Decision details

Transformation Consultancy

Decision Maker: Executive Director Children, Families Lifelong Learning and Culture

Decision status: Recommendations approved

Is Key decision?: Yes

Is subject to call in?: No

Purpose:

 The Education service is currently supported by a collection of systems with Capita One as the largest with 16 different modules in use. In addition there are systems from Servelec Synergy, Open Objects, Welfare Call and one that has been developed in house.  These systems do not integrate or share information and are not highly regarded by users. The vision is to have a single view of a child’s record.

 

A procurement exercise was run under the terms of the Crown Commercial Service Data and Application Solutions framework RM3821 as a mini-competition under Lot 5b Academic Scheduling and Management Solutions. This received two bids but only one bid met the Council’s criteria and specification.

 

 

Decision:

Following consideration of the available options and the results of the procurement process to award the Transformation Consultancy contract to Private Public Limited (PPL).

Reasons for the decision:

Decision made:

 

It was AGREED that:

 

Private Public Limited will be awarded a contract for the services of Transformation Consultancy. This contract will be to the value of £247,540and will run for six (6) months with the option to extend for a further twelve (12) months to complete Phase 2.

                  

 

Reasons for Decision:

 

A robust procurement process was followed.

5 bids were received, 3 of which received a score that was unacceptable to the Council and was disqualified. The remaining two bids were evaluated and interviewed.

Private Public Limited bid was the ‘Most Economically Advantageous Tender’ and therefore received the highest score.

 

Alternative options considered:

Alternative options considered

 

Option

Description of Option

Relative Advantages/Disadvantages,

Reasons for selection or not, and any cost implications

Option 1 – Proposed Route to Market

Call-off the CCS Management Consultancy Framework (RM3754) Lot 5

  1. A Specific ‘Lot’ specialising  in transformational consultancy
  2. 62% of suppliers on the Framework are SME’s
  3. Money will be saved and timescales shorted by not conducting an ‘Open’ procedure
  4. Maximum daily rates have been published giving us the opportunity to reduce during further competition.

 

Option 2 – Create a Surrey CC Consultancy Framework

Conduct a full Open OJEU compliant procedure to select a multiple suppliers.  

Rejected because

1.       A Surrey Framework agreement with 2-3 suppliers.

2.       Time and resource intensive. Minimum of 3 months establish

3.       Opportunity would be open to the whole market.

4.      Would most likely not include smaller SME’s

Option 3 – Open Procedure

Conduct a full Open OJEU compliant procedure. 

Rejected because:

 

  1. Open procedure would not fit the intended timescales.
  2. We would expect a vast amount of bids which would be resource intensive to evaluate.

Option 4 – do nothing

In house expertise. 

Rejected because:

 

To deliver our ambitions, it is recognised that the traditional resource model won’t provide the capability or capacity we need to deliver key pieces of work, projects and programme at the pace of change we desire. 

 

 

Interests and Nature of Interests Declared:

None

 

Publication date: 15/11/2019

Date of decision: 14/11/2019