Stotles logo
Awarded

Yorkshire & Humber Integrated Care Record - Regional Interoperability Infrastructure (Phase 1) copy

Published

Supplier(s)

Softcat plc (Main Account)

Value

330,000 GBP

Description

Summary of the work The Y&H region is one of five participants in the national NHS LHCRE programme. There is a requirement to provide a secure regional HL7 FHIR based data fabric (interoperability infrastructure) which can be used to access identifiable and pseudonymised patient data from care providers in the region. Expected Contract Length 6 months Max Latest start date Saturday 1 December 2018 Why the Work is Being Done The Yorkshire and Humber (Y&H) region is one of five participants in the national NHS LHCRE (Local Health Care Record Exemplar) programme. The programme has ambitious objectives for sharing health and care records across the region and nationally. There is a requirement to provide a secure regional HL7 FHIR based data fabric (interoperability infrastructure) which can be used to access identifiable and pseudonymised patient data from care providers in the region. This interoperability infrastructure will adopt an Open Platform approach. Timescales: Prototype by end of December 2018 and live pilot by end of March 2019. Problem to Be Solved In recent years, there have been many local information sharing initiatives delivered independently. While these initiatives have led to successful sharing between local organisations, a lack of common standards means we are creating new information silos that cannot support care when an individual moves between different localities, or when they are in a cohort of patients whose needs are best served at a wider geographical level. Through common standards we want to ensure that information can flow in a secure and ‘frictionless’ manner and that test results for example can be interpreted in the same way regardless of care setting. Who Are the Users This first phase will involve a number of health and care organisations from the YH region. These organisations will be responsible with help and guidance from a central team and the Supplier for developing the technical capability to interact with the regional interoperability infrastructure. Organisations will adopt the role of data provider, data consumer or both. They will include if possible representations from acute care, social care, mental health care, community care, and an ambulance service. Work Already Done A high level design document has been developed and this prescribes the architecture and components to be built/provided. This document has been consulted on extensively across the region and has been signed off by the Yorkshire & Humber Care Record (YHCR) Delivery Board. This document forms Appendix 2 of the Statement of Requirements for this tender opportunity. Existing Team There is a core YHCR project team made up of various leads for various specialisms e.g. clinical, technical architecture, IG, cyber, communications etc. There is also a Programme team made of project management and support resources. The appointed Supplier will report directly into the Architecture work stream which is effectively acting as a small client function. Current Phase Alpha Skills & Experience • Proven track record of delivering interoperability solutions at scale in at least two significant and diverse health & care settings. • Must be highly skilled, knowledgeable and have demonstrable experience of applying the HL7 FHIR protocol as a core component of the interoperability solution in at least one of these settings. • Previously developed interfaces with Lorenzo, Meditech, Cerner Millennium, LiquidLogic, Medway, CaMIS., Carenotes, TPP SystmOne, EMIS Web, Symphony ED, Ascribe Pharmacy, JAC Pharmacy, Somerset Cancer Registry, CRIS Radiology, ORMIS Theatres … • Must have developed integration solutions with all of the major integration technologies in use in the region - InterSystems Ensemble/HealthShare, Orion Rhapsody, Mirth/NextGen. • Must have developed high-scale, low-latency, secure and resilient integration solutions involving national SPINE systems. • Must be able to provide significantly experienced Lead Interoperability Architect capability well acquainted with HL7 FHIR protocol and designing and implementing interoperability solutions across complex health and care settings. • Proven track record of engaging with multiple health and care organisations with varying technical maturity (particularly system integration) and ability to adjust the approach required to ensure successful integration outcomes. • Proven track record of predominantly providing/building required solution(s) using Open Platform principles in particular Open Architectures, Open Standards, Open Source, Open API's, Open Data Models, Open Documentation etc. Work Location Mix of Supplier HQ and Yorkshire & Humber Regional locations as required. Most meetings tend to take place in Leeds due to its fairly central location and rail and road network links. Working Arrangments There is a core YHCR project team made up of various leads for various specialisms e.g. clinical, technical architecture, IG, cyber, communications etc. There is also a Programme team made of project management and support resources. Security Clearance No special security clearence is required. Access to bulidings and organisations will be under supervised access at all times. No. of Suppliers to Evaluate 6 Proposal Criteria • Experience, knowledge and skills of the nominated Lead Architect and a proposal for ensuring continuity. • How the approach, methodolgy and deliverables will demonstrate ability to provide/build HL7 FHIR based interoperability solution(s) as defined in Sections 7. and 8. of the Requirements Specification. • How each of the Open Platform Principles laid out in Section 9. of the Requirements Specification will be complied with. • Approach, methodology and deliverables relating to building/providing high scale, secure, resilient interoperability solutions across multiple, complex health/care settings evidenced in two Case Studies (one with HL7/FHIR protocol at the core). Cultural Fit Criteria • How you will engage/assist the selected pilot/prototype organisations (with different capabilities) to successfully connect to the core infrastructure, making clear the approach and methods to be used. • Team structure, skills, knowledge and experience. Payment Approach Fixed price Evaluation Weighting Technical competence 50% Cultural fit 20% Price 30% Questions from Suppliers 1. Is there a current incumbent and if so will they be reapplying? This is a stand-alone project so there is no incumbent supplier. 