Notice Information
Notice Title
West Yorkshire Patient Transport Services
Notice Description
Non-emergency Patient Transport Services (NEPTS) across West Yorkshire. This is a VEAT notice for the award of an additional contract of 24 months to the incumbent provider. Patient transport journeys are booked for patients being moved to and from NHS funded treatment at a range of sites across West Yorkshire including acute hospitals and local venues providing community-based care. The service is responsible for safely and effectively transporting eligible patients between their nominated place of residence, to, from and between NHS-funded healthcare facilities in a timely manner, so that they can receive the health care for which they are booked. Total Quantity or Scope The Covid-19 outbreak has delayed the Commissioners detailed preparation and engagement for a full procurement for the non- emergency patient transport services in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service during these uncertain times. There is insufficient time for West Yorkshire CCGs to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015. Accordingly, the contracting authority considers this is a state of urgency that is duly substantiated and been brought about by circumstances which a diligent contracting authority could not have foreseen and awards an additional contract of 24 months to the incumbent provider. This does not alter the overall nature of the contract. The service is responsible for safely and effectively transporting eligible patients between their nominated place of residence, to, from and between NHS-funded healthcare facilities in a timely manner, so that they can receive the health care for which they are booked. This responsibility includes: * providing a single point of access and full booking service for patients and HCPs; equitable and consistent application of the eligibility criteria to all patients and carers; signposting patients who are not eligible for PTS to alternative transport arrangements; effective determination of mobility need or needs; * allocation of journeys across the sub-contracted transport providers through an equitable, open and transparent process; * effective communication and collaboration with system wide stakeholders; * coordination and management of all patient journeys; * timely reporting to commissioners. NHS Calderdale Clinical Commissioning Group is acting in its capacity as Lead Commissioner on behalf of West Yorkshire CCGs. The list of CCGs participating in this collaborative contract is as follows: Bradford District & Craven; Calderdale: Kirklees: Leeds and Wakefield..
Lot Information
Lot 1
Covid-19 has delayed the Commissioners preparation and engagement for procurement for the non-emergency patient transport services (NEPTS) in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service. There is insufficient time for West Yorkshire CCGs (CCGS) to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015 (PCRs). Accordingly, the CCGs considers this a state of urgency that is duly substantiated and brought about by circumstances which a contracting authority could not have foreseen and awards an additional contract of 12 months with an option to extend for a further 12 months to the incumbent provider. This does not alter the overall nature of the contract. NHS England has announced its intention to continue the national review into NEPTS, recognising the high number of unsuccessful procurements over the past few years and the overall fragility of the market. The stated purpose of the review is to establish a set of standards, deliverables and outcomes to support the commissioning and delivery of NEPTS. The impact of Covid has delayed the outcome of the National Review, intended to form part of the developmental process of the procurement. It is not appropriate to put further pressure on patient transport services when resources are being redeployed and used very flexibly to meet the challenges of the current emergency. This includes: lifting of eligibility criteria and prioritising of patients, increase in number of discharges and different locations to take patients to, flexibility in demand to new hot hub sites, single patient journeys to reduce any cross infection and increased need to deep clean vehicles. Potential further peaks of non-Covid activity impacting on journeys and the need for a provider to be flexible in rapid response to the wider system needs in demand and operating hours. It is expected that the Covid-19 pandemic will impact on services for many months to come and it is considered imperative that the current service provider be afforded greater security of tenure to ensure stability of workforce and subcontracting provision. There is a need for assurance which will safely provide continuation of the service. Experience and knowledge is required to ensure adherence to NHS guidance for transport and on pathways impacted for acute, community and primary care services, any early transition in service could have a negative effect on patient experience. Continuation of the service is required to allow sufficient time for a full procurement that would enable a realistic mobilisation period for transition from the current service to the commencement of a new service, at the earliest practicable date i.e. 1 April 2023. It is envisaged that a mobilisation period of up to 9 months will be required in order for the new provider to secure the order and provision of a fleet of vehicles in time for service commencement. The additional contractual term will allow for a future procurement and allow the commissioners sufficient time to undertake engagement with all stakeholders to inform a robust procurement process, which aims to award a new longer term contract whilst ensuring continuity of care for its patient population. The provisional plan is to relaunch in spring 2022, with the procurement and mobilisation periods resulting in the new service commencing April 2023. However, given the uncertainty of the coming months, a contract extension of 12 months with an option to extend for a further 12 months is proposed, enabling a further extension to be undertaken, should any further incidents or issues associated with the pandemic, prevent the procurement commencing as planned again. It is our view that the commissioning of NEPTS for West Yorkshire falls under the 'Light Touch' Regime (Schedule 3 'social and other specific services' of the PCRs) because clinical interaction is a significant part of the specification.
Procurement Information
The Covid-19 outbreak has delayed the Commissioners detailed preparation and engagement for a full procurement for the non- emergency patient transport services in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service during these uncertain times. There is insufficient time for West Yorkshire CCGs to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015. Accordingly, the contracting authority considers this is a state of urgency that is duly substantiated and been brought about by circumstances which a diligent contracting authority could not have foreseen and awards an additional contract of 12 months with an option to extend for a further 12 months to the incumbent provider. This does not alter the overall nature of the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029e31
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005824-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
85 - Health and social work services
-
- CPV Codes
34114122 - Patient-transport vehicles
34115200 - Motor vehicles for the transport of fewer than 10 persons
60000000 - Transport services (excl. Waste transport)
60130000 - Special-purpose road passenger-transport services
60140000 - Non-scheduled passenger transport
85000000 - Health and social work services
85100000 - Health services
85143000 - Ambulance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £30,000,000 £10M-£100M
Notice Dates
- Publication Date
- 22 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS CALDERDALE CCG
- Contact Name
- Brenda Powell
- Contact Email
- brenda.powell1@nhs.net
- Contact Phone
- +44 1422464262
Buyer Location
- Locality
- HALIFAX
- Postcode
- HX3 5AX
- Post Town
- Halifax
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE4 West Yorkshire
-
- Local Authority
- Calderdale
- Electoral Ward
- Town
- Westminster Constituency
- Halifax
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-029e31-2021-03-22T22:56:06Z",
"date": "2021-03-22T22:56:06Z",
"ocid": "ocds-h6vhtk-029e31",
"initiationType": "tender",
"tender": {
"id": "WYPTS21-22",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "West Yorkshire Patient Transport Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "Non-emergency Patient Transport Services (NEPTS) across West Yorkshire. This is a VEAT notice for the award of an additional contract of 24 months to the incumbent provider. Patient transport journeys are booked for patients being moved to and from NHS funded treatment at a range of sites across West Yorkshire including acute hospitals and local venues providing community-based care. The service is responsible for safely and effectively transporting eligible patients between their nominated place of residence, to, from and between NHS-funded healthcare facilities in a timely manner, so that they can receive the health care for which they are booked. Total Quantity or Scope The Covid-19 outbreak has delayed the Commissioners detailed preparation and engagement for a full procurement for the non- emergency patient transport services in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service during these uncertain times. There is insufficient time for West Yorkshire CCGs to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015. Accordingly, the contracting authority considers this is a state of urgency that is duly substantiated and been brought about by circumstances which a diligent contracting authority could not have foreseen and awards an additional contract of 24 months to the incumbent provider. This does not alter the overall nature of the contract. The service is responsible for safely and effectively transporting eligible patients between their nominated place of residence, to, from and between NHS-funded healthcare facilities in a timely manner, so that they can receive the health care for which they are booked. This responsibility includes: * providing a single point of access and full booking service for patients and HCPs; equitable and consistent application of the eligibility criteria to all patients and carers; signposting patients who are not eligible for PTS to alternative transport arrangements; effective determination of mobility need or needs; * allocation of journeys across the sub-contracted transport providers through an equitable, open and transparent process; * effective communication and collaboration with system wide stakeholders; * coordination and management of all patient journeys; * timely reporting to commissioners. NHS Calderdale Clinical Commissioning Group is acting in its capacity as Lead Commissioner on behalf of West Yorkshire CCGs. The list of CCGs participating in this collaborative contract is as follows: Bradford District & Craven; Calderdale: Kirklees: Leeds and Wakefield..",
"lots": [
{
"id": "1",
"description": "Covid-19 has delayed the Commissioners preparation and engagement for procurement for the non-emergency patient transport services (NEPTS) in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service. There is insufficient time for West Yorkshire CCGs (CCGS) to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015 (PCRs). Accordingly, the CCGs considers this a state of urgency that is duly substantiated and brought about by circumstances which a contracting authority could not have foreseen and awards an additional contract of 12 months with an option to extend for a further 12 months to the incumbent provider. This does not alter the overall nature of the contract. NHS England has announced its intention to continue the national review into NEPTS, recognising the high number of unsuccessful procurements over the past few years and the overall fragility of the market. The stated purpose of the review is to establish a set of standards, deliverables and outcomes to support the commissioning and delivery of NEPTS. The impact of Covid has delayed the outcome of the National Review, intended to form part of the developmental process of the procurement. It is not appropriate to put further pressure on patient transport services when resources are being redeployed and used very flexibly to meet the challenges of the current emergency. This includes: lifting of eligibility criteria and prioritising of patients, increase in number of discharges and different locations to take patients to, flexibility in demand to new hot hub sites, single patient journeys to reduce any cross infection and increased need to deep clean vehicles. Potential further peaks of non-Covid activity impacting on journeys and the need for a provider to be flexible in rapid response to the wider system needs in demand and operating hours. It is expected that the Covid-19 pandemic will impact on services for many months to come and it is considered imperative that the current service provider be afforded greater security of tenure to ensure stability of workforce and subcontracting provision. There is a need for assurance which will safely provide continuation of the service. Experience and knowledge is required to ensure adherence to NHS guidance for transport and on pathways impacted for acute, community and primary care services, any early transition in service could have a negative effect on patient experience. Continuation of the service is required to allow sufficient time for a full procurement that would enable a realistic mobilisation period for transition from the current service to the commencement of a new service, at the earliest practicable date i.e. 1 April 2023. It is envisaged that a mobilisation period of up to 9 months will be required in order for the new provider to secure the order and provision of a fleet of vehicles in time for service commencement. The additional contractual term will allow for a future procurement and allow the commissioners sufficient time to undertake engagement with all stakeholders to inform a robust procurement process, which aims to award a new longer term contract whilst ensuring continuity of care for its patient population. The provisional plan is to relaunch in spring 2022, with the procurement and mobilisation periods resulting in the new service commencing April 2023. However, given the uncertainty of the coming months, a contract extension of 12 months with an option to extend for a further 12 months is proposed, enabling a further extension to be undertaken, should any further incidents or issues associated with the pandemic, prevent the procurement commencing as planned again. It is our view that the commissioning of NEPTS for West Yorkshire falls under the 'Light Touch' Regime (Schedule 3 'social and other specific services' of the PCRs) because clinical interaction is a significant part of the specification.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34114122",
"description": "Patient-transport vehicles"
},
{
"scheme": "CPV",
"id": "34115200",
"description": "Motor vehicles for the transport of fewer than 10 persons"
},
{
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
{
"scheme": "CPV",
"id": "60130000",
"description": "Special-purpose road passenger-transport services"
},
{
"scheme": "CPV",
"id": "60140000",
"description": "Non-scheduled passenger transport"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "85143000",
"description": "Ambulance services"
}
],
"deliveryAddresses": [
{
"region": "UKE4"
}
],
"deliveryLocation": {
"description": "West Yorkshire"
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_EXTREME_URGENCY",
"description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "The Covid-19 outbreak has delayed the Commissioners detailed preparation and engagement for a full procurement for the non- emergency patient transport services in West Yorkshire. This has given rise to an urgent need to secure a safe continued provision of service during these uncertain times. There is insufficient time for West Yorkshire CCGs to comply with undertaking a competitive procurement process under Public Contracts Regulations 2015. Accordingly, the contracting authority considers this is a state of urgency that is duly substantiated and been brought about by circumstances which a diligent contracting authority could not have foreseen and awards an additional contract of 12 months with an option to extend for a further 12 months to the incumbent provider. This does not alter the overall nature of the contract."
},
"awards": [
{
"id": "005824-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-9738",
"name": "Yorkshire Ambulance Services NHS Trust"
}
]
}
],
"parties": [
{
"id": "GB-FTS-9737",
"name": "NHS Calderdale CCG",
"identifier": {
"legalName": "NHS Calderdale CCG"
},
"address": {
"streetAddress": "5th Floor, F Mill, Dean Clough Mills",
"locality": "Halifax",
"region": "UKE44",
"postalCode": "HX3 5AX",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Brenda Powell",
"telephone": "+44 1422464262",
"email": "brenda.powell1@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.calderdaleccg.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-9738",
"name": "Yorkshire Ambulance Services NHS Trust",
"identifier": {
"legalName": "Yorkshire Ambulance Services NHS Trust"
},
"address": {
"streetAddress": "Trust Headquarters, Brindley Way, Wakefield 41 Business Park",
"locality": "Wakefield",
"region": "UKE45",
"postalCode": "WF2 0XQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3331300550"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.yas.nhs.uk/",
"scale": "large"
}
},
{
"id": "GB-FTS-1628",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand, Holborn",
"locality": "London",
"postalCode": "WC21 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 207947600"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice"
}
}
],
"buyer": {
"id": "GB-FTS-9737",
"name": "NHS Calderdale CCG"
},
"contracts": [
{
"id": "005824-2021-1",
"awardID": "005824-2021-1",
"status": "active",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"dateSigned": "2021-03-22T00:00:00Z"
}
],
"language": "en"
}