Notice Information
Notice Title
West Yorkshire Patient Transport Services
Notice Description
The current Non-Emergency Patient Transport Service (NEPTS) is provided by Yorkshire Ambulance Service NHS Trust (YAS) across West Yorkshire. The current service ends on the 31st March 2024. The service is provided to the following 'places' in West Yorkshire: Bradford District & Craven, Calderdale, Kirklees, Leeds and Wakefield District. This notice is to advise the intention to directly award a contract to YAS to continue the provision of service with a direct award of an 18-months contract. The extension is to allow the Commissioners to review and remodel the service specification that will complement the delivery and sustainability of the service currently commissioned and in order to clearly articulate future requirements in light of changes to commissioning infrastructure. This notice completes a process that commenced prior to 1st January 2024 under PCR and NHS Procurement, Patient Choice & Competition Regulations.
Lot Information
Lot 1
Non-Emergency Patient transport (NEPTS) journeys are booked for patients, as part of their episode of care, 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, as part of their episode of care, 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 scheduled to receive. 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. The 18-month contract is to allow the Commissioners to review and remodel the service specification that will complement the delivery of the NEPTS service currently commissioned and in order to clearly articulate future requirements in accordance with NHS England's national Framework for NEPTS for the future sustainable service in accordance with the national requirements such as net zero targets, integration of services, 24/7 model, and the application of a consistent eligibility criteria. The additional contractual term will allow for planning a future provider selection process allowing commissioners sufficient time to undertake the relevant engagement with all stakeholders to inform a robust process which will aim to award a new longer term contract whilst ensuring continuity of care for its patient population. The provisional plan is to relaunch in Spring 2025 with the provider selection process and mobilisation resulting in a new service commencing 1st October 2026.
Procurement Information
The 18-month contract is to allow the Commissioners to review and remodel the service specification that will complement the delivery of the NEPTS service currently commissioned and in order to clearly articulate future requirements in accordance with NHS England's national Framework for NEPTS for the future sustainable service in accordance with the national requirements such as net zero targets, integration of services, 24/7 model, and the application of a consistent eligibility criteria. Commissioners are confident that an award of a new contract to a single provider without advertisement is justified and are satisfied that at this point in time the overall contract is capable of being provided only by that provider. The Commissioner's guiding principles being: * the requirement to commission services from those providers that are most capable of securing the needs of health care service users and improving the quality and efficiency of services, and that provide the best value for money in doing so. * the requirement to consider appropriate means of improving NHS health care services. In the context of the review and remodel of the service specification undertaken and ongoing into what needs to change, the Commissioner has been able to identify with reasonable certainty that it is the incumbent provider that is capable of providing the contract (or that is capable of developing the capacity/infrastructure to do so) and to determine the incumbent provider is most capable of securing the needs of health care service users and of improving services, and represent best value for money for the 18-month contract period required from 1st April 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043d29
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006267-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
85 - Health and social work services
-
- CPV Codes
34114122 - Patient-transport vehicles
85100000 - Health services
85143000 - Ambulance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £26,000,000 £10M-£100M
Notice Dates
- Publication Date
- 27 Feb 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 26 Feb 20241 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 WEST YORKSHIRE INTEGRATED CARE BOARD
- Contact Name
- Martin Pursey
- Contact Email
- wyicb-kirk.procurement@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- WAKEFIELD
- Postcode
- WF1 1LT
- Post Town
- Wakefield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE45 Wakefield
- Delivery Location
- TLE4 West Yorkshire
-
- Local Authority
- Wakefield
- Electoral Ward
- Wakefield North
- Westminster Constituency
- Wakefield and Rothwell
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-043d29-2024-02-27T14:03:08Z",
"date": "2024-02-27T14:03:08Z",