2. We feel there are documents missing for us to review, in the section that states works already done it refers to Appendix 2 of the Statement of Requirements for this tender opportunity.Please can you clarify? And also confirm that at this stage all we have to complete are the online questions, date of delivery, confirmation of skills and the technical/skills questions? The full tender documents are available by emailing james.brooks4@nhs.netDue to tight timescales, we will require both initial and final response to the tender by the close date of 19/11/18. 3. Would the buyer will be willing to host a supplier q&a conference call prior the DOS initial response due date in order to gather more information? All questions must be raised and responded to via the Digital Marketplace portal. 4. The advert mentions a Statement of Requirements document, will suppliers be able to receive this document prior to stage 2? The full tender documents are available by emailing james.brooks4@nhs.netDue to tight timescales, we will require both initial and final response to the tender by the close date of 19/11/18. 5. Will it be possible to publish the allocated budget or the range for this project? No. Suppliers should propose their best price based on their own assessment of our requirements. The full document suite can be requested from james.brooks4@nhs.net 6. One of the essential skills questions mentions having experience in all integration technologies. Does the supplier need experience in ALL or one of the named technologies? It is important that potential suppliers are familiar with the primary integration technologies used throughout the Y&H region and therefore familiarisation with the three stated is essential. 7. Please can you confirm if we are able to submit multiple bids, as we have been approached by a number of our partners who wish to bid on this? Framework suppliers who wish to partner with multiple organisations in producing separate bids may do so. A maximum of 3 bids may be submitted per framework provider and it must be clearly indicated where there is a partnership or consortium relationship in effect. Any evidence of references, case studies or work history should be that of the organisation who will be delivering the required services. 8. Section 3 of the Statement of Requirements references “The prototypes and pilot will implement key components of the regional infrastructure and will establish and prove the technical capability of these components across a small number of care settings” Can you please advise how many a small number actually is? The number is to be determined and agreed but the minimum number will be five. 9. Please can you advise how we submit our response, is it via email? Suppliers should email their responses to james.brooks4@nhs.net by the 19/11/18. 10. 1. Can you please explain the correlation between the lead architect role and the platform they deploy, are they expected to deliver the solution from within their own organisation or will they be expected to deliver a solution from AN Other vendor? It is expected that the Lead Architect and the Development resources required to deliver the solution are from within the same organisation. 11. Upon review of documents, a genuine concern has come to light that one of the potential bidders has had full input into the document suite and therefore, access to pertinent privileged information and the buyer’s immediate goals and budgets. This will enable the bidder to respond in a shorter timescale and with more accuracy than others, making for a potentially unfair tender process and a potential conflict of interest.To remedy this we are requesting a supplier meeting for either 13/14th November and an extension to the deadline by one week to enable us to provide a full/relevant response. Due to word limitations imposed on question responses, we would ask suppliers who would like to see our full response to this question to email james.brooks4@nhs.net and we will be happy to provide this. Any further questions should be directed through the portal in the usual manner.Thank you 12. To remove the risk of ambiguity can you please provide a Pricing Template for all respondents to complete There is no prescribed method/template for breaking down pricing, however there is an expectation that the principle tasks: Lead Architect provision, Prototyping (assume 8 organisations) , Detailed Designs, Pilots (assume 4 organisations) with a breakdown of resource type, effort (days) and a price against each principle task will be articulated in a Table to cover the 6 month assignment. Any other pricing relating to software/tools must also be identified. Reasonable expenses must be built into day rates. A total (fixed) overall price must be articulated. 13. Method Statement Question 2 : Of the systems listed which are most likely to be chosen for the pilot? The final list of organisations (and associated systems) who will participate in the prototype/pilot phase has not been concluded yet but the systems listed (not exhaustive) are some of the systems that are commonly used across Y&H and a selection of these (depending on the agreed final list of organisations) will definitely feature in this first 6 month phase. 14. Method Statement Question 4 : Will spine services be required in the protype/pilot stage? No they will not be required. 15. Method Statement Question 4 : Will spine services be required in the protype/pilot stage? A list of Y&H organisations expressing an interest in participating in the prototype/pilot phase is currently being reviewed but has not been agreed at this time. Q5) is about how the Supplier will engage in general, methods and approaches to be used regardless of who an organisation might actually be. 16. How should suppliers submit their responses? Suppliers should respond to the essential requirements through the portal as per the framework guidance. A further response to the methodology questions issued separately should be submitted by email to james.brooks4@nhs.net Suppliers must meet the essential requirements in order to have their response to the methodology questions evaluated.

Timeline

Publish date

6 years ago

Award date

6 years ago

Buyer information

Explore contracts and tenders relating to Humber Teaching NHS Foundation Trust

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore other contracts published by Humber Teaching NHS Foundation Trust

Explore more open tenders, recent contract awards and upcoming contract expiries published by Humber Teaching NHS Foundation Trust.

Explore more suppliers to Humber Teaching NHS Foundation Trust

Sign up