Section one: Contracting authority/entity
one.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Unit 10 Phoenix Court, Christopher Martin Road
Basildon
SS14 3HG
Country
United Kingdom
Region code
UKH3 - Essex
National registration number
Qh8
Internet address(es)
Main address
https://www.midandsouthessex.ics.nhs.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Medicines management prescribing and screening computer system
Reference number
ACE-0792-2025-MSE
two.1.2) Main CPV code
- 48180000 - Medical software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is a voluntary ex ante transparency notice communicating NHS Mid and South Essex Integrated Care Board's (the Authority) intention to award a contract to Prescribing Services Ltd for the provision of 'Eclipse Live' a prescribing and screening computer system that identifies those at risk of emergency admissions, bringing together data confidentially and securely to create safety reports automatically and empowering Mid and South Essex GPs to identify patients at risk of a medicine related emergency admission, helping both patient and the NHS to avoid unnecessary admission where possible.
The supplies being procured include:
- The provision of a centralised database to enable NHS organisations to evaluate their compliance with best practice guidelines.
- RADAR, a centralised set of best practice prescribing criteria enabling Practices to gain insight, education and prompts to review patients at potential risk from overdue monitoring needs.
- Diabetes Complete, a centralised tracking interface identifying compliance with National Guidelines for Diabetes Best Practice.
This contract commences 1st April 2025 until 30th June 2026, at a total aggregate contract value including extensions of £257,909.00.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £257,909
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Mid and South Essex
two.2.4) Description of the procurement
Previously during the transition between GPSoC Framework and The GP IT Futures Lot 1 Framework Agreement, Continuity Call Off Agreements (CCOA) were agreed nationally by NHSE and put into place in behalf of the Mid and South Clinical Commissioning Groups (CCGs). NHS Digital and the National Commercial and Procurement Hub worked together to create a fourth procurement vehicle under the GP IT Futures Lot 1 framework, which mimics the Further Competition - On Catalogue procurement methodology but expands on the concept to allow Call Off Agreements to be awarded for values of up to £1.5M, covering both Foundation and none Foundation solutions. The Bridging Agreement process was then executed, with a mini competition run by NHS Digital / the Hub on behalf of the then CCG. Bridging Agreements were timebound to a maximum of eighteen months. The mini competitions focused on the timescales for change and cost of change associated with switching products in the short term. Following the mini competition, NHS Digital / the Hub then provided the CCG with Order Summaries, which outline the ongoing contractual position for the solutions in use by the CCG.
The Authority (now the Mid and South Essex Integrated Care Board) is planning to re-compete the entire GP IT estate via an appropriate route to market, however, the GP IT Futures framework expired on 31 March 2023. The procurement for a Framework Agreement to replace this was due to be completed by 2024 by NHS Digital. The website states that Continuity contracts have been put in place to ensure that you continue to have access to your purchased solutions and services between 1 April 2023 and the go live date of the replacement, which is scheduled for early 2024. The page was last edited on 25th March 2024, however, the replacement Framework has not been concluded to date by NHS Digital.
The Continuity Contracts in place for Mid and South Essex Integrated Care Board expire on 31st March 2025. As the Authority is unable to run a mini competition under the replacement framework (the Digital Pathways which has been delayed until after the new Procurement Act 2023 is running from 24th February 2025), it has taken a decision to award a contract to the incumbent Provider TPP without call for competition, as TPP is considered to be the most technically capable provider to deliver the primary care core clinical service requirement given the unacceptable financial risks, duplication of resource and continuity of provision risks associated with any change in contractor and therefore swap out of digital solution across c. 150 practices across mid and south Essex within the timescales remaining available to undertake this in. The Authority has been left with no option but to continue the provision via a direct award without call for competition. This award is made to ensure quality, safety and consistency in provision of care that meet the needs of the vulnerable patient population within Mid and South Essex.
To date the aggregate contract spend with Prescribing Services Ltd for provision of Eclipse Live for the following contract periods is £714,348.00 :
Initial contract term: 1st October 2022 - 31st March 2024.
1st extension: 1st April 2024 – 31st October 2024.
2nd Extension: 1st November 2024 – 31st March 2025.
Proposed extension subject of this VEAT: 1st April 2025 – 30th June 2026.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Previously during the transition between GPSoC Framework and The GP IT Futures Lot 1 Framework Agreement, Continuity Call Off Agreements (CCOA) were agreed nationally by NHSE and put into place in behalf of the Mid and South Clinical Commissioning Groups (CCGs). NHS Digital and the National Commercial and Procurement Hub worked together to create a fourth procurement vehicle under the GP IT Futures Lot 1 framework, which mimics the Further Competition - On Catalogue procurement methodology but expands on the concept to allow Call Off Agreements to be awarded for values of up to £1.5M, covering both Foundation and none Foundation solutions. The Bridging Agreement process was then executed, with a mini competition run by NHS Digital / the Hub on behalf of the then CCG. Bridging Agreements were timebound to a maximum of eighteen months. The mini competitions focused on the timescales for change and cost of change associated with switching products in the short term. Following the mini competition, NHS Digital / the Hub then provided the CCG with Order Summaries, which outline the ongoing contractual position for the solutions in use by the CCG.
The Authority (now the Mid and South Essex Integrated Care Board) is planning to re-compete the entire GP IT estate via an appropriate route to market, however, the GP IT Futures framework expired on 31 March 2023. The procurement for a Framework Agreement to replace this was due to be completed by 2024 by NHS Digital. The website states that Continuity contracts have been put in place to ensure that you continue to have access to your purchased solutions and services between 1 April 2023 and the go live date of the replacement, which is scheduled for early 2024. The page was last edited on 25th March 2024, however, the replacement Framework has not been concluded to date by NHS Digital.
The Continuity Contracts in place for Mid and South Essex Integrated Care Board expire on 31st March 2025. As the Authority is unable to run a mini competition under the replacement framework (the Digital Pathways which has been delayed until after the new Procurement Act 2023 is running from 24th February 2025), it has taken a decision to award a contract to the incumbent Provider TPP without call for competition, as TPP is considered to be the most technically capable provider to deliver the primary care core clinical service requirement given the unacceptable financial risks, duplication of resource and continuity of provision risks associated with any change in contractor and therefore swap out of digital solution across c. 150 practices across mid and south Essex within the timescales remaining available to undertake this in. The Authority has been left with no option but to continue the provision via a direct award without call for competition. This award is made to ensure quality, safety and consistency in provision of care that meet the needs of the vulnerable patient population within Mid and South Essex.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Title
Medicines management prescribing and screening computer system
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
31 January 2025
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Prescribing Services Ltd
NORFOLK CLINICAL PARK, ROWAN HOUSE, BUXTON
NORWICH
NR10 5RH
Country
United Kingdom
NUTS code
- UKH15 - Norwich and East Norfolk
National registration number
05913240
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £257,909
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court Justice of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court Justice of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Rd,
Basildon
SS14 3HG
Country
United Kingdom