Section one: Contracting authority
one.1) Name and addresses
NHS Cambridgeshire and Peterborough Integrated Care Board
Gemini House, Bartholomew's Walk, Cambridgeshire Business Park, Angel Drove
Ely
CB7 4EA
Contact
Rebeca Bents-Martin
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised)
Reference number
WHISP-350
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This Intention to Award Notice is issued in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. The Procurement relates to the Invitation to Tender for the provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised) in Cambridgeshire and Peterborough.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £25,073,351
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH11 - Peterborough
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire and Peterborough including the Royston geographical area.
two.2.4) Description of the procurement
This Intention to Award Notice is issued in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. The Procurement relates to the Invitation to Tender for the provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised) in Cambridgeshire and Peterborough.
The wheelchair and posture service will ensure that all service users registered with a GP within NHS Cambridgeshire and Peterborough ICB (including Royston), who have a long-term illness or disability, have a better quality of life and are able to maximize their mobility through the provision of a wheelchair that meets their clinical needs.
The aim of the wheelchair and posture service is to maximize the mobility and independence and improve the quality of life for service users and their carers, through timely access to appropriate assessment, provision and maintenance of equipment. The Provider should respond to changes in service users' health conditions through regular review and deliver a positive user experience.
The service will have a focus on quality, value for money, and innovation, to ensure maximum benefit is accrued from resources.
The Provider is expected to contribute to achieving the following outcomes:
• Improvements in the functional health and social needs of users.
• Increased user choice and greater control.
• Improved access and responsiveness of assessment, handover and on-going support services.
• Ensure opportunities for users input into service development and re-design through regular feedback.
• Personalised care for all people accessing the service.
• Deliver higher levels of satisfaction from users with a baseline taken from the start of service.
• Deliver high levels of satisfaction from other health and social care professionals.
• Reduced social isolation.
•Improved quality of life for users and their families/carers.
The Provider will ensure the Wheelchair Service:
• Meets users' needs by ensuring that the user experience is positive in terms of the service they receive from using this service; that the service is accessible to all and delivers the right assessment, prescription and ensures the provision of a wheelchair and associated equipment that meets the users' clinical needs.
• Users receive a timely and efficient service to ensure that their mobility needs, and posture are met as quickly as possible, in accordance with the waiting time targets within this document.
• Maintains high levels of communication with service users throughout their journey with the service to always keep people informed.
• Holistic assessment is completed with each user and their carer/parent.
• Works with acute hospitals and community services in the facilitation of hospital discharges to ensure delays are not because of waiting for a wheelchair.
• Consistently evidence wheelchair users, their families/carers are happy with the service.
• Delivers continuous improvement throughout the lifetime of the contract using user feedback and complaints, lessons learnt, innovation, digital AI, Carbon Reduction Plan and stakeholder engagement.
This notice is an intention to award a contract under the competitive process.
The contract will be for a period of 5 years with the option to extend for up to a further 5 year period. The NHS Standard Contract (Short Form) terms and conditions will apply. The anticipated Contract go-live date is 1st April 2026. The approximate lifetime value including the available extension is £25,073,351.00
This is an existing service that is being re-commissioned, and it is being awarded to a new provider.
two.2.5) Award criteria
Quality criterion - Name: The contract award key criteria are specified in the procurement documents / Weighting: 70
Cost criterion - Name: The contract award key criteria are specified in the procurement documents / Weighting: 30
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-060971
Section five. Award of contract
Contract No
WHISP-350
Title
Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 January 2026
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ross Auto Engineering Limited t/a Ross Care
Unit 2, The Summit Centre, Skyport Drive, Harmondsworth
West Drayton
UB7 0LJ
Country
United Kingdom
NUTS code
- UKI - London
Companies House
00469301
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £25,073,351
Section six. Complementary information
six.3) Additional 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 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 30th January 2026, this can be made via email to cpicb.representations@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
1) The decision to award this procurement has been taken by the following approval committee at NHS Cambridgeshire and Peterborough ICB:
In accordance with the delegated authority provided by the ICB Board, following completion of the procurement process, intent to award was approved on the 16th January 2026.
2) Conflicts or potential conflicts of interest of individuals making the decision and how these were managed:
No conflicts of interest were identified regarding the committee approving the intent to award.
During the procurement process all project team members were required to complete a Conflicts of Interest Declaration. A risk log was maintained outlining who could continue to participate, where mitigating action was required, or where a project team member was required to abstain from any further participation.
3) The selected provider was selected due to achieving the highest score across the key criteria used. The provider has been assessed and passed against the relevant basic criteria. The Key Criteria was:
PSR Key Criteria 1 - Quality and Innovation 38.50%
PSR Key Criteria 2 - Value 30.00%
PSR Key Criteria 3 - Integration, Collaboration and Service Sustainability 12.50%
PSR Key Criteria 4 - Improving Access, Reducing Health Inequalities and Facilitating Choice 8.00%
PSR Key Criteria 5 - Social Value 11.00%
six.4) Procedures for review
six.4.1) Review body
NHS Cambridgeshire and Peterborough Integrated Care Board
Gemini House, Bartholomew's Walk, Cambridgeshire Business Park, Angel Drove
Ely
CB7 4EA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Representations by providers must be made to the relevant authority by 30th January 2026, this can be made via email to cpicb.representations@nhs.net.