Planning

Medical Grade Image Viewer and Communications Tool

  • NHS Supply Chain

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-034644

Procurement identifier (OCID): ocds-h6vhtk-041c3a

Published 23 November 2023, 11:11am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

thomas.mathers2@supplychain.nhs.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://nhssupplychain.app.jaggaer.com/web/login.html

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Medical Grade Image Viewer and Communications Tool

two.1.2) Main CPV code

  • 48180000 - Medical software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain wishes to engage with suppliers that can provide a software platform that enables the creation of a single view of a patient's clinical data, sourced from across multiple provider sites, around which clinicians can collaborate within a secure, patient-centric, asynchronous communication environment which integrates with, and writes back to the patient's medical record in both primary and secondary care settings.

This PIN intends to identify such providers with a view to ultimately include this solution within the scope of the Medical IT Departmental Software and Hardware Solutions framework which is due to renew 1st February 2025.

Suppliers capable of delivering such a solution will be invited to tender to provide a route to market that enables access for the NHS during the interim period until the award of the new framework on 1st February 2025.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48814000 - Medical information systems
  • 48814400 - Clinical information system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This market exercise will be for the provision of a single software platform that includes the following.

• the ability to create a zero-footprint common view of a patient's clinical data across provider settings; including the display of DICOM radiology images, cardiology images and visible light images (clinical photos) within a UKCA marked image viewer certified for clinical review, alongside blood results, ECGs, Spirometry, pathology reports etc. (non exhaustive).

• the ability to acquire clinical photographs directly into the patient episode, using a zero-footprint photoacquisition mechanism with an inbuilt digital patient consent module.

• the ability to acquire digital images of documents directly into the patient episode, using a zero footprint photoacquisition mechanism.

• the ability to integrate across both primary and multiple secondary care settings simultaneously to pull in that clinical data to form the common view of the patient.

• the ability to annotate results and images and link these as tagged items directly into chat messages.

• the ability to facilitate structured end-end electronic referrals between primary and secondary care stakeholders, using fully configurable digital clinical referral forms and to present results and management discussions back to the primary care setting.

• the ability to conduct a patient-centric asynchronous conversation that writes back to multiple care settings simultaneously. Chat features including delivery and read notifications, embedded images, direct messages and threaded conversations.

• the ability to conduct end-end cross-provider care pathways with the ability to assign clinical labels to patients that link to stages of a particular pathway and which can be used to track progress along a pathway.

• the ability to present clinical labels and pathway stages in a kanban dashboard that shows pathway status at a macro and patient specific level, giving administrators the ability to go from a regional view into a particular patient-level episode, complete with breach alerts at a sub-section level of the pathways (enabling early intervention to prevent breaches).

• the ability to give patients direct access to their clinical data through a dedicated patient-facing, linked application.

• the ability to host a patient's data within a dedicated, patient-centric cloud environment, linked to their NHS number, ensuring data availability to authorised clinical stakeholders 'out of area' (essential for watershed patients).

• the ability to provide the platform both as a progressive web application but also native application on both ios and android.

• the ability to securely share clinical data with third party providers, such as AI vendors, (where requested by NHS customers) for processing coupled with the ability to subsequently pull in AI reports and image overlays and present them within the patient episode and record.

• the ability to create a summary of the chat upon discharge that integrates back with the primary care EPR, secondary care EPR and any regional share care record.

• the ability to push and pull DICOM and JPEG images directly from imaging machines to cloud storage securely over a mobile network (3G or higher), directly from machine to patient episode, enabling remote image acquisition directly into the patient record from any location.

• the ability to convert JPEG images to DICOM (in flight) for enhanced review functionality, governance and ease of storage.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4,000,000 based on supporting a small number of NHS Trusts and could grow to £60,000,000 if more Trusts require the software platform. However this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.3) Estimated date of publication of contract notice

19 December 2023


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

NHS Supply Chain have a mandate from DHSC to drive the availability of innovative products to the NHS. NHS Supply Chain believe the product sourced by this contract (which is not covered by any of its current Framework Agreements) falls within this remit as a novel innovative product and has been identified to provide enhanced patient benefits.

NHS Supply Chain intends to enter into a Framework Agreement (FAG) with an identified supplier of these products/services following a 10 working day publication of this notice should there only be only 1 available supplier using procedure 'Award of a contract without prior publication of a call for competition' as the procurement falls outside the scope of application of the regulations.

The Term of this Framework Agreement is anticipated to be 13 months. As part of its strategy, NHSSC anticipates engaging with suppliers of these products/services with a view to ultimately include this solution within the scope the Medical IT Departmental Software and Hardware Solutions framework which is due to renewal in 1st February 2025.

If you would like to contact NHS Supply Chain in respect of a Medical Grade Image Viewer and Communications Tool which is the subject of this procurement, then please contact NHS Supply Chain using the eprocurement messaging centre and register your expression of interest.

Completion of the Selection Questions entitled SQ_435 Medical Grade Image Viewer and Communications Tool will need to be completed along with the evidence of the requested. There will not be an option to 'commit to obtain' and failure to provide information will result in rejection of your interest.

The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHSSC, 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.

For the avoidance of doubt and notwithstanding the estimate indicated at II.2.1, NHSSC does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHSSC is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest OR participating for this contract opportunity. NHSSC reserves the right to terminate the procurement process.

REGISTRATION

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHSSC Procurement portal.

2. If not yet registered:

- Click on the 'Register here'

PORTAL ACCESS

Login with above URL. Within supplier area, click 'SQs Open To All Suppliers' link and select SQ_449 Medical Grade Image Viewer and Communications Tool, under project 1316

Select Express interest.

The RFI document will be sent via the Jaggaer ‘Messages Tab’, Applicants will then have 11 working days from the dispatch of this notice to complete and return the RFI document.