Tender for Mainframe Software Services
The current set of mainframe software solutions have served NHS Scotland exceptionally well over the past (in some cases) 25-plus years, but are now expensive to maintain and are not effective in supporting a modern service.
United Kingdom-Edinburgh: IT services: consulting, software development, Internet and support
2015/S 094-170378
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS National Services Scotland
Gyle Square, 1 South Gyle Crescent
For the attention of: Mark Salveta
EH12 9EB Edinburgh
UNITED KINGDOM
Telephone: +44 1312756000
Internet address(es):
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12442
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Scottish Prison Service
The Scottish Government Core Directorates
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Other Scottish Public Sector Organisations
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Scotland & connection of associated organisations outside Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The current set of mainframe software solutions have served NHS Scotland exceptionally well over the past (in some cases) 25-plus years, but are now expensive to maintain and are not effective in supporting a modern service that is dependent on fast electronic communications and paper-lite ways of working.
NSS intends to procure Solutions in two separate lots:
— Lot 1 Community Health Index
— Lot 2 Scottish Child Public Health and Wellbeing System
(“the Lots”)
Bidders may apply to be considered for one or more Lots.
NSS requires reliable, secure, flexible Solutions that will support the NHS in Scotland in delivering the highest standards of healthcare to the people of Scotland in a cost effective and efficient manner.
NSS is prepared to consider a range of Solutions that may be proposed by Bidders (defined below), including a service model. We are interested in exploring hosting options will ask bidders to provide a hosting proposal. Accordingly, NSS is conducting this procurement as a negotiated procedure under the Public Contracts (Scotland) Regulations 2012.
NSS will separately procure an implementation partner to facilitate the implementation and integration of the Solutions with each other and with other NHS solutions and services. This procurement will be conducted once the Solutions are sufficiently established to enable the role of the implementation partner to be scoped. Awarded contracts will be conditional on the appointment of an implementation partner for the applicable Lot.
Data security is crucial and Solutions must be compliant with NHS data security requirements and data protection legislation.
The NHS in Scotland requires long term stability for these crucial applications. Accordingly, long term contracts of ten (10) years are being sought with a commitment to provide support during this period. Options to extend the contracts and/ or a right to continued use of the Solutions would be considered advantageous.
Solutions should be agile and flexible to meet developments in healthcare provision. Some developments can be anticipated, for example, as a consequence of current progress in the integration of health and social care, the expansion of telehealth and affording patients direct access to records and services. Solutions must be capable of cost effective development and enhancement throughout the contract term to meet the challenges facing NHS Scotland.
These Solutions will be crucial to the operation of the NHS in Scotland and must be fully supported with guaranteed availability round the clock, every day of the year.
These Solutions will require integration with each other and many existing legacy systems and interfaces. The Solutions must adopt open standards, current and future. Coordination and co-operation with providers of other services and systems to NHS Scotland will be essential. A range of support and implementation services will be required dependent on the Solution proposed and the proposed integration model.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=343997
II.1.6)Common procurement vocabulary (CPV)
72000000, 72200000, 72261000, 71356000, 48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 8 000 000 and 32 000 000 GBP
II.2.2)Information about options
Description of these options: Hosting of the Solutions is an option to be explored in negotiations.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 – Community Health Index
1)Short description
The Solution shall incorporate a national patient demographics service and shall facilitate patient centred health care delivery by supporting the increasing use of the patient’s electronic health record.
The new Solution shall support all functions and processes currently delivered by the existing CHI application while providing a flexible platform that can respond to future business requirements and allow for predicted future growth (breadth and depth) over the system’s lifetime.
In summary, the Solution shall provide:-
— Ability to allocate a unique patient identifier and create an Index entry at the point of care which dictates a need for the Solution to be robust, operate 24 x 7 x 365, and support significant rates of transactions quickly;
— A ‘single source of truth’. It must be possible to update Index entries on a timely basis to enable reliable patient identification and effective communication across all areas of care (Primary, Secondary and Community Care);
— Ability to search the index to find patients using a range of criteria;
— Ability to register an interest in a patient in order to be notified of changes to that patient’s information.
— Support for Consent models;
— Management reporting across all media types in standard formats such as Microsoft Office, and PDF;
— Extraction of data to external reporting tools, e.g. Business Objects;
— Interoperability to other health and social care systems using recognised international healthcare standards; and
— Ability to search the record locator service to find documents using a range of criteria.
2)Common procurement vocabulary (CPV)
72000000, 72200000, 48000000, 72261000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 5 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Lot 2 – Scottish Child Public Health and Wellbeing System
1)Short description
The Solution will support the improvement of health and wellbeing for Scotland’s population by using call and recall for national programmes and interventions.
The Solution will ensure that the population of Scotland receive the appropriate immunisation according to Scottish immunisation policies, taking into account vaccinations already received. It will also schedule routine health reviews of children from shortly after birth until they leave secondary school.
In summary, the Solution shall provide:-
— Automated call/recall of individuals for programmes and interventions including immunisations, screening and health promotion using a variety of different schedules and appointment methods;
— Entry and storage of clinical details including test results and metadata;
— Recording of details of immunisations administered, including: data, type, brand, batch, antigen;
— Functionality for ad hoc recording of immunisations;
— Support for early identification, assessment and monitoring of children with additional support needs;
— The generation of all letters, schedules, labels and supporting reports;
— Calculation of payments to GPs for vaccinations delivered by the practice;
— Ability to request, record and update consent and to record agreement or refusal;
— Management reporting across all media types in standard formats such as Microsoft Office, and PDF;
— Extraction of data to external reporting tools, e.g Business Objects; and
— Interoperability to other health and social care systems using recognised international healthcare standards (including the one procured under Lot 1 of this procurement).
2)Common procurement vocabulary (CPV)
72000000, 72200000, 48000000, 72261000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 3 000 000 and 12 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Potential Bidders will be required to complete a pre-qualification questionnaire which will be scored to produce a short list of Bidders.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: