Section one: Contracting authority
one.1) Name and addresses
NHS Lincolnshire Integrated Care Board
Bridge House, The Point, Lions Way
Sleaford
NG34 8GG
agem.procurementeastmids@nhs.net
Telephone
+44 1111111
Country
United Kingdom
Region code
UKF3 - Lincolnshire
National registration number
na
Internet address(es)
Main address
https://lincolnshire.icb.nhs.uk/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205
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
Non-Emergency Patient Transport Service in Lincolnshire
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lincolnshire ICB are seeking a suitably qualified and capable Provider/s to provide a Non-Emergency Patient Transport Service across Lincolnshire. The patient transport Provider/s will be flexible, adaptable and resilient and will work in partnership with the health system to ensure that the patient transport service is able to respond to the changing landscape of health service delivery in Lincolnshire.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £88,863,754
two.2) Description
two.2.1) Title
Lot 1 - Call Handling & Assessment
Lot No
1
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
The Provider will deliver an integrated call handling, eligibility assessment and transport co-ordination function as part of the wider Non-Emergency Patient Transport Service (NEPTS).
The Provider will ensure patients meet the eligibility criteria that is in place from time to time and support all eligible patients to travel to and from healthcare settings in a timely manner, without adverse impact on their medical condition.
The call handling and eligibility assessment service will:
• Be safe and of high quality and that meets all relevant statutory and national guidance and guidelines, and best practice and compliance requirements;
• Deliver high levels of patient and health care practitioner satisfaction;
• Respond to and meet the changing needs for patient transport services for Lincolnshire patients;
• Be efficient and cost effective;
• Deliver social value.
The key aims and objectives of the service are as follows:
• Delivery of outstanding patient and health care practitioner experience;
o Transport will arrive within agreed time limits;
o No excessive waits for outbound journeys;
o Fast track and care home journeys delivered to agreed times;
o Service is responsive to unforeseen journey delays;
o Reduction in number of journeys undertaken late at night.
• Support for the delivery of excellent hospital flow
o Zero re-beds due to patient transport issues;
o Reduction in HCP time to book / chase transport / resolve out transport issues.
• Minimum levels of aborted and cancelled journeys;
• Delivery of COVID safe journeys and support to COVID pathways;
• Support delivery of emerging new care models;
• Signposting of patients who do not meet the eligibility criteria to potential other means of fulfilling their journey including public, voluntary and community transport;
• Cost within acceptable limits.
The service will operate 24 hours a day 7 days a week, 365 days a year (366 days in a leap year) based on changing activity profiles particularly over weekends and as the 7 day working agenda expands and the impact of COVID recovery and response.
two.2.5) Award criteria
Quality criterion - Name: Sections A-L / Weighting: Pass/Fail
Quality criterion - Name: Section M: Service Specific / Weighting: 21%
Quality criterion - Name: Section N: Social Value / Weighting: 15%
Quality criterion - Name: Section O: HR and Workforce Management / Weighting: 5%
Quality criterion - Name: Section P: Data Security/ Information Governance / Weighting: 1.25%
Quality criterion - Name: Section Q: Equality, Diversity and Human Rights / Weighting: 7.5%
Quality criterion - Name: Section R: Clinical Governance / Weighting: 8.75%
Quality criterion - Name: Section S: Premises / Weighting: 0.5%
Quality criterion - Name: Section T: IT / Weighting: 2%
Quality criterion - Name: Lot Specific / Weighting: 9%
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 2 - Journey Delivery
Lot No
2
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
The Provider will deliver a journey delivery service that is responsive to patient need and journey times as determined by the call handling service function as part of the wider Non-Emergency Patient Transport Service (NEPTS). The patient transport journey Provider will deliver a service that:
• Supports patients to receive the best possible outcome from their contact with health services;
• Supports a reduction in inequalities
The patient transport service will:
• Be safe and of high quality and that meets all relevant statutory and national guidance and guidelines, and best practice and compliance requirements;
• Delivers high levels of patient and health care practitioner satisfaction;
• Respond to and meet the changing needs for patient transport services for Lincolnshire patients;
• Is efficient and cost effective;
• Delivers social value.
The key aims and objectives of the service are as follows:
• Delivery of outstanding patient and health care practitioner experience
o Transport will arrive within agreed time limits;
o No excessive waits for outbound journeys;
o Fast track and care home journeys delivered to agreed times;
o Service is responsive to unforeseen journey delays;
o Reduction in number of journeys undertaken late at night.
• Support for the delivery of excellent hospital flow:
o Zero re-beds due to patient transport issues;
o Reduction in HCP time to book / chase transport / resolve transport issues.
• Minimum levels of aborted and cancelled journeys;
• Delivery of COVID safe journeys and support to COVID pathways;
• Support delivery of emerging new care models;
• Cost within acceptable limits.
The patient transport service will operate 24 hours a day 7 days a week, 365 days a year (366 days in a leap year) based on changing activity profiles particularly over weekends and as the 7 day working agenda expands and the impact of COVID recovery and response.
The core hours of the service are 00.00 to 24.00 Monday to Sunday.
two.2.5) Award criteria
Quality criterion - Name: Sections A-L / Weighting: Pass/Fail
Quality criterion - Name: Section M: Service Specific / Weighting: 21%
Quality criterion - Name: Section N: Social Value / Weighting: 15%
Quality criterion - Name: Section O: HR and Workforce Management / Weighting: 5%
Quality criterion - Name: Section P: Data Security/ Information Governance / Weighting: 1.25%
Quality criterion - Name: Section Q: Equality, Diversity and Human Rights / Weighting: 7.5%
Quality criterion - Name: Section R: Clinical Governance / Weighting: 8.75%
Quality criterion - Name: Section S: Premises / Weighting: 0.5%
Quality criterion - Name: Section T: IT / Weighting: 2%
Quality criterion - Name: Lot Specific / Weighting: 9%
Price - Weighting: 30
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010743
Section five. Award of contract
Contract No
1
Title
Lot 1 - Call Handling & Assessment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 February 2023
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
East Midlands Ambulance Service
Horizon Place
Nottingham
NG8 6PY
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
National registration number
n/a
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £9,273,274.45
Section five. Award of contract
Contract No
2
Title
Lot 2 - Journey Delivery
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 February 2023
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
East Midlands Ambulance Service
Horizon Place
Nottingham
NG8 6PY
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
National registration number
n/a
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £79,590,479.30
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Arden & GEM Commissioning Support Unit
St John's House, 30 East Street
Leicester
LE1 6NB
agem.procurementeastmids@nhs.net
Country
United Kingdom