Section one: Contracting authority
one.1) Name and addresses
University Hospitals Plymouth
Derriford Road
Plymouth
PL6 8DH
Contact
Paul Drummond
Telephone
+44 1752434915
Country
United Kingdom
Region code
UKK41 - Plymouth
Internet address(es)
Main address
https://www.plymouthhospitals.nhs.uk/
Buyer's address
https://www.plymouthhospitals.nhs.uk/
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
Provision of Neonatal Transport Service
Reference number
UHP/FirstCare/2425/NTS/1
two.1.2) Main CPV code
- 85143000 - Ambulance services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract involves the provision of a dedicated ambulance service to ensure the safe and efficient transportation of critically ill newborns. The service will include fully equipped custom ambulances built to accommodate the service incubators and specialist equipment as well as fully trained ambulance staff, to work along side our specialised medical professionals trained in neonatal care.
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: £780,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK41 - Plymouth
Main site or place of performance
University Hospitals Plymouth NHS Trust
two.2.4) Description of the procurement
The contract involves the provision of a dedicated ambulance service to ensure the safe and efficient transportation of critically ill newborns. The service will include fully equipped custom ambulances built to accommodate the service incubators and specialist equipment as well as fully trained ambulance staff, to work along side our specialised medical professionals trained in neonatal care. The value of the contract is approximately £780,000 and will run from 1st September 2024 to 31st August 2029
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Improving Access, reducing health inequalities and facilitating choice / Weighting: 10
Quality criterion - Name: Integration, collaboration & Service Sustainability / Weighting: 20
Cost criterion - Name: Value for Money / Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
N/A
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
Accelerated procedure
Justification:
To be award under Provider Selection Regime, Direct Award C.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 104-012085
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 August 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
First Care Ambulance Limited
Plymouth
Country
United Kingdom
NUTS code
- UKK41 - Plymouth
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £780,000
Total value of the contract/lot: £780,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provision of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 19th August 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. written representations should be sent to p.drummond@nhs.net. Internal Stakeholders across the trust were involved in the decision making process. There were no conflicts of interest recorded in this process. This statement provides detail of the key criteria that the Trust used to make its decision. 1. Value for Money - FirstCare Ambulance have demonstrated value for money through the lifetime of the contract since 2016. There have only been 2 inflationary increases and clearly demonstrated the reasoning for this. They have purchased a new vehicle and only charged us pass through costs and have supported the remodelling of the services from a 7 day 24 hour service to a 12 hour 5 day service 8am to 8pm.
The new contract is 10% cheaper than the current contract value
In the original market testing carried out for the Neonatal transport provision, First Care came out considerably cheaper than competitors.
First Care have recently been awarded the PTS through a 5 year contract and demonstrated value for money through full tender process. 2. Quality & Innovation - First Care provide a high quality service and the purchase of the new purpose built vehicle for Neonatal transportation has enhanced this, with two other vehicles available the risk of breakdowns and disruption to service is very low. First Care take suggestions on ways of working and are open to innovative ideas. 3. Integration, collaboration & Service sustainability - First Care supported the service through Covid and the re-modelling of the service from a 24 hour service to a 5 day has been transitioned across with collaboration with the service line and working with other transport providers for shift handovers. 4. Social Value - Net Zero is the ultimate target, but vehicle technology does not currently provide an economic/efficient solution for patient transport. FCA will adopt technological advances in vehicles over time, but right now some ‘immediate action’ is the right thing to do. We have chosen to work with Earthly Limited and support varied climate initiatives across the world.
FCA has an annual fleet mileage of circa 1.75 million miles. This produces 700 tonnes of carbon.
The Earthly programme allows FCA to sponsor climate change initiatives that are estimated to offset 770 tonnes of carbon. This means that FCA is classified as carbon positive, in that we give back more than we produce. 5. Improving access, reducing health inequalities and facilitating choice - Working with First Care Ambulance Service significantly improves health inequalties by ensuring that critically ill or premature newborns receive timely and specialised care through Timely Transfers, Critical interventions, rural and underserved areas and support for families.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London EC1
London
EC1
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
University Hospitals Plymouth
Derriford Road
Plymouth
PL6 8DH
Country
United Kingdom