Contract

Proactive Identification Care & Transfer (PICT) at UHP

  • University Hospitals Plymouth

F03: Contract award notice

Notice identifier: 2024/S 000-033052

Procurement identifier (OCID): ocds-h6vhtk-04abf5

Published 14 October 2024, 4:50pm



Section one: Contracting authority

one.1) Name and addresses

University Hospitals Plymouth

Derriford Road

Plymouth

PL6 8DH

Contact

Paul Drummond

Email

p.drummond@nhs.net

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

Proactive Identification Care & Transfer (PICT) at UHP

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The service to be implemented by Marie Curie in collaboration with UHP will enhance end-of-life care and alleviate pressure on hospital resources and provide better outcomes for patients at end of life. The service will expediate the improvement in end-of-life care with a particular emphasis on identification of patients that are nearing the end of their lives. This should result in helping establish people’s preferences and support earlier discharge or transfer to another care setting. In line with patient’s and family’s wishes.
In coming to this decision the Trust considered the 5 key criteria above. These criteria are not weighted as they are equally important for this service. They clearly meet and in some elements exceed the requirements of this service.

The Key Criteria measures were
1. Value For Money
2. Quality & Innovation
3. Integration, Collaboration & Service Sustainability
4. Social Value
5. Improving access, reducing health inequalities and facilitating choice

Decision makers in this process included Director of Integrated Care, Partnerships and strategy. The Trust End of Life Lead Manager, Transformation Team, Procurement, Finance, Trust Management Board Executives and many more internal Stakeholders.

There were no conflict of interests or potential conflicts of interest in the decision-making process.

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: £4,186,791

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth

two.2.4) Description of the procurement

This is a Provider Selection Regime (PSR) Contract award notice detailing the Trusts intentions to award this contract to Marie Curie. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award
NHS Provider Selection Regime Most Suitable Provider award. This provider was considered against the 5 key criteria above. These criteria are not weighted as they are equally important for this service.

two.2.5) Award criteria

Price

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The justification is set out below why the Trust chose to use the most suitable provider process without competition

• Existing part of the model being procured already supported by this provider, well embedded and working to deliver the required KPI/performance, risk to destabilisation if moving to a different provider.
• Limited provider with specific palliative care staff mean the direct award pool is small and other known providers reengaged and this is not part of their strategy or business model so were not intending to bid should we have gone to direct award
• This is the only provider whom would be able to embark in a social value/co-funded offer of a pump primed initiative- making them the most value for money provider we have evaluated what this would cost to do ourselves and it would be more expensive
• This is a service we will be evaluating and future contract award on the basis of this three year ‘partnership/pilot’
• Given section 29a need to implement at pace and working with a provider able to implement in one month reduces harm to patients
• Social value- local employer, and contributing to wider benefits on evaluation to share with others, training and education

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Marie Curie

One Embassy Gardens, 8 Viaduct Gardens, London, SW11 7BW

Plymouth

SW11 7BW

Country

United Kingdom

NUTS code
  • UKK41 - Plymouth
National registration number

00507597

Internet address

http://mariecurie.org.uk

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: £4,186,791

Total value of the contract/lot: £4,186,791


Section six. Complementary information

six.3) Additional information

The service to be implemented by Marie Curie in collaboration with UHP will enhance end-of-life care and alleviate pressure on hospital resources and provide better outcomes for patients at end of life. The service will expediate the improvement in end-of-life care with a particular emphasis on identification of patients that are nearing the end of their lives. This should result in helping establish people’s preferences and support earlier discharge or transfer to another care setting. In line with patient’s and family’s wishes.
In coming to this decision the Trust considered the 5 key criteria above. These criteria are not weighted as they are equally important for this service. They clearly meet and in some elements exceed the requirements of this service.

The Key Criteria measures were
1. Value For Money
2. Quality & Innovation
3. Integration, Collaboration & Service Sustainability
4. Social Value
5. Improving access, reducing health inequalities and facilitating choice

Decision makers in this process included Director of Integrated Care, Partnerships and strategy. The Trust End of Life Lead Manager, Transformation Team, Procurement, Finance, Trust Management Board Executives and many more internal Stakeholders.

There were no conflict of interests or potential conflicts of interest in the decision-making process.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London EC1

London

EC1

Email

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

Email

info@cedr.com

Country

United Kingdom

Internet address

https://www.cedr.com/