Notice Information
Notice Title
Provision of Neonatal Transport Service
Notice 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.
Lot Information
Lot 1
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 PS780,000 and will run from 1st September 2024 to 31st August 2029. Additional information: N/A
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-048afd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025866-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
85143000 - Ambulance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £780,000 £500K-£1M
Notice Dates
- Publication Date
- 14 Aug 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 31 Jul 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY HOSPITALS PLYMOUTH
- Contact Name
- Paul Drummond
- Contact Email
- p.drummond@nhs.net
- Contact Phone
- +44 1752434915
Buyer Location
- Locality
- PLYMOUTH
- Postcode
- PL6 8DH
- Post Town
- Plymouth
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK4 Devon
- Small Region (ITL 3)
- TLK41 Plymouth
- Delivery Location
- TLK41 Plymouth
-
- Local Authority
- Plymouth
- Electoral Ward
- Moor View
- Westminster Constituency
- Plymouth Moor View
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-048afd-2024-08-14T16:45:58+01:00",
"date": "2024-08-14T16:45:58+01:00",
"ocid": "ocds-h6vhtk-048afd",
"description": "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. <br/>The new contract is 10% cheaper than the current contract value<br/>In the original market testing carried out for the Neonatal transport provision, First Care came out considerably cheaper than competitors.<br/>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.<br/><br/>FCA has an annual fleet mileage of circa 1.75 million miles. This produces 700 tonnes of carbon.<br/>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.",
"initiationType": "tender",
"tender": {
"id": "UHP/FirstCare/2425/NTS/1",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Neonatal Transport Service",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85143000",
"description": "Ambulance services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"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. The value of the contract is approximately PS780,000 and will run from 1st September 2024 to 31st August 2029. Additional information: N/A",
"awardCriteria": {
"criteria": [
{
"name": "Quality & Innovation",
"type": "quality",
"description": "20"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Improving Access, reducing health inequalities and facilitating choice",
"type": "quality",
"description": "10"
},
{
"name": "Integration, collaboration & Service Sustainability",
"type": "quality",
"description": "20"
},
{
"name": "Value for Money",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKK41"
}
],
"deliveryLocation": {
"description": "University Hospitals Plymouth NHS Trust"
},
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "To be award under Provider Selection Regime, Direct Award C."
}
},
"awards": [
{
"id": "025866-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-121545",
"name": "First Care Ambulance Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-98702",
"name": "University Hospitals Plymouth",
"identifier": {
"legalName": "University Hospitals Plymouth"
},
"address": {
"streetAddress": "Derriford Road",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL6 8DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Paul Drummond",
"telephone": "+44 1752434915",
"email": "p.drummond@nhs.net"
},
"roles": [
"buyer",
"reviewContactPoint"
],
"details": {
"url": "https://www.plymouthhospitals.nhs.uk/",
"buyerProfile": "https://www.plymouthhospitals.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-121545",
"name": "First Care Ambulance Limited",
"identifier": {
"legalName": "First Care Ambulance Limited"
},
"address": {
"locality": "Plymouth",
"region": "UKK41",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-76148",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "London EC1",
"locality": "London",
"postalCode": "EC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
},
{
"id": "GB-FTS-3081",
"name": "Centre for Effective Dispute Resolution",
"identifier": {
"legalName": "Centre for Effective Dispute Resolution"
},
"address": {
"streetAddress": "70 Fleet Street",
"locality": "London",
"postalCode": "EC4Y 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@cedr.com"
},
"roles": [
"mediationBody"
],
"details": {
"url": "https://www.cedr.com/"
}
}
],
"buyer": {
"id": "GB-FTS-98702",
"name": "University Hospitals Plymouth"
},
"contracts": [
{
"id": "025866-2024-1",
"awardID": "025866-2024-1",
"status": "active",
"value": {
"amount": 780000,
"currency": "GBP"
},
"dateSigned": "2024-08-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:012085-2024:TEXT:EN:HTML"
}
],
"language": "en"
}