Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
UK
Contact person: Mrs Lucy Chandler
Telephone: +44 1983821000
E-mail: lucy.chandler@iow.gov.uk
NUTS: UKJ34
Internet address(es)
Main address: http://www.iow.gov.uk
Address of the buyer profile: http://www.iow.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
Adult Social Care Case Management System – Paris Extension (Civica Care Records)
Reference number: DN801950
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
354 780.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UKJ34
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Price
/ Weighting: 80
Quality criterion: Quality - Fitness for Purpose
/ Weighting: 20
Price
/ Weighting:
80
II.2.11) Information about options
Options:
Yes
Description of options:
12m extension after the initial term, at the sole discretion of the Authority.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Procured via Direct Award under CCS RM6285
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
As this is a direct award under a compliant framework (Crown Commercial Services RM6285)
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/12/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Civica UK Limited
8th Floor, Southbank Central, 30 Stamford Street
London
SE1 9LQ
UK
NUTS: UKJ34
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 354 780.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
31/12/2025