Supply Resource Allocation System
To provide a Resource Allocation System (RAS) in order to support Cheshire East Council’s obligations under the Care Act 2014.
United Kingdom-Sandbach: Software package and information systems
2016/S 109-195181
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheshire East Borough Council
Westfields, Middlewich Road
For the attention of: Mr Daniel Hart
CW11 1HZ Sandbach
United Kingdom
Telephone: +44 1270686592
E-mail: daniel.hart@cheshireeast.gov.uk
Internet address(es):
General address of the contracting authority: http://www.cheshireeast.gov.uk/
Electronic access to information: http://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: http://www.the-chest.org.uk
Further information can be obtained from: Cheshire East Borough Council
Westfields, Middlewich Road
For the attention of: Mr Daniel Hart
CW11 1HZ Sandbach
United Kingdom
Telephone: +44 1270686592
E-mail: daniel.hart@cheshireeast.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Cheshire East Borough Council
Westfields, Middlewich Road
For the attention of: Mr Daniel Hart
CW11 1HZ Sandbach
United Kingdom
Telephone: +44 1270686592
E-mail: daniel.hart@cheshireeast.gov.uk
Tenders or requests to participate must be sent to: Cheshire East Borough Council
Westfields, Middlewich Road
For the attention of: Mr Daniel Hart
CW11 1HZ Sandbach
United Kingdom
Telephone: +44 1270686592
E-mail: daniel.hart@cheshireeast.gov.uk
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
NUTS code
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)
The council has documented its functional and non-functional requirements for a RAS system within an Adult Social Care RAS High Level Requirements Summary Document.
To provide the solution, ongoing support and servicing the solution for 3 years (including implementation time).
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME’s).
For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
II.1.6)Common procurement vocabulary (CPV)
48000000, 72227000, 72261000, 72263000, 72265000, 72267100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The council has documented its functional and non functional requirements for a RAS system within an Adult Social Care RAS High Level Requirements Summary Document.
The Care Act 2014 requires local authorities to:
— To assess (or facilitate self-assessment of) all local adults and carers with potential social care needs in a fair and consistent way, using a single assessment tool and applying the new national eligibility criteria;
— To operate a method of allocating a personal budget to all adults and carers who have been deemed as eligible under the criteria — based upon their assessment of need;
— Focus on meeting the preferred personal outcomes of eligible adults and carers.
The aim of a RAS (Resource Allocation System) is to provide a rational and equitable mechanism for calculating the amount of money that these individuals are likely to need. The system is based upon a mathematical algorithm that determines an appropriate figure (referred to as the Indicative Budget). The figure is based upon an assessment of that individual’s needs within 10 different themed areas and an understanding of the local cost of satisfying those needs given the current social care marketplace.
The contract will cover training, annual licensing, implementation support and maintenance.
This Contract will be open for use by Cheshire Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd and any other wholly or partly owned companies created by Cheshire East Borough Council. The contract will run for 36 months.
Estimated value excluding VAT:
Range: between 180 000 and 240 000 GBP
II.2.2)Information about options
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.1.2)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: Any tender may be rejected from a company/organisation who inter alia: (a) Is bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1997 and Article 3(1) of Council Joint Action 98/742/JHA respectively; (j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Please refer to Regulation no 23 of the Public Procurement Regulations 2015 for additional rejection criteria. Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Standard Suitability Assessment questionnaire has to be completed and financial assessments will be carried out by an Independent Financial Company. Bidders must prove financial health, by attaining an average, below average or lower risk rating, as shown on www.N2check.com
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Functional and technical mandatory requirements, as determined in the ITT documentation, need to be met.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
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
Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Cobalt Housing ICT Services Contract
Supply Human Resources and Payroll System