Contract

East Sussex Children and Adult Wheelchair and Specialist Seating service

  • NHS Sussex Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-009286

Procurement identifier (OCID): ocds-h6vhtk-04eced

Published 13 March 2025, 3:47pm



Section one: Contracting authority

one.1) Name and addresses

NHS Sussex Integrated Care Board

Sackville House, Brooks Close

Lewes

BN7 2FZ

Email

aelliott1@nhs.net

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

NHS Organisation Data Service

QNX

Internet address(es)

Main address

https://www.sussex.ics.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

East Sussex Children and Adult Wheelchair and Specialist Seating service

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C).

This direct award is for a period of 12 months, from 1/4/26 to 31/3/27.

The service value is £2,658,394 per annum.

The aim of the East Sussex Children's and Adult Wheelchairs service (CAWS) is to make sure users optimise their mobility and independence and improve their quality of life through receiving timely access to appropriate assessment, provision and maintenance of equipment through a fully integrated service.

The provider will assess users for the provision of wheeled mobility equipment (both powered and manual) for those with long term mobility problems. Pressure relieving cushions and postural management wheelchair equipment will also be provided to meet the user's long term clinical need. The provider will also assess for specialist static postural seating.

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: £2,658,394

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Sussex ICB area

two.2.4) Description of the procurement

This notice is for the provision of a holistic wheelchairs service, from clinically-led MDT assessment, to the supply and maintenance of wheelchairs and associated equipment.

It is recognised that as a clinical service, the East Sussex Children's and Adults Wheelchair Service (CAWS) priority is on meeting peoples clinical and health needs within the current resources. The East Sussex service also includes a specialist postural static seating service for adults with complex postural needs.

The main subject matter of the service is healthcare (this is a mixed procurement). Equipment costs constitute less than 50% of the service spend. In addition, the integration of healthcare and equipment is essential to this service. To separate these elements would result in a less seamless pathway for the service users.

The aim of the East Sussex Children's and Adult Wheelchairs service (CAWS) is to make sure users optimise their mobility and independence and improve their quality of life through receiving timely access to appropriate assessment, provision and maintenance of equipment through a fully integrated service.

The provider will assess users for the provision of wheeled mobility equipment (both powered and manual) for those with long term mobility problems. Pressure relieving cushions and postural management wheelchair equipment will also be provided to meet the user's long term clinical need.

two.2.5) Award criteria

Quality criterion - Name: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Cost criterion - Name: n/a / Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

This is a Provider Selection Regime (PSR) intention to award notice under Direct Award Process C. 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 Public Contracts Regulations 2015 and the Procurement Regulations 2024 do not apply to this award.

The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via email to aelliott1@nhs.net and cc. robert.kitt1@nhs.net by midnight (23:59) on 25 March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

This direct award is for a period of 12 months, from 1/4/26 to 31/3/27.

The service value is £2,658,394 per annum.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made by email to aelliott1@nhs.net and cc. robert.kitt1@nhs.net by midnight (23:59) on 25 March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ross Auto Engineering Ltd t/a Ross Care

Unit 2 Summit Centre Skyport Drive

Harmondsworth

UB7 0LJ

Country

United Kingdom

NUTS code
  • UKI7 - Outer London – West and North West
Companies House

00469301

Internet address

https://rosscare.co.uk/

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,658,394

Total value of the contract/lot: £2,658,394


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C). 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 Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted by email to aelliott1@nhs.net and cc. robert.kitt1@nhs.net by midnight (23:59) on 25 March 2025.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Decision maker: Chief Integration & Primary Care Officer.

No conflicts of interest were declared.

The extension of the contract also provides the time for consultation and subsequent decisions around future contracting and commissioning arrangements for these services on a pan-Sussex basis. It is intended that once these processes are complete, a competitive procurement for new contract(s) will take place.

The service evaluation was reviewed against the 5 key criteria:

• Quality & Innovation

• Value

• Integration, collaboration & service sustainability

• Improving access, reducing health inequalities and facilitating choice

• Social value

These were then weighted equally as they are of equal importance in assessing the service.

The existing provider was assessed against key criteria which were weighted according to importance in terms of service delivery and scored satisfactorily against the assessed criteria. The provider has delivered the service according to the specification since 2020 and is likely to satisfy the proposed contract to a sufficient standard. The proposed contracting arrangements will not change considerably.

six.4) Procedures for review

six.4.1) Review body

NHS Sussex Integrated Care Board

Sackville House, Brooks Close

LEWES

BN7 2FZ

Country

United Kingdom

Internet address

https://www.sussex.ics.nhs.uk/

six.4.2) Body responsible for mediation procedures

NHS England

Skipton House, 80 London Road

LONDON

SE1 6LH

Country

United Kingdom