Notice Information
Notice Title
Merlok GP System of Choice (GPSoC)
Notice Description
Currently there are 26 practices in NI that use Crosscare. Given the dependency on IT in General Practice, stopping these services would very significantly impact on the ability of the 26 Crosscare GP practices to provide GMS services. Practices would be unable to access patient histories or record consultations against an electronic patient record. They would also be unable to 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. - so reintroducing delay and inaccuracy in patient care.
Lot Information
Lot 1
Currently there are 26 NI GP practices using the Crosscare GP clinical system for patient management. The systems, provided to practices by HSCB in line with the provision of GMS services through the 2003 GMS Contract, were procured via Orders from the NIGPSoC Lot 1 Framework Agreement and will now expire March 2022. The prime contractor for Crosscare Lot 1 services is currently One Advanced, who deliver the solution in Northern Ireland through a local company Merlok. To enable the Crosscare system to meet the needs of the practices, it must interoperate with other specific hardware and software - such as patient check-in and patient call systems. This "additional" hardware and software, previously supplied by Merlok under the "TPA13-1200640" agreement, must be compatible with the Crosscare clinical system if it is to function correctly. The procurement and use of hardware and software provided by anyone other than Merlok introduces significant risk of failure and disruption to practices due to the high potential for incompatibility between this hardware and software and the Crosscare system. Further, Merlok is currently responsible for the Crosscare clinical system and for the specific hardware and software. The responsibility for resolving any issues of interoperability between these components rests solely with Merlok. The supply of such hardware and software by an 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. This pairing of Crosscare with the specific hardware and software is in place in the 26 practices. To ensure that the equipment continues to operate as intended, the supply of replacement hardware components, as well as relevant engineering services, is required. The supply of incompatible components or the provision of engineering services by non Merlok engineers significantly increases the risk of failure and prolonging disruption to practices. Given the close alignment of the specific hardware and software with the Crosscare system, training on these can only be provided by Merlok.
Procurement Information
BSO ITS are in the process of creating a Framework through GP IT Futures. This was due to happen in 2021 unfortunately, the on boarding of systems and services onto the GP IT Futures Catalogue in England was delayed, in part due to covid pressures. This delay has had a knock on effect on the necessary assessment of all options within the NI procurement strategy. The NI procurement strategy is now being finalised and procurement planning now shows that the new NI contracts should be in place by March 2023 or shortly thereafter. The justification for this DAC, therefore, is to ensure the existing services continue uninterrupted until those services can be procured through contracts established by the on-going procurement process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ef8d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026656-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Oct 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 24 Oct 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BUSINESS SERVICES ORGANISATION I T S
- Contact Name
- Catherine Fegan
- Contact Email
- cathy.fegan@hscni.net
- Contact Phone
- +44 2895362561
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 4JE
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02ef8d-2021-10-25T14:21:27+01:00",
"date": "2021-10-25T14:21:27+01:00",
"ocid": "ocds-h6vhtk-02ef8d",
"initiationType": "tender",
"tender": {
"id": "STA10144",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Merlok GP System of Choice (GPSoC)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Currently there are 26 practices in NI that use Crosscare. Given the dependency on IT in General Practice, stopping these services would very significantly impact on the ability of the 26 Crosscare GP practices to provide GMS services. Practices would be unable to access patient histories or record consultations against an electronic patient record. They would also be unable to 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. - so reintroducing delay and inaccuracy in patient care.",
"lots": [
{
"id": "1",
"description": "Currently there are 26 NI GP practices using the Crosscare GP clinical system for patient management. The systems, provided to practices by HSCB in line with the provision of GMS services through the 2003 GMS Contract, were procured via Orders from the NIGPSoC Lot 1 Framework Agreement and will now expire March 2022. The prime contractor for Crosscare Lot 1 services is currently One Advanced, who deliver the solution in Northern Ireland through a local company Merlok. To enable the Crosscare system to meet the needs of the practices, it must interoperate with other specific hardware and software - such as patient check-in and patient call systems. This \"additional\" hardware and software, previously supplied by Merlok under the \"TPA13-1200640\" agreement, must be compatible with the Crosscare clinical system if it is to function correctly. The procurement and use of hardware and software provided by anyone other than Merlok introduces significant risk of failure and disruption to practices due to the high potential for incompatibility between this hardware and software and the Crosscare system. Further, Merlok is currently responsible for the Crosscare clinical system and for the specific hardware and software. The responsibility for resolving any issues of interoperability between these components rests solely with Merlok. The supply of such hardware and software by an 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. This pairing of Crosscare with the specific hardware and software is in place in the 26 practices. To ensure that the equipment continues to operate as intended, the supply of replacement hardware components, as well as relevant engineering services, is required. The supply of incompatible components or the provision of engineering services by non Merlok engineers significantly increases the risk of failure and prolonging disruption to practices. Given the close alignment of the specific hardware and software with the Crosscare system, training on these can only be provided by Merlok.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "BSO ITS are in the process of creating a Framework through GP IT Futures. This was due to happen in 2021 unfortunately, the on boarding of systems and services onto the GP IT Futures Catalogue in England was delayed, in part due to covid pressures. This delay has had a knock on effect on the necessary assessment of all options within the NI procurement strategy. The NI procurement strategy is now being finalised and procurement planning now shows that the new NI contracts should be in place by March 2023 or shortly thereafter. The justification for this DAC, therefore, is to ensure the existing services continue uninterrupted until those services can be procured through contracts established by the on-going procurement process."
},
"awards": [
{
"id": "026656-2021-STA10144-1",
"relatedLots": [
"1"
],
"title": "Merlok GP System of Choice (GPSoC)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-32677",
"name": "Merlok Systems LTD"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5070",
"name": "Business Services Organisation I T S",
"identifier": {
"legalName": "Business Services Organisation I T S"
},
"address": {
"streetAddress": "Centre House,79 Chichester Street",
"locality": "BELFAST",
"region": "UKN06",
"postalCode": "BT14JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Catherine Fegan",
"telephone": "+44 2895362561",
"email": "cathy.fegan@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.hscbusiness.hscni.net",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-32677",
"name": "Merlok Systems LTD",
"identifier": {
"legalName": "Merlok Systems LTD"
},
"address": {
"locality": "Lurgan",
"region": "UKN",
"postalCode": "BT66 6HG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-424",
"name": "Business Services Organisation",
"identifier": {
"legalName": "Business Services Organisation"
},
"address": {
"streetAddress": "2 Franklin Street",
"locality": "Belfast",
"postalCode": "BT2 8DQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5070",
"name": "Business Services Organisation I T S"
},
"contracts": [
{
"id": "026656-2021-STA10144-1",
"awardID": "026656-2021-STA10144-1",
"title": "Merlok GP System of Choice (GPSoC)",
"status": "active",
"dateSigned": "2021-10-25T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 201000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 410040,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 201000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 410040,
"currency": "GBP"
}
]
},
"language": "en"
}