Records)

ISLE OF WIGHT COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

31 Dec 2025 at 15:16

TenderUpdate

31 Dec 2025 at 15:13

Award

31 Dec 2025 at 14:58

Summary of the contracting process

The Isle of Wight Council has initiated a procurement process for the "Adult Social Care Case Management System – Paris Extension (Civica Care Records)" under the tender ID DN801950. Situated in Newport, United Kingdom (UKJ34), this contract falls under the industry category of "Software package and information systems" and pertains to goods. The procurement method was limited and conducted as an award procedure without prior publication of a call for competition. The contract, valued at £332,230 for its whole life cost, with an initial term cost of £217,856, aims to extend the existing Civica Paris system, which plays a critical role in managing records for approximately 500 users. The award stage has been completed with Civica UK Limited as the supplier, confirmed on 18th December 2025. The procurement allows for a 12-month extension, at the authority's discretion.

This tender presents significant opportunities for businesses, particularly those in software development, IT consulting, and information systems sectors. Companies experienced in implementing and managing large-scale software solutions and those capable of providing continuity and compatibility with existing systems would find this contract beneficial for expansion in the public sector. Additionally, businesses with expertise in social care software systems will have a competitive edge, offering services that meet the specific needs of social workers and management oversight. By engaging in this procurement process, such businesses can strengthen their foothold in regional government contracts and leverage this collaboration to showcase their IT products and solutions.

How relevant is this notice?

Notice Information

Notice Title

Adult Social Care Case Management System - Paris Extension (Civica Care Records)

Notice Description

The Isle of Wight's current social care case management system is Civica Paris which stores records about all adults known to the service. All social workers and related staff can access the system, circa 500 users, to interrogate and update data to contribute to the safeguarding and protection of adults at risk and those in need. An in-house data team is employed to output information from the system to provide monthly management oversight of performance.

Lot Information

Lot 1

The IW NHS Trust chose to change their shared Civica Paris solution to a new product which left IWC with no alternative to go direct to the supplier as IWC was not given the option to continue the contractual arrangements of a shared solution. The public contract concerns the supply of goods, services, or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services, or works in circumstances where-- (a) A change in supplier would result in the contracting authority receiving goods, services, or works that are different from, or incompatible with, the existing goods, services, or works. Specifically, moving to another provider would incur huge additional costs and require significant resources and time which we do not have and the overriding requirement is to provide an appropriate case management system. (b) The difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. Staying with the current provider ensures continuity and compatibility, allowing us the necessary time to reprocure formally. This provision provides time required to re-procure the requirement via a formal procurement process. Additional information: Procured via Direct Award under CCS RM6285

Options: 12m extension after the initial term, at the sole discretion of the Authority.

Procurement Information

As this is a direct award under a compliant framework (Crown Commercial Services RM6285)

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05fe9b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/086594-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender 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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£354,780 £100K-£500K

Notice Dates

Publication Date
31 Dec 20252 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
18 Dec 20251 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
ISLE OF WIGHT COUNCIL
Contact Name
Mrs Lucy Chandler
Contact Email
lucy.chandler@iow.gov.uk
Contact Phone
+44 1983821000

Buyer Location

Locality
NEWPORT
Postcode
PO30 1UD
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ34 Isle of Wight
Delivery Location
TLJ34 Isle of Wight

Local Authority
Isle of Wight
Electoral Ward
Newport Central
Westminster Constituency
Isle of Wight West

Supplier Information

Number of Suppliers
1
Supplier Name

CIVICA

Further Information

Notice URLs

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-05fe9b-2025-12-31T15:16:23Z",
    "date": "2025-12-31T15:16:23Z",
    "ocid": "ocds-h6vhtk-05fe9b",
    "initiationType": "tender",
    "tender": {
        "id": "DN801950",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Adult Social Care Case Management System - Paris Extension (Civica Care Records)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "The Isle of Wight's current social care case management system is Civica Paris which stores records about all adults known to the service. All social workers and related staff can access the system, circa 500 users, to interrogate and update data to contribute to the safeguarding and protection of adults at risk and those in need. An in-house data team is employed to output information from the system to provide monthly management oversight of performance.",
        "lots": [
            {
                "id": "1",
                "description": "The IW NHS Trust chose to change their shared Civica Paris solution to a new product which left IWC with no alternative to go direct to the supplier as IWC was not given the option to continue the contractual arrangements of a shared solution. The public contract concerns the supply of goods, services, or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services, or works in circumstances where-- (a) A change in supplier would result in the contracting authority receiving goods, services, or works that are different from, or incompatible with, the existing goods, services, or works. Specifically, moving to another provider would incur huge additional costs and require significant resources and time which we do not have and the overriding requirement is to provide an appropriate case management system. (b) The difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. Staying with the current provider ensures continuity and compatibility, allowing us the necessary time to reprocure formally. This provision provides time required to re-procure the requirement via a formal procurement process. Additional information: Procured via Direct Award under CCS RM6285",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Price",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "name": "Quality - Fitness for Purpose",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "12m extension after the initial term, at the sole discretion of the Authority."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ34"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "As this is a direct award under a compliant framework (Crown Commercial Services RM6285)",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS354,780"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS332,230 if year 3 extension utilised. Initial term is PS217,856"
                        },
                        "where": {
                            "section": "II.1.7"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Total value of the contract/lot: PS354,780"
                        },
                        "newValue": {
                            "text": "Total value of the contract/lot: PS332,230 whole life cost. Initial term cost is PS217,856."
                        },
                        "where": {
                            "section": "V.2.4"
                        }
                    }
                ]
            }
        ]
    },
    "awards": [
        {
            "id": "086588-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-84943",
                    "name": "Civica UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-67",
            "name": "Isle of Wight Council",
            "identifier": {
                "legalName": "Isle of Wight Council"
            },
            "address": {
                "streetAddress": "County Hall, High Street",
                "locality": "Newport",
                "region": "UKJ34",
                "postalCode": "PO30 1UD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Lucy Chandler",
                "telephone": "+44 1983821000",
                "email": "lucy.chandler@iow.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.iow.gov.uk",
                "buyerProfile": "http://www.iow.gov.uk",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-84943",
            "name": "Civica UK Limited",
            "identifier": {
                "legalName": "Civica UK Limited"
            },
            "address": {
                "streetAddress": "8th Floor, Southbank Central, 30 Stamford Street",
                "locality": "London",
                "region": "UKJ34",
                "postalCode": "SE1 9LQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-66",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-67",
        "name": "Isle of Wight Council"
    },
    "contracts": [
        {
            "id": "086588-2025-1",
            "awardID": "086588-2025-1",
            "status": "active",
            "value": {
                "amount": 354780,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-18T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}