Awarded contract

CEGEDIM GPSoC Lot 1 and Lot 2 services

  • Business Services Organisation I T S

F15: Voluntary ex ante transparency notice

Notice reference: 2024/S 000-006016

Published 23 February 2024, 4:21pm



Section one: Contracting authority/entity

one.1) Name and addresses

Business Services Organisation I T S

James House 2-4 Cromac Avenue

BELFAST

BT27JD

Contact

Catherine Fegan

Email

cathy.fegan@hscni.net

Telephone

+44 2895362561

Country

United Kingdom

NUTS code

UKN06 - Belfast

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.hscbusiness.hscni.net/

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

CEGEDIM GPSoC Lot 1 and Lot 2 services

Reference number

DAC12177

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The services required are:

• Provision and support of the Vision GP IT Clinical System to 118 GP practices in NI

• Hardware and software support on all devices (PCs and laptops, printers, scanners) in 118 GP practices (including supply and installation of consumable parts)

• Clinical Server hardware and software support in 118 GP practices

• Backup tape verification for 118 practices

• Engineering and training services to 118 GP practices

• Docman - EDT Support

• Docman Data Extraction for Practice Migrations

• Patient Facing Services Appointments & Repeats Software

• GPIP Support and Service Charge

• Practice Merges

• NI QOF ruleset changes

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: £5,654,780

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The services required are:

• Provision and support of the Vision GP IT Clinical System to 118 GP practices in NI

• Hardware and software support on all devices (PCs and laptops, printers, scanners) in 118 GP practices (including supply and installation of consumable parts)

• Clinical Server hardware and software support in 118 GP practices

• Backup tape verification for 118 practices

• Engineering and training services to 118 GP practices

• Docman - EDT Support

• Docman Data Extraction for Practice Migrations

• Patient Facing Services Appointments & Repeats Software

• GPIP Support and Service Charge

• Practice Merges

• NI QOF ruleset changes

GP Practices depend upon IT systems and services to deliver their services to their patients. Without IT, practices would depend upon manual processes and that would very significantly impact on the ability of the 118 Vision GP practices to provide GMS services.

118 Practices use the Vision GP IT clinical system to access patient histories, record consultations, issue prescriptions and maintain electronic patient records within their practice. These GP IT Clinical Systems then also interface electronically with other HSC systems - E.g. lab results, radiology reports, registration links, Emergency Care Summary, Key Information Summary, Electronic Document Transfer, GPIP etc. The provision of Patient Facing Services must continue to enable patients to book appointments and order repeat prescriptions online without the requirement to phone the GP Practice.

The hardware and software required to host and access the GP IT Clinical System must be supported and maintained to ensure continued availability as well as compliance with the latest security patches to prevent cyber security issues.

This ongoing availability of IT to the practices is also managed through regular backup tape verification to maintain business continuity as well as associated engineering services on hardware replacement or fixes.

These services are required for a period of 3 years until the Vision Exit plan is implemented and all the practices have then migrated to an alternative solution.

The Vision system and its support as well as the associated IT infrastructure services has been provided by Vision to these practices. Due to interoperability requirements these services needed to be provided by the same supplier. The responsibility for resolving any issues of interoperability between these components rests solely with Vision.

The supply and support of these services associated with the Vision GP IT Clinical system by another supplier additional 3rd party would introduce risk and uncertainty into the support process where it is likely that both suppliers would blame each other for any failures, so delaying resolution and prolonging disruption to practices.

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The Vision system and its support as well as the associated IT infrastructure services has been provided by Vision to these practices. Due to interoperability requirements these services needed to be provided by the same supplier. The responsibility for resolving any issues of interoperability between these components rests solely with Vision.

The supply and support of these services associated with the Vision GP IT Clinical system by another supplier additional 3rd party would introduce risk and uncertainty into the support process where it is likely that both suppliers would blame each other for any failures, so delaying resolution and prolonging disruption to practices.

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

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

23 February 2023

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

Cegedim Health Solutions

Studio f5 Battersea Studios 1 82 Sulverthorne Road

London

SW8 3HE

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

02855109

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: £5,654,780


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom