Professional Documents
Culture Documents
Vendor Selection
Table of Contents
1. 2. 3. 4. 5. 6. 7. 8. POLITICAL ENVIRONMENT .............................................................................................. 2 CHANGE MANAGEMENT PLAN ....................................................................................... 2 VENDOR ANALYSIS ............................................................................................................ 3 EVALUATION CRITERIA METHODOLOGY.................................................................... 4 BUDGET ESTIMATES .......................................................................................................... 5 CONSTITUENCY ROLES ..................................................................................................... 6 VENDOR SIZE INFLUENCE ................................................................................................ 7 ACCEPTANCE TESTING ..................................................................................................... 8 ACCEPTANCE CRITERIA ....................................................................................................... 8 COMPLETION CRITERIA ....................................................................................................... 8 FINAL ACCEPTANCE.............................................................................................................. 9 9. VENDOR SELECTION .......................................................................................................... 9
APPENDIX A: STAKEHOLDER MANAGEMENT .................................................................. 10 APPENDIX B: EVALUATION CRITERIA MATRIX .............................................................. 12 APPENDIX C: SCORE COST EVALUATION METHOD ........................................................ 13 APPENDIX D: EVALUATION CRITERIA FACTOR GUIDELINES ...................................... 14 APPENDIX E: NARRATIVE CONSENSUS STATEMENT ..................................................... 15 APPENDIX F: MRSA VENDOR SPREADSHEET .................................................................... 16 REFERENCES ............................................................................................................................. 17
Page 1
1. POLITICAL ENVIRONMENT
In accordance with the Deficit Reduction Act of 20051, the Centers for Medicare and Medicaid Services (CMS), effective October 1, 2008, halted reimbursement to United States hospitals for several hospital-acquired complications or comorbidities. The policy was directed towards, but not limited to, certain surgical infections, hospital-acquired urinary tract infections and hospitalacquired bloodstream infections. Memorial Regional South Abington Hospital (referred to as MRSA), a 300-bed facility, is one of Pennsylvanias largest and most comprehensive hospitals. Without a doubt, these reimbursement changes will have an impact upon the financial health of our organization. An internal analysis revealed surgical site infections at MRSA have been on the rise over the past 5 years. The current medical record system utilized by the surgical department is a paper based system. This system does not have the capacity to communicate, alert or provide any essential information to key members of the infection control committee nor forestall the occurrence or propagation of Healthcare Associated Infections (HAI). The department chief and its members deem the current processes to be effective and well managed. Realistically, modifications to current clinical workflows, utilizing newer technology, would enhance real time team member involvement, proactively prevent HAI and hopefully avoid Medicare penalties.
Page 2
poor communication, inadequate training or insufficient workforce planning can all contribute to a lack of acceptance for business changes and poor performance at the end-user level. During any large selection process and implementation, such as an ICS, the project team can expect resistance and a reluctance to accept change. The ICS Project Team (Team) first identified the key stakeholders at MRSA and established their current and target project awareness. Additionally, each stakeholders degree of project support and organizational influence was defined. A stakeholder management plan was developed to build greater support among the most influential stakeholders (APPENDIX A). Effective strategic communication is the key to successfully select and implement large-scale organizational initiatives. To ensure effective communication among key players throughout this project, the Team developed a formal Communication Plan: Identification of key stakeholders Discern which information is most valuable to key stakeholders. Establish the optimal communications method and format to disseminate information Establish regular meeting agendas, schedules, location and participants
3. VENDOR ANALYSIS
The Team formed an ICS Project Evaluation Board (Board), comprised of representatives across the MRSA organization. This Board was divided into two sub- groups: an ICS Technical Assessment Evaluation Committee, comprised of expert clinical users (CMO, CNO, and infection control committee) and operational managers (CIO, COO), responsible for evaluating the relative technical merits; and an ICS Business Assessment Evaluation Committee, responsible for evaluating the contractual terms, conditions, past business conduct, etc. By process of elimination, two Vendors remained in final evaluation process: Premier Safety Advisor and Vecna Medical QC Pathfinder. These two private companies produced over $1 MRSA Vendor Selection Page 3
billion and $350 million in revenue respectively, plus over $100 million in annual net profit. Both companies demonstrate sound corporate structures, retaining executives and management teams with long term health care industry experience. Premier, a much larger company, has a greater amount of successful contracts and implementations at multiple facilities (Premier: 30.000 current users, Vecna: 5000 current users). The two companies do not differ significantly regarding the stability of their ICS implementations. Both have had fully operational systems at multiple facilities for greater than 5 years. Each company has continued to update their software annually or bi-annually (Premiers current version 6, Vecnas current version is 5).
Page 4
Additional merits sought by the Board were: Future option of independent software operation and customization, with ability to add new sub-systems. Sound financial health, ensuring delivery of the solution as proposed and viable future support of their product. Cultural fit whereby the MRSA-Vendor relationship fosters confidence and trust.
After the formal presentations, the Board reconvened to discuss and review the presentations, any outstanding issues, and the strengths and weaknesses of Premier and Vecna. A narrative consensus report (APPENDIX E), summarizing the selected Vendor process, was filed reporting: Strengths and weaknesses of each proposal derived from individual evaluations and discussions; Documentation of reference checks; Summaries and/or graphs of Vendor evaluation/scores and the consensus by factor for each proposal; Committee members evaluations; and Signatures or initials by all Board members, indicating concurrence with the consensus report contents.
5. BUDGET ESTIMATES
Any budget estimate should incorporate costs for the hospital, vendor, maintenance, training and support.
Budget Limits Hospital Hardware & Installation Software & Training Annual Maintenance Total years 2 - 5 Total Cost $100,000 $230,000 $300,000 $120,000 $750,000 Vendor 1 $72,000 $225,000 $275,000 $100,00 $672,000 Vendor 2 $83,000 $211,000 $283,00 $112,00 $689,000 Vendor 3 $68,000 $248,000 $310,00 $125,00 $751,000 Vendor 4 $107,000 $212,000 $275,000 $118,000 $712,00
MRSA will incur costs for upgrades to existing hardware, software, equipment and the hospital. The vendor costs contain one-time fees for installation, hardware, software, equipment and MRSA Vendor Selection Page 5
training. Finally, the budget estimate should also include the annual cost for maintenance and support for years 2 through 5. While the budget estimates of each vendor will be considered based on the merits their proposal, the total cost of the project shall not exceed $1,000,000.
6. CONSTITUENCY ROLES
1. Senior Administration: Managing Board Members, Chief Executive Officer (CEO), Chief Medical Information Officer (CMIO), Chief Nursing Office (CNO) , and Chief Medical Officer (CMO) This group creates the vision, support, goals and budgetary parameters for the ICS project. Managing Board Members garner public support for MRSAs infection control efforts while the CEO, CMIO, CNO and CMO assure alignment of all staff with the ICS project recommendations. Additionally, the CMIO, CNO and CMO serve as liaisons for the dissemination of information and conveyance of concerns between both the administration and the professional and clinical staffs. 2. Clinical experts: Chief surgeon, Chief surgical nurse, Critical Care Nurses, Intensivist, Infection Control Committee Members-Infection Control Officer (ICO) and Infection Control Nurse (ICN), Pharmacists This group provides the clinical expertise in evaluating the proposed ICS submissions. Their focus is alignment with recommended regulatory and clinical guidelines for infection control, patient safety issues and development and revision of policies, procedures and workflows. Comprised of curmudgeons and champions, this group will take advantage of their influence among their staff and peers to promote the new ICS and its successful implementation. 3. Information Technology (IT) Department: IT Manager, IT Technical Champions, IT Training Staff This group provided the technological expertise to assess the alignment of the ICS solutions with the RFP requirements and MRSAs current infrastructure and legacy systems. This group must
Page 6
have a full understanding of the selected ICS in order to perform their integration and implementation responsibilities as delineated in the RFP. 4. Risk Management/Compliance department:. Legal counsel, Risk Management Officers This group provided expertise regarding governmental regulations, Federal privacy/security mandates (HIPAA, CMS and Joint Commission), contracts and service level agreements (SLA). 5. Finance and Accounting/Billing department: Representatives from these departments provided expertise comparing the Vendor cost estimates with MRSAs ICS Project budgetary guidelines.
Page 7
smaller company may not have the required staffing to meet all the requirements. The ICS will need to interface with Admission, Discharge and Transfer (ADT) systems as well as legacy lab, pharmacy, radiology and pathology systems. The Vendor will need to have a broad background with experience in all these systems.
8. ACCEPTANCE TESTING
At the end of every milestone, the deliverables will be reviewed and validated to check if the deliverable meets the requirements. MRSA will either approve or reject it and the vendor will have to make necessary updates as soon as possible until the deliverable is approved. A successful vendors system must satisfy the following acceptance criteria: Acceptance Criteria The system must be able to automatically detect a HAI based on the data in the patient records and alert the clinicians for improved response to HAI. Based on the data from the patient chart the system must detect the patients risk factors such as morbidity, invasive devices, surgical procedures etc. to acquire a HAI. Identify potential adverse events by analyzing specific combinations of events and underlining relations between symptoms, treatments, drugs, reactions, and biological parameters. Alert the appropriate clinicians when such potential events are detected. Successfully identify all cases of HAI and related adverse events. A predictive modeling system based on risk factors identified through evidence based medicine and retrospective analysis made by HAI experts to detect the potential for a patient to develop HAI and alert clinicians. Provide a user interface to communicate between hospital wards and infection control committee. Provide clinical quality reports per NQF specification for quality improvement initiatives. Electronic transmission of HAI data to public health agencies Plug and play interface to add additional reports and update the fields and display in the dashboards.
Completion Criteria Prior to acceptance testing vendor will furnish MRSA with documentation of the deliverable items, the expected performance and agreed upon acceptance criteria. MRSA Vendor Selection Page 8
Deliverables for every milestone will be reviewed, upon completion and at project end.. For milestone deliverables MRSA has 10 days to complete acceptance testing and accept or reject the deliverable in writing. If the deliverable is rejected, MRSA will specify in writing the reasons for the rejection and the Vendor must make necessary updates to confirm to the requirements of the contract.
Final Acceptance Acceptance testing will be performed on-site on MRSA platform. The final delivered product must be fully implemented in MRSAs live production environment no later than 4/27/2013. MRSA has sixty-days to accept or reject the Contract in writing. In the case of rejection, MRSA will specify, in writing, the reasons for rejection. The Vendor must update the product to conform to the Contract requirements as soon as possible at no additional cost to MRSA and continue to do so until MRSA accepts the product or terminates the Contract. MRSA has 12 months following the final acceptance and delivery to verify product conformance and performance with the Contract requirements and the system design specifications provided by the Vendor. In the event MRSA finds any defect, deficiency or nonconformance to the requirements or design specifications, the Vendor must correct the defect at no charge or agree to a mutually acceptable plan for correction within 30 days of the receipt of the written notification from MRSA.
9. VENDOR SELECTION
Reviewing the 6 Vendor responses received and the requirements of MRSA, Premier and Vecna were selected as the top two vendors. Premier SafetySurveillor has a very good customer base. In addition to providing an ICS per MRSAs requirement, Premier also has a hospital engagement network (HEN) which serves as a mobile classroom with clinical improvement advisors (CIAs) providing:
Page 9
Training and education programs including onsite hospital visits Technical support to achieve quality measurement goals Online database of safety tools and resources National and regional best practice sharing forums Data benchmarking and tracking to measure quality improvement goals HEN identifies the solutions already proven to reduce healthcare-acquired conditions and readmissions, and spreads the best practices and resources to other hospitals and healthcare providers.
Vecna QC PathFinder has a web-based application that automates surveillance for infection and offers fast and effective interventions. Vecna offers real-time infection surveillance using data from ADT, Laboratory, Pharmacy, and Surgery. QC PathFinder supports the detection of HAI, reportable communicable diseases, adverse drug events, ventilator-associated pneumonia, and other threats to patient safety. It automatically collates relevant information such as provider details and location history. This information is then processed by the applications analysis and graphing tools to identify trends and clusters; create C, G, and P charts; and generate visual data summaries. In addition, users can customize an at-a-glance dashboard to view key data points, analyses, and up-to-the-minute alerts. On the weighted scoring scale (APPENDIX B), based on importance, performance and value, Premier SafetySurveillor outscored Vecna QC PathFinder and, therefore, was awarded MRSAs contract.
Comment [E1]: Define
Page 10
Plan Regular meetings, data and result driven communication Recent addition to the team, will need to engage staff frequently to have their buy in Recent arguments with surgeons. Will need physician champions to engage rest of department
High
Moderate
Moderate
Page 11
Criteria 1. General Quality & Adequacy of Response a. Completeness and thoroughness b. Grasp of problem c. Responsiveness to terms and conditions 2. Technical ApproachQuality of Package Provided a. Approach to program analysis b. Services to be renderedquantity and quality 3. Organization, Personnel, and Experience a. Qualifications of personnel b. Experience with program analysis & model presentations c. Past experience with government organization, applicable programs 4. Timetable a. Ability to meet schedules 5. Cost (see APPENDIX_____) 6. Total
Weight
90 140 230
80 80 40
70 70 20 160
100 250
100 250
80 200 775
(State of Wisconsin)
Page 12
2.
3.
Calculation of points awarded to subsequent proposals will use the lowest dollar bid amount as a constant numerator and the dollar amount of the firm being scored as the denominator. (This result will always be less than one.) The result then is multiplied by the number of points given to the cost section of the RFP. Total the final score.
(State of Wisconsin)
Page 13
Page 14
_______, and is the fairest price, technically acceptable proposal. This Evaluation Recommendation has been developed in a fair and unbiased manner. We have personally reviewed each proposal received, have documented the results of our evaluation, and have completed this document in good faith and in the best interest of MRSA.: By signing below the evaluators confirm that they have reviewed both the technical proposal and price/cost proposal discussed herein and that the assessment documented herein reflects consideration of both aspects of the proposal. Printed Name Signature Date Printed Name Signature Date Printed Name Signature Date Printed Name Signature Date
Page 15
MRSA SPREADSHEET.XLS
(TGI, 2013)
Page 16
REFERENCES
1. 109th Congress. (2005). Deficit Reduction Act of 2005. Retrieved from www.GovTrack.us: http://www.govtrack.us/congress/bills/109/s1932 2. Consensus Recommendation Report. (n.d.). Retrieved from Tricare: EVALUATION BOARD/PANEL CONSENSUS: http://www.google.com/url?sa=t&rct=j&q=&esrc=s&source=web&cd=5&ved=0CEgQFj AE&url=http%3A%2F%2Ftricare.mil%2Ftma%2Fams%2Fdownloads%2FEvaluation_B oardPanel_Consensus_LPTA.doc&ei=kmAhUazTD4OcyQGM0oDwDw&usg=AFQjCNGHP nqpLQkYak_rtGsqh-U_AFT3HA&cad=rja 3. Decision Lens. (2008). Vendor Selection Decisions. Retrieved from http://www.decisionlens.com/docs/WP_Vendor_Selection.pdf 4. State of Wisconsin. (n.d.). SAMPLE REQUEST FOR PROPOSAL (RFP), Appendix C. Retrieved from http://www.google.com/url?sa=t&rct=j&q=&esrc=s&source=web&cd=21&ved=0CC8Q FjAAOBQ&url=http%3A%2F%2Fvendornet.state.wi.us%2Fvendornet%2Fdoaforms%2 Frfp.doc&ei=zb4VUa-iDuaYygG48IG4Cg&usg=AFQjCNEN_Om9HPXJMYKtiOvzDgpO6tsoQ&bvm=bv.42080656,d.aWc
Page 17