Notice Information
Notice Title
Non-Emergency Patient Transport
Notice Description
NHS Birmingham and Solihull ICB, intend to award a contract for the provision of a Pan-Birmingham non-emergency patient transport service provides patient transport to and from hospital and community health care settings. The Pan Birmingham non-emergency patient transport Contract covers where patients have a medical need for transport or require the support of patient transport staff (under the eligibility criteria) for non-emergency patient transport to/from University Hospital Birmingham, Birmingham Women's and Children's Hospital, Royal Orthopaedic Hospital and Birmingham Community Healthcare for hospital sites, community clinics and renal dialysis clinics (mainly for patients linked with UHB renal service). The service provides transport for patients with a range of mobilities (wheelchairs, stretchers, bariatric) assessed against an eligibility criteria. The services are commissioned by Birmingham and Solihull (BSOL) Integrated Care Board (ICB) (who are the coordinating commissioner for the contract) and four other ICBs (Black Country, Coventry and Warwickshire, Herefordshire and Worcestershire, and Shropshire, Telford & Wrekin) for their population also travelling to those same locations. It also covers Birmingham and Solihull patients travelling to other hospital sites of the other ICBs. This service is being awarded via Direct Award Process C of the Health Care Services (Provider Selection Regime) Regulations 2023. The contract is intended to run for 2 years commencing on 1st May 2026 and ending on 30th April 2028. The approximate lifetime value of the contract is anticipated to be PS42,000,000.
Lot Information
Lot 1
NHS Birmingham and Solihull ICB, intend to award a contract for the provision of a Non-Emergency Patient Transport Service (NEPTS) via Direct Award Process C of the Health Care Services (Provider Selection Regime) Regulations 2023. The contract is intended to run for 2 years commencing on 1st May 2026 and ending on 30th April 2028. The approximate lifetime value of the contract is anticipated to be PS42,000,000.
Procurement Information
This is a Provider Selection Regime (PSR) 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 provisions of the Procurement Act 2023, save for those provisions specifically detailed in the Procurement Act 2023 (Consequential and Other Amendments) Regulations 2025, do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 29th April 2026. This contract has not yet been formally awarded. This notice serves as an intention to award under the PSR.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06856f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035260-2026
- 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
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £42,000,000 £10M-£100M
Notice Dates
- Publication Date
- 17 Apr 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 16 Apr 20261 weeks 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
- NHS BIRMINGHAM AND SOLIHULL INTEGRATED CARE BOARD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B1 1TT
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- TLG1 Herefordshire, Worcestershire and Warwickshire, TLG3 West Midlands
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice URLs
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-06856f-2026-04-17T14:37:53+01:00",
"date": "2026-04-17T14:37:53+01:00",
"ocid": "ocds-h6vhtk-06856f",
"description": "This is a Provider Selection Regime (PSR) 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 provisions of the Procurement Act 2023, save for those specifically referenced by the Procurement Act 2023 (Consequential and Other Amendments) Regulations 2025, do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations must be made to decision makers by 29th April 2026. This contract has not yet been formally awarded. This notice serves as an intention to award notice under the PSR. Written representations should be sent to contract.monitoring@nhs.net The award decision maker is the Chief Financial Officer. Conflict of interest declarations have been completed for all officers involved with the completion of the evaluation of this DAP C. No conflicts have been identified as part of this process. Relevant importance of the key criteria and rationale for key criteria and reference to the provider Current and future performance (delivery of commissioned services in line with contractual requirements) was assigned 25% of the available weighting reflecting the importance for NEPT services specifically of timely and reliable services. Examples of areas included under this criteria, which were identified as particularly relevant to these types of services and the provider's current and future performance was considered are: * performance against contractual key performance indicators over 3 years of the contract (noting the impact of COVID prior to this time on health service delivery) * Recorded feedback from key partners including acute services and patients including complaints, queries and evidence on learning was assessed. * Regulatory assessments including CQC * Quality reviews and audit performance was assessed under this criteria * Innovation Criteria 2 Value was assigned 20% weighting. Value is considered important in terms of understanding current and future value for money for NEPT services against the current and future funding provided. The definition of value for money considers more than cost of the service, the evaluation considered the value of the service against the delivery and quality of the service received i.e. responsiveness, evidence of current and potential future efficiencies. The assessment will consider the information available to assess return on investment. Examples of the areas evaluated include * Assessments of funding against outcomes, return on investment and delivery of the contract (KPIs/patient/responsiveness/quality) * Information on costs/procurement information available from other ICB areas * Current and future costs * Evidence of efficiencies and value for money innovations Key Criteria 3: Integration, collaboration and service sustainability was assigned 25% weighting. Given the nature of the service being assessed, non-emergency patient transport, integration and collaboration where considered to be particularly important when assessing the current provider. NEPT services work across multiple settings, with different providers, and are an important element of system performance e.g. delayed discharges can significantly impact on urgent and emergency care performance. Service sustainability was also considered to be particularly important from the point of value of delivering the contract long term against known challenges like fuel price volatility and in considering environmental impact of transport services. Criteria evaluated includes * Evidence and reported feedback on collaboration with key partners, networks and partnership forum information * Impact on system performance and engagement in key activities e.g. winter planning * Response to challenges and changes i.e. COVID-19 * Financial sustainability * Environmental sustainability * Innovation including pilots Key Criteria 4: Improving access, reducing health inequalities and facilitating choice