DOJ NICTS Implementation and Support of IT Case Management Systems for the Office of Care and Protection and Official Solicitors Office.

Complete

Value

£680,000

Classifications

  • IT services: consulting, software development, Internet and support
  • Software programming and consultancy services
  • Computer-related services
  • Computer support and consultancy services

Tags

  • tender

Submission Deadline

4 years ago

Published

4 years ago

Description

DOJ NICTS Implementation and Support of IT Case Management Systems for the Office of Care and Protection and Official Solicitors Office.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Digital Dictation, Speech/Voice Recognition, Outsourced Transcription and associ

This is a replacement of the existing NHS England endorsed FWA. NHS England is heavily invested in initiatives that improve patient outcomes and relieving pressure on hospitals. There is a growing need for Digital Dictation, Speech/Voice Recognition, Outsourced Transcription, and associated services in the NHS. These technologies offer significant benefits in terms of efficiency, accuracy, and reducing administrative burdens, which are crucial for an organization facing high demand and striving for digital transformation. The ongoing development of AI and cloud-based solutions will likely further enhance the capabilities and adoption of these services within the NHS. There will be continuous need for the service as Contracting Authorities are aligning with the NHSE initiative to push for digital tools, including transcription services, to help manage the high volume of documentation efficiently. The market is dynamic and there will be need for Contracting Authorities and service providers to align with the changing regulations. For the past 4 (four) years 14 Trusts procured the services captured under the proposed FWA amounted to £9,575,319.00. £2,235,563.00 from 8 Trusts went through the FWA which is 23% of the total spend. There is a big opportunity to channel this entire spend through NHSCS FWA which secures compliance as well as value for money solutions. The framework will be divided into 6 lots, as follows: Lot 1: Products and/or Services Catalogue Lot 2: Digital Dictation service solution with AI Technology Lot 3 Digital Dictation service solution without AI Technology Lot 4: Outsourced transcription service solution with AI Technology Lot 5 Outsourced transcription service solution without AI Technology Lot 6: Managed service solution The beneficiaries of the services are NHS Patients receiving Healthcare Services, service users or Citizens within a Local or Central Government organisation within the wider Public Sector Organisations.

Katy Reed

Published 5 hours ago
Open

Digital Dictation, Speech/Voice Recognition, Outsourced Transcription and associ

This is a replacement of the existing NHS England endorsed FWA. NHS England is heavily invested in initiatives that improve patient outcomes and relieving pressure on hospitals. There is a growing need for Digital Dictation, Speech/Voice Recognition, Outsourced Transcription, and associated services in the NHS. These technologies offer significant benefits in terms of efficiency, accuracy, and reducing administrative burdens, which are crucial for an organization facing high demand and striving for digital transformation. The ongoing development of AI and cloud-based solutions will likely further enhance the capabilities and adoption of these services within the NHS. There will be continuous need for the service as Contracting Authorities are aligning with the NHSE initiative to push for digital tools, including transcription services, to help manage the high volume of documentation efficiently. The market is dynamic and there will be need for Contracting Authorities and service providers to align with the changing regulations. For the past 4 (four) years 14 Trusts procured the services captured under the proposed FWA amounted to £9,575,319.00. £2,235,563.00 from 8 Trusts went through the FWA which is 23% of the total spend. There is a big opportunity to channel this entire spend through NHSCS FWA which secures compliance as well as value for money solutions. The framework will be divided into 6 lots, as follows: Lot 1: Products and/or Services Catalogue Lot 2: Digital Dictation service solution with AI Technology Lot 3 Digital Dictation service solution without AI Technology Lot 4: Outsourced transcription service solution with AI Technology Lot 5 Outsourced transcription service solution without AI Technology Lot 6: Managed service solution The beneficiaries of the services are NHS Patients receiving Healthcare Services, service users or Citizens within a Local or Central Government organisation within the wider Public Sector Organisations.

Katy Reed

Published 5 hours ago
Open

HCC - 05/25 - The Provision of an Applicant Tracking System

Hertfordshire County Council is currently out to procurement for the Provision of an Applicant Tracking System The current contract for the provision of an Applicant Tracking System will expire in March 2026. The primary goal of this procurement is to secure a new contract that aligns with Hertfordshire County Council’s price and quality specifications. In November 2024, PPME was conducted under the PCR2015 ref: 2024/S 000-037432 and by consulting with the following groups: Suppliers registered with the Council’s e-tendering system completed a questionnaire. Other Local Authorities that utilise an Applicant Tracking System and Engagement with internal stakeholders who will be using the system The objectives of this engagement were to: Shape our requirements specification, Understand how the market has evolved and what new functionalities are available since the Council last tendered for this contract. Determine contract length and budgets that are suitable for both the Council and Suppliers, ensuring they align with our requirements. Assist with establishing timelines for the procurement process, including implementation and mobilisation period. Explore future innovations in the sector that could be incorporated into the contract during this term. Provide evidence to support our key requirement of making the system user-friendly and enabling the automation of processes to reduce manual administration. The findings from the PPME have been factored into the agreed tender process and supporting documentation. Since the Council published its PPME, the English Devolution white paper, was published in December 2024. It outlines the Central Government’s plan to reform local government. These changes are expected to occur during the tenure of this Contract, potentially altering the structure, shape and size of the organisation, though the specifics are currently unknown. Therefore, the services of this Contract may be expanded, contracted, or otherwise adjusted by mutual agreement with the successful Tenderer to reflect changes in local or regional priorities arising from devolution. Any changes shall be subject to a Variation procedure and priced accordingly and must be in accordance with public procurement legislation and Council contracting regulations. The Contract has not been split into lots as the Council is purchasing one solution to be managed by one central team, the Applicant Tracking System purchased will fulfil all our requirements and it is not reasonably practicable for it to be supplied by more than one Supplier. The Council will procure this contract using the Competitive Flexible Procedure as defined in the Procurement Act 2023, which will allow us to run a multistage procurement process as explained above. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 20th June 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: [email protected] or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. As per the Procurement Act 2023, the Council reserves the right during the Award phase of this procurement exercise to: - Amend the stages of the Competitive Flexible Procedure where further stages are required to come to a fuller understanding between parties of the scope or requirement or other such necessary elements. Amend the specification Define or refine sub-weightings, particularly for price if it is not possible to fix costs for significant element(s) of the Statement of Requirement. Any amendments will be communicated in full to all Tenderers.

Katy Reed

Published 7 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete