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
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
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
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