weighting was set at 20%. Criteria 4 was felt to be important given the diverse communities the service services and the broad geographic area the contract currently covers. It was noting that choice was important but needed to be considered in line with the contract requirements and the eligibility criteria to ensure that the provider was fairly assessed in all categories with regard to what the ICB had commissioned. The assessment of choice and access should consider if the provider had examples of improving access, without the bounds of the eligibility criteria. Some of the criteria evaluated includes; * Access including location and accessibility of services e.g. reasonable adjustments, language, cultural adjustments * Impact on health inequalities (current and future) * Facilitating choice (noting eligibility criteria) for access and service model * Evaluation of activity data spilt by key population health metrics Key Criteria 5: Social Value weighting was set at 10%. Social value was considered important when considering how NHS expenditure has a wider impact on the communities served and contributes greater benefit than just the service delivered. It was considered less important than the other criteria when assessing the providers deliver of the current contract, future population health demand, value and collaboration and integration. Social value in an NHS context refers to the additional economic, social, and environmental benefits that a supplier or provider creates for local communities as part of delivering a contract. It goes beyond the core service to improve population wellbeing, reduce inequalities, support local prosperity, and protect the environment. As the ICB is also considering how the service has reduced health inequalities and accessibility to the populations served. The social value criteria will consider if the provider has evidenced actions and plans that provide additional social value, as defined above, over and above the delivery of the service. examples of some of the areas evaluated include * Social value reporting * Green plan * Annual quality account * Workforce These lists are not exhaustive of the information evaluated",
"initiationType": "tender",
"tender": {
"id": "Pan Birmingham NEPT - QHL BSOL ICB and WMAS",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Non-Emergency Patient Transport",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "NHS Birmingham and Solihull ICB, intend to award a contract for the provision of a Pan-Birmingham non-emergency patient transport service provides patient transport to and from hospital and community health care settings. The Pan Birmingham non-emergency patient transport Contract covers where patients have a medical need for transport or require the support of patient transport staff (under the eligibility criteria) for non-emergency patient transport to/from University Hospital Birmingham, Birmingham Women's and Children's Hospital, Royal Orthopaedic Hospital and Birmingham Community Healthcare for hospital sites, community clinics and renal dialysis clinics (mainly for patients linked with UHB renal service). The service provides transport for patients with a range of mobilities (wheelchairs, stretchers, bariatric) assessed against an eligibility criteria. The services are commissioned by Birmingham and Solihull (BSOL) Integrated Care Board (ICB) (who are the coordinating commissioner for the contract) and four other ICBs (Black Country, Coventry and Warwickshire, Herefordshire and Worcestershire, and Shropshire, Telford & Wrekin) for their population also travelling to those same locations. It also covers Birmingham and Solihull patients travelling to other hospital sites of the other ICBs. This service is being awarded via Direct Award Process C of the Health Care Services (Provider Selection Regime) Regulations 2023. The contract is intended to run for 2 years commencing on 1st May 2026 and ending on 30th April 2028. The approximate lifetime value of the contract is anticipated to be PS42,000,000.",
"lots": [
{
"id": "1",
"description": "NHS Birmingham and Solihull ICB, intend to award a contract for the provision of a Non-Emergency Patient Transport Service (NEPTS) via Direct Award Process C of the Health Care Services (Provider Selection Regime) Regulations 2023. The contract is intended to run for 2 years commencing on 1st May 2026 and ending on 30th April 2028. The approximate lifetime value of the contract is anticipated to be PS42,000,000.",
"awardCriteria": {
"criteria": [
{
"name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
"type": "quality",
"description": "100"
},
{
"name": "See detail in VI.3 below",
"type": "cost",
"description": "0"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKG1"
},
{
"region": "UKG3"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"id": "D_OUTSIDE_SCOPE",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This is a Provider Selection Regime (PSR) 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 provisions of the Procurement Act 2023, save for those provisions specifically detailed in the Procurement Act 2023 (Consequential and Other Amendments) Regulations 2025, do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 29th April 2026. This contract has not yet been formally awarded. This notice serves as an intention to award under the PSR."
},
"awards": [
{
"id": "035260-2026-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-NHS-Y60",
"name": "West Midlands Ambulance Service University NHS Foundation Trust"
}
]
}
],
"parties": [
{
"id": "GB-NHS-QHL",
"name": "NHS BIRMINGHAM AND SOLIHULL INTEGRATED CARE BOARD",
"identifier": {
"legalName": "NHS BIRMINGHAM AND SOLIHULL INTEGRATED CARE BOARD",
"id": "QHL",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "NHS Birmingham and Solihull Integrated Care Board Alpha Tower, 8th Floor, Suffolk Street Queensway",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B11TT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "BSOL contracts team",
"email": "contract.monitoring@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://birminghamsolihull.icb.nhs.uk/",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "07",
"scheme": "COFOG",
"description": "Health"
}
]
}
},
{
"id": "GB-NHS-Y60",
"name": "West Midlands Ambulance Service University NHS Foundation Trust",
"identifier": {
"legalName": "West Midlands Ambulance Service University NHS Foundation Trust",
"id": "Y60",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "Ambulance Headquarters, Millennium Point, Waterfront Business Park, Waterfront Way",
"locality": "Brierley Hill",
"region": "UKG",
"postalCode": "DY5 1LX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-124921",
"name": "NHS Birmingham and Solihull Integrated Care Board",
"identifier": {
"legalName": "NHS Birmingham and Solihull Integrated Care Board"
},
"address": {
"streetAddress": "Alpha Tower, 8th Floor, Suffolk Street Queensway",
"locality": "Birmingham",
"postalCode": "B1 1TT",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-NHS-QHL",
"name": "NHS BIRMINGHAM AND SOLIHULL INTEGRATED CARE BOARD"
},
"contracts": [
{
"id": "035260-2026-1",
"awardID": "035260-2026-1",
"status": "active",
"value": {
"amount": 42000000,
"currency": "GBP"
},
"dateSigned": "2026-04-17T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}