Awarded contract

Non-Clinical Decision Support Software

  • Welsh Ambulance Services NHS Trust

F15: Voluntary ex ante transparency notice

Notice reference: 2023/S 000-037560

Published 20 December 2023, 4:58pm



Section one: Contracting authority/entity

one.1) Name and addresses

Welsh Ambulance Services NHS Trust

Beacon House

Cwmbran

NP44 3AB

Email

emma.burns@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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

Non-Clinical Decision Support Software

Reference number

STW.5146

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract is for the provision of non-clinical decision support software to be deployed within the NHS 111 Wales service to enable initial call taking to the service to be completed. A Call Handler will commence the non-clinical triage process to determine the condition of the patient and whether they need to speak to a clinician.

Remote clinical assessment will then subsequently be undertaken, where required, by either a clinician utilising separate clinical decision support software within the NHS 111 Wales service or the call transferred to another software system, dependent upon the reason for the call and assigned clinical priority, to be assessed by another provider across NHS Wales urgent primary care services.

The software solution is required to facilitate non-clinical call takers in the NHS 111 Wales service to stream and prioritise calls received and manage patients remotely. Where required the software is to enable the call to be allocated to a clinician within the NHS 111 Wales service to undertake further clinical triage in the separate instance of the clinical decision support software.

In addition, the contract is for the supply of professional services to enable the implementation and training of the solution and as well as the relevant software licences for the software application itself. The contract is also for the supply of the associated ongoing support and maintenance services.

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: £5,185,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48814000 - Medical information systems
  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This contract is for the provision of non-clinical decision support software to be deployed within the NHS 111 Wales service to enable initial call taking to the service to be completed by non-clinical Call Handlers. Following initial call taking remote clinical assessment will then either be undertaken by a clinician within separate clinical decision support software utilised by NHS 111 Wales or the call transferred to another software system, to be assessed, dependent upon the reason for the call and assigned clinical priority, by another provider across NHS Wales urgent primary care services.

The non-clinical decision software is required to facilitate non-clinical call takers in the NHS 111 Wales service to stream and prioritise calls received utilising non-clinical decision-making algorithms which are based on NHS content. Calls received are required to be passed from a separate patient management system into the non-clinical decision support software to reduce the risk of mistakes being made when entering new details.

The non-clinical decision software is to allow subsequent calls to be matched to previous assessments and repeat callers are to be highlighted to the Call Handler to help manage patient care. Calls are also required to be appropriately returned to the patient management system.

The non-clinical decision software is required to contain non-clinical decision-making algorithms to allow the Call Handler to interpret the callers' symptoms and following a non-clinical triage process provide a patient with a recommendation (disposition) if no further remote clinical assessment of the call is required. The non-clinical decision software provided is required to enable the Welsh Ambulance Service to reduce variation in the assessment of conditions, and support a research, evidence-based approach to the assessment, offering transparency regarding advice to patients. The solution is required to be able to support access to the NHS 111 Wales service via video and provide an intuitive, safe interface for end users.

The non-clinical decision software must be able to work seamlessly with the patient management system and clinical decision support software (supplied separately) to ensure safe and efficient transfer of patient details to and from remote clinical assessments. The solution is required to provide full digital audit capability (Themes, Trends, Statistical Reporting on staff performance), allow seamless sharing of clinical information between service providers, and work intelligently with electronic patient care records systems.

In addition, this requirement is for the supply of professional services to enable the implementation and training of the solution and as well as the relevant software licences for the non-clinical decision software this requirement is also for the supply of the associated ongoing software support and maintenance services.

II.2.11) Information about options

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further period of 24 months in annual increments or for the full 24-month period at the sole discretion of the contracting authority.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

The legacy software currently utilised by the NHS 111 Wales service must be replaced as the software has reached end of life and the contract will expire on the 20th May 2024. A competitive dialogue procurement was undertaken to procure a replacement solution and a contract awarded but following a joint review of the project with the supplier a decision was reached to end the delivery of the replacement software solution. There is now an urgent need to replace the legacy software and the replacement must be fully implemented and go-live by the 30th April 2024, to safely decommission the legacy software and transition to the new software solution. This is to ensure NHS 111 Wales service provision can continue, with minimal disruption, in the interim to any future national NHS 111 Wales and urgent primary care strategic plans for a longer-term solution.

It is essential disruption is kept to a minimum whilst minimising implementation risks. Key requirements include:

(1) Must be available for implementation without any further implications to develop and test the software whilst recognising configuration of the solution would be required.

(2) Must be able to interface with the non-clinical decision support software and the patient management system without any constrained development time required.

(3) End Users of the system must be able to be trained in the implementation timeframe available including training in the use of the clinical algorithms.

(4) Data and information are required to be easily exported and information feeds provided to link the Welsh Ambulance Service internal data warehouse.

(5) The system should be able to integrate with the Welsh Ambulance Services existing 999 system without significant impact to either system to allow improved call handling efficiencies as many calls originate from the 999 service as well as calls being passed from the 111 service to the 999 system.

Additional factors taken into consideration include quality and patient safety, business needs, access to the technology, the strategic fit and the supplier’s capacity and capability.

The solution is required to maintain interoperability with NHS Wales Local Health Boards’ urgent primary care systems. The level of complexity and the associated implementation lead-times have been considered as well as the impact upon end users of the system to minimise training complexities given the urgent need.

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

Contract No

STW.5146

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

20 December 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

Priority Solutions Inc.

110 S Regent St, STE 500

SLC

84111

Country

United States

NUTS code
  • US - United States
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £5,190,000


Section six. Complementary information

six.3) Additional information

The Contract Value provided in this VEAT Notice is in aggregate and is inclusive of the 36-month term and the 24-month optional extension period.

This interim solution is being implemented to meet an urgent need to ensure operational services can seamlessly continue with minimal disruption and strategic procurement plans for a longer-term digital solution to meet NHS 111 Wales and urgent primary care needs will be re-visited and developed before the expiry of this contract.

(WA Ref:137516)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom