Award

West Yorkshire Patient Transport Services

NHS CALDERDALE CCG

This public procurement record has 1 release in its history.

Award

22 Mar 2021 at 22:56

Summary of the contracting process

NHS Calderdale Clinical Commissioning Group (CCG) is leading the procurement for Non-emergency Patient Transport Services (NEPTS) across West Yorkshire. The contract, titled "West Yorkshire Patient Transport Services", is classified under health services and has reached the award stage as of 22 March 2021. This procurement method is a limited tendering process without a contract notice due to urgent requirements stemming from the Covid-19 outbreak, which delayed detailed preparation for a full procurement. The total value of the contract is £30 million, ensuring continuity of essential transport services to facilitate patient journeys to NHS-funded healthcare facilities within West Yorkshire.

This tender presents a significant opportunity for businesses involved in patient transport, logistics, and healthcare services, particularly those with the capacity to operate in a highly regulated environment. Firms that specialize in transport services, have a fleet for patient transfers, or can offer tailored logistical solutions for health services would be well-positioned to compete for future contracts. Given the ongoing need for secure transport arrangements spurred by the pandemic, the successful continuation of this contract may lead to additional opportunities as the healthcare sector adapts to evolving demands.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

YORKSHIRE AMBULANCE SERVICES NHS TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}