Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
UK
Contact person: Ms Laraine Tolson
Telephone: +44 333
E-mail: laraine.tolson@essex.gov.uk
NUTS: UKH3
Internet address(es)
Main address: https://www.essex.gov.uk/
Address of the buyer profile: https://www.essex.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CO0371 - Social Care Platform Programme (SCPP)
Reference number: CO0371
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Essex County Council is submitting to tender the requirements for the provision of a fully integrated Social Care Case management Solution, to include Adults, Children and Families Social Care as well as an integrated financial solution. We are seeking an innovative, solution focussed Supplier, willing and capable of delivering a practice-led solution to meet the challenges of the changing UK social care landscape, the demands of citizen and provider self serve and the technology industry integration agenda to support the delivery of social care throughout Essex. The Authority propose to establish a contract for an initial term of seven years and thereafter this will be terminated on notice.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
5 000 000.00
GBP/ Highest offer:
12 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
48000000
48100000
48442000
48443000
72211000
72212100
72212180
72212217
72212440
72212441
72212442
72212443
72212517
72212900
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
The Authority are procuring a single supplier of a fully integrated case management system covering adults, children and families social care and associated financial solutions. This system will be the foundation of our social care platform solution and will be central to the management of a social care offering.
A phased implementation approach is required with two go-live dates. The period between the go-live dates must not be more than 12 weeks, with the second go-live date being no more than 18 months following contract commencement.
The supplier must provide a practice-led solution with the ability to evolve at pace, in function and scope to meet changing technology, social care legislation and practice throughout the duration of the contract.
The solution must be capable of meeting all current and emerging legislation, and guidance including monitoring, managing and delivering the new duties and responsibilities arising from the Health and Care Act 2022, including care charging reforms, CQC inspection regimes and partnership working with the NHS and other partners.
In addition to fully supporting a people and young people-centric approach, the solution must aid Authority social work practitioners in critical day-to-day responsibilities like safeguarding and reablement and at a people and young people level must enable self-management, individual budgets and direct payments.
Ambition for this solution is high. It must be resilient, stable and reliable. The Authority is seeking a supplier to work in collaboration to ensure value for money, best practice and continuous improvement is achieved throughout the contract duration. The Supplier will be required to proactively undertake horizon scanning and bring innovation or market changes to Authority attention.
Data will be required to be migrated from multiple live and legacy systems. The Supplier must be willing and able to open the proposed solution to all/any integration required by the Authority. It will have the capability for improved information sharing between Social Care, Health and other Partners. The solution must have effective business processes in terms of efficiency and automation and will have the ability to provide effective business and financial reporting to support operational services.
II.2.5) Award criteria
Quality criterion: Quality including Social Value
/ Weighting: 80
Price
/ Weighting:
20
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-032876
Section V: Award of contract
Contract No: CO0371
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/07/2025
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Access UK Ltd
Loughborough
UK
NUTS: UKH3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
5 000 000.00
GBP
/ Highest offer:
12 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This procurement was conducted as a Competitive Procedure with Negotiation, in accordance with Regulation 26 of the Public Contracts Regulation 2015.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
21/08/2025