Contract

The Provision of Blood Stem Cell Products

  • University Hospitals Plymouth

F03: Contract award notice

Notice identifier: 2025/S 000-035145

Procurement identifier (OCID): ocds-h6vhtk-055392

Published 25 June 2025, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

University Hospitals Plymouth

Derriford Road

Plymouth

PL6 8DH

Contact

Mark Austin

Email

m.austin2@nhs.net

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

The Provision of Blood Stem Cell Products

two.1.2) Main CPV code

  • 85146200 - Services provided by transplant organ banks

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Cell products, including Haematopoietic Stem Cells, Bone Marrow Stem Cells and Lymphocytes Transplants

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: £1,125,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth
Main site or place of performance

University Hospitals Plymouth, Derriford Road, Plymouth

two.2.4) Description of the procurement

This contract has been awarded using Direct Award Process A under the Provider Selection Regime (PSR), in accordance with Regulation 7.

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:

As per description above, direct award process A under the PSR regulations.

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

13 May 2025

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

Anthony Nolan

2 Heathgate Place, 75-87 Agincourt Road

London

NW3 2NU

Country

United Kingdom

NUTS code
  • UKI7 - Outer London – West and North West
National registration number

02379280

Internet address

http://anthonynolan.org

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: £1,125,000

Lowest offer: £1,125,000 / Highest offer: £1,125,000 taken into consideration


Section six. Complementary information

six.3) Additional information

This contract has been awarded using Direct Award Process A under the Provider Selection Regime (PSR), in accordance with Regulation 7.
The decision to award directly is based on the following criteria being met:
The service is currently being delivered by the same provider.
There is no realistic alternative provider capable of delivering the service to the required standard.
The service is not part of a framework agreement.
The provider has demonstrated consistent delivery of high-quality care and continuity is essential to maintain patient safety and service outcomes.
This notice is published for transparency purposes only and does not constitute a call for competition. Estimated contract value is based on three year duration.
The award decision makers include procurement and the regulatory and accreditation manager from the clinical haematology, immunology and oncology department. The contract for these services shall be in place for a minimum of three years.
No declared conflicts or potential conflicts of interests were raised and key decision makers confirmed this by signature.

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Country

United Kingdom

Internet address

https://www.cedr.com/

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/

six.4.4) Service from which information about the review procedure may be obtained

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Country

United Kingdom

Internet address

https://www.cedr.com/