Mental Welfare Commission Case Management System

Award

Value

£3,175,295

Classifications

  • IT services: consulting, software development, Internet and support

Tags

  • award
  • contract

Published

1 year ago

Description

A case management system is sought to replace MWC’s core IT system, which, is complex system that enables management of forms, checks, alerts and automation of sequences of tasks to accomplish business processes that safeguard that we are able to monitor the use of mental health and incapacity legislation in Scotland, to ensure is being applied appropriately and lawfully. A high level of configurability to enable us to manage changes to legislative forms and processes and that enables direct and ad-hoc reporting is sought. MWC receive forms and documentation that is scanned and information captured directly into the system.
The system must allow the appropriate logic to manage each different form type, identify if it relates to an existing service user, if the form is a valid successor to a previous form, if the form is starting, extending or closing an episode, and be able to manage complex rules to test the legality of the information. Forms must be received in a specific sequence and within a timescale outlined in the various acts. The solution must enable alerts and messages for end users to be configured to indicate non-compliance with the legislation. Some forms may be digitised as part of the delivery of a new system, whilst other need to remain in pdf format. A Service User or Individual can be detained under several acts, which means there is a need for the system to manage concurrent episodes under different acts. The system should also be capable of managing and automating many business processes and tasks including email and document management, handling and recording of contacts made to and by the Commission, automation of the process for second opinion visits, investigations and various types of visits. The system should be capable of document storage and management of documentation relating to cases, visits, investigations. The supplier must be able to migrate all data including legacy data from our core IT system. Please refer to the SPD Instructions for Bidders document for a description of how to complete the SPD.

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Bypass the hassle of outdated portals.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

Learning Academy Partnership (SW) - Communications & Security

Learning Academy Partnership (SW) (LAP) encompasses 19 schools located in Devon and Cornwall with a Head Office in Newton Abbott. The LAP Trust was established in 2012 from its initial inception at Ilsham Academy. The Trust is a family of inclusive and aspirational schools working together within a Multi-Academy Trust with a Church of England Foundation. The Trust is a values driven organisation and welcomes both church and community schools as well as those in all Ofsted categories. The mission and core purpose of our School Trust is to enable Flourishing Futures for our children by working together as a values-led family of exceptional academies, delivering an entitlement to exceptional education across all our local communities and where every child flourishes. We believe that every young person, regardless of their background or context, can achieve and exceed the highest of expectations. The Trust currently encompasses 19 schools but is expected to grow this year and again in the coming years. This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced communications, security & VoIP solution. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Further details regarding bid timescales are noted below but this is advertised as a 60 month contract with a maximum 5 year service: Lines available - Service start date - Various, but mainly mid 2026 (See table in PSQ Document for details) The companies identified from these shortlisting questions to receive the ITT for the Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to; • A managed connectivity service to connect schools anywhere in England • A broadband service for each school based on synchronous connectivity • A 'failover' line • A firewalled service • Filtering and security solution compliant with latest KCSIE regulations • Take over a managed VoIP telephony service for each school to an agreed number of handsets each (see details in PSQ Document) • Support and maintenance service • Full end to end single SLA approach • Management of any 3rd parties required to provide the service • Relevant monitoring, management, and reporting • Full installation and transition service • Value added services Technical interface into the Trusts outsourced support provision Bidders should note the following: • The Trust will provide a standard contract as part of the ITT Pack • There is will not be a requirement for TUPE from existing suppliers.

Katy Reed

Published 15 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

Publish
Bid
Evaluate
Award
Complete