Section one: Contracting authority/entity
one.1) Name and addresses
NHS Calderdale CCG
5th Floor, F Mill, Dean Clough Mills
Halifax
HX3 5AX
Contact
Brenda Powell
Telephone
+44 1422464262
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.calderdaleccg.nhs.uk/
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
West Yorkshire Patient Transport Services
Reference number
WYPTS21-22
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short 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..
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: £30,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 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
- 85143000 - Ambulance services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
West Yorkshire
two.2.4) Description of the procurement
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.
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
- Extreme urgency brought about by events unforeseeable for the contracting authority
Explanation:
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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
22 March 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Yorkshire Ambulance Services NHS Trust
Trust Headquarters, Brindley Way, Wakefield 41 Business Park
Wakefield
WF2 0XQ
Telephone
+44 3331300550
Country
United Kingdom
NUTS code
- UKE45 - Wakefield
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £30,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC21 2LL
Telephone
+44 207947600
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice