Leeds: database-management system
National Minimum Data Set for Social Care (NMDS-SC) & LeaRNS.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Skills for Care Limited
West Gate, 6 Grace Street
For the attention of: Phyllis Wicks, IT Project Manager Workforce Intelligence
LS1 2RP Leeds
UNITED KINGDOM
Telephone: +44 1132411279
E-mail: ojeu-110143A@skillsforcare.org.uk
Fax: +44 1132436417
Internet address(es):
General address of the contracting authority: www.skillsforcare.org.uk
Electronic access to information: http://www.skillsforcare.org.uk/tenders/NMDS-SC_LeaRNS.aspx
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: The services will be delivered electronically from remote premises.
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
48612000, 72267000, 72262000, 48611000, 72263000, 48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Clarification will be provided at the issue of the full ITT. The procured service would include the establishment of an updated infrastructure to deliver the systems, and the smooth migration from the existing configuration to the new, including handover and knowledge transfer from the current supplier.
In addition, the contract will include resource to develop further releases, fix identified errors and make changes to the software as defined and approved by Skills for Care.
The main objective of the project is to deliver a new 6 year contract for NMDS-SC and LeaRNS to include the full range of services identified, to implement the new contract smoothly and seamlessly from a user perspective, and to provide a flexible, quality-focused partnership in order to ensure the Workforce Intelligence systems remain relevant and effective for the sector.
The Department of Health commissions Skills for Care to provide workforce intelligence for social care via the NMDS-SC. The NMDS-SC gathers information on providers offering a social care service and on the workers employed in the adults’ and children’s social care sectors. NMDS-SC has data on over 25 000 locations and 600 000 workers across England. (For further information please refer to full contract documents).
Collection and updating of NMDS-SC is ongoing rather than at a census date.
LeaRNS is the web-based national information system supporting the professional development of social workers at pre- and post-qualifying levels. LeaRNS coordinates information about practice placements for social work students and tracks post-qualifying training done by social workers. (For further information please refer to full contract documents).
Skills for Care aim to realise a number of benefits from the new contract over its life. Identified benefits are that:
— Increased take-up of NMDS-SC is demonstrably linked to improved workforce planning in the employer user community,
— Workforce Intelligence systems development is clearly linked to and supports the wider Skills for Care offer,
— Workforce Intelligence systems development is widely seen as responsive and pro-active in meeting the specific needs of employers and the sector as a whole, enhancing Skills for Care’s reputation,
— Skills for Care is able to demonstrate to funders cost efficiencies through new technology,
— Workforce Intelligence systems are recognised widely as the best source of workforce data for the adult social care sector,
— Delivery of the systems demonstrates Skills for Care’s commitment to quality.
Further details will be available to interested parties in the body and Appendices of the PQQ.
Estimated value excluding VAT:
Range: between 5 000 000,00 and 10 000 000,00 GBP
II.2.2)Information about options
Description of these options: The Contracting Authority reserves the right to extend the contract for a period of one year and will require break clauses at 2 and 4 years in the 6 year period of the contract.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Subject to the status and structure of the Contracting Operator, collateral warranties may be required from subcontractors.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Interested bidders should consider the Contract Documents provided and are required to complete a Pre-Qualification Questionnaire (PQQ). Completed PQQ’s, together with the information requested in the PQQ, needs to be returned to the address provided in section I.1 by the date and time set out in section IV.3.4. The Contracting Authority intends to invite a range of between 5 and 7 of the top performing responses to the PQQ to tender (applying the evaluation criteria set out therein).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Please see evaluation criteria set out in PQQ documentation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2006/S 123-131579 of 1.7.2006
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court of Justice, For the nearest High Court please see http://www.hmcourts-service.gov.uk/HMCSCourtFinder
UNITED KINGDOM
Telephone: +44 2079476126
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
High Court of Justice, For the nearest High Court please see http://www.hmcourts-service.gov.uk/HMCSCourtFinder
UNITED KINGDOM
Telephone: +44 2079476126
Internet address: http://www.hmcourts-service.gov.uk/HMCSCourtFinder/
VI.5)Date of dispatch of this notice:18.11.2011