"ocid": "ocds-h6vhtk-043d29",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-043d29",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "West Yorkshire Patient Transport Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "The current Non-Emergency Patient Transport Service (NEPTS) is provided by Yorkshire Ambulance Service NHS Trust (YAS) across West Yorkshire. The current service ends on the 31st March 2024. The service is provided to the following 'places' in West Yorkshire: Bradford District & Craven, Calderdale, Kirklees, Leeds and Wakefield District. This notice is to advise the intention to directly award a contract to YAS to continue the provision of service with a direct award of an 18-months contract. The extension is to allow the Commissioners to review and remodel the service specification that will complement the delivery and sustainability of the service currently commissioned and in order to clearly articulate future requirements in light of changes to commissioning infrastructure. This notice completes a process that commenced prior to 1st January 2024 under PCR and NHS Procurement, Patient Choice & Competition Regulations.",
"lots": [
{
"id": "1",
"description": "Non-Emergency Patient transport (NEPTS) journeys are booked for patients, as part of their episode of care, 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, as part of their episode of care, 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 scheduled to receive. 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. The 18-month contract is to allow the Commissioners to review and remodel the service specification that will complement the delivery of the NEPTS service currently commissioned and in order to clearly articulate future requirements in accordance with NHS England's national Framework for NEPTS for the future sustainable service in accordance with the national requirements such as net zero targets, integration of services, 24/7 model, and the application of a consistent eligibility criteria. The additional contractual term will allow for planning a future provider selection process allowing commissioners sufficient time to undertake the relevant engagement with all stakeholders to inform a robust process which will aim to award a new longer term contract whilst ensuring continuity of care for its patient population. The provisional plan is to relaunch in Spring 2025 with the provider selection process and mobilisation resulting in a new service commencing 1st October 2026.",
"awardCriteria": {
"criteria": [
{
"name": "n/a",
"type": "cost",
"description": "n/a"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34114122",
"description": "Patient-transport vehicles"
},
{
"scheme": "CPV",
"id": "85143000",
"description": "Ambulance services"
}
],
"deliveryAddresses": [
{
"region": "UKE4"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The 18-month contract is to allow the Commissioners to review and remodel the service specification that will complement the delivery of the NEPTS service currently commissioned and in order to clearly articulate future requirements in accordance with NHS England's national Framework for NEPTS for the future sustainable service in accordance with the national requirements such as net zero targets, integration of services, 24/7 model, and the application of a consistent eligibility criteria. Commissioners are confident that an award of a new contract to a single provider without advertisement is justified and are satisfied that at this point in time the overall contract is capable of being provided only by that provider. The Commissioner's guiding principles being: * the requirement to commission services from those providers that are most capable of securing the needs of health care service users and improving the quality and efficiency of services, and that provide the best value for money in doing so. * the requirement to consider appropriate means of improving NHS health care services. In the context of the review and remodel of the service specification undertaken and ongoing into what needs to change, the Commissioner has been able to identify with reasonable certainty that it is the incumbent provider that is capable of providing the contract (or that is capable of developing the capacity/infrastructure to do so) and to determine the incumbent provider is most capable of securing the needs of health care service users and of improving services, and represent best value for money for the 18-month contract period required from 1st April 2024."
},
"awards": [
{
"id": "006267-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-106227",
"name": "Yorkshire Ambulance Service NHS Trust"
}
]
}
],
"parties": [
{
"id": "GB-FTS-67022",
"name": "NHS West Yorkshire Integrated Care Board",
"identifier": {
"legalName": "NHS West Yorkshire Integrated Care Board"
},
"address": {
"streetAddress": "White Rose House, West Parade",
"locality": "Wakefield",
"region": "UKE4",
"postalCode": "WF1 1LT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Martin Pursey",
"email": "wyicb-kirk.procurement@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westyorkshire.icb.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-106227",
"name": "Yorkshire Ambulance Service NHS Trust",
"identifier": {
"legalName": "Yorkshire Ambulance Service NHS Trust"
},
"address": {
"streetAddress": "Brindley Way, 41 Business Park",
"locality": "Wakefield",
"region": "UKE4",
"postalCode": "WF2 0XQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-587",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand, Holborn",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice"
}
}
],
"buyer": {
"id": "GB-FTS-67022",
"name": "NHS West Yorkshire Integrated Care Board"
},
"contracts": [
{
"id": "006267-2024-1",
"awardID": "006267-2024-1",
"status": "active",
"value": {
"amount": 26000000,
"currency": "GBP"
},
"dateSigned": "2024-02-26T00:00:00Z"
}
],
"language": "en"
}