Contract

Non-Emergency Patient Transport Services

  • NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

F03: Contract award notice

Notice identifier: 2026/S 000-014047

Procurement identifier (OCID): ocds-h6vhtk-06556b

Published 16 February 2026, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

Health House, Grange Park Lane, Willerby

East Riding of Yorkshire

HU10 6DT

Email

hnyicb.procurement@nhs.net

Country

United Kingdom

Region code

UKE12 - East Riding of Yorkshire

NHS Organisation Data Service

QOQ

Internet address(es)

Main address

https://humberandnorthyorkshire.icb.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

Non-Emergency Patient Transport Services

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 (NEPTS) provides pre-planned and on-day (unplanned) transport to support eligible patients to access NHS funded care. NEPTS caters for those patients who are either too ill to get to hospital without assistance or for whom travelling may cause their condition to deteriorate. The service provides for a wide range of patient mobilities, requiring a variety of vehicle types and levels of care consistent with the patient's medical needs - including specialist moving and handling or support during transport such as provision of oxygen.

The service covers East Riding of Yorkshire, Hull, North Lincolnshire, North Yorkshire and York.

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: £84,423,015

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
  • UKE12 - East Riding of Yorkshire
  • UKE13 - North and North East Lincolnshire
  • UKE21 - York
  • UKE22 - North Yorkshire CC

two.2.4) Description of the procurement

Non-emergency Patient Transport (NEPTS) provides pre-planned and on-day (unplanned) transport to support eligible patients to access NHS funded care. NEPTS caters for those patients who are either too ill to get to hospital without assistance or for whom travelling may cause their condition to deteriorate. The service provides for a wide range of patient mobilities, requiring a variety of vehicle types and levels of care consistent with the patient's medical needs - including specialist moving and handling or support during transport such as provision of oxygen.

The service covers East Riding of Yorkshire, Hull, North Lincolnshire, North Yorkshire and York.

NHS Humber and North Yorkshire ICB is intending to award a contract an existing provider following Direct Award Process C of The Health Care Services (Provider Selection Regime) Regulations 2023.

Approximate lifetime value of the contract is £84,423,015

Contract term - 1 April 2026 - 31 March 2031

two.2.5) Award criteria

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

two.2.11) Information about options

Options: No


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 to the relevant authority by 23:59hrs 27 February 2026.

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: Yes


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

11 February 2026

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Yorkshire Ambulance Trust NHS Trust

Wakefield

Country

United Kingdom

NUTS code
  • UKE45 - Wakefield
NHS Organisation Data Service

RX8

The contractor is an SME

No

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

Total value of the contract/lot: £84,423,015


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 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 to decision makers by 23:59hrs 27 February 2026. Provider representations in relation to this intention to award notice should be submitted in writing to hnyicb.procurement@nhs.net

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

The contract award was approved by NHS Humber and North Yorkshire Integrated Care Board Board Members. No conflicts of interest have been declared in relation to the contract award.

The criteria applied to this intention to award was:

Basic Selection Criteria

- Mandatory and Discretionary Grounds

- Economic and Financial Standing

- Suitability to pursue activity

Key Criteria

• Quality - 30%

Quality is weighted highest because it represents the core purpose of the service - delivering safe, effective, patient centred care with the ability to adapt and improve. A higher weighting ensures providers who demonstrate strong clinical governance, innovation and measurable outcomes are appropriately prioritised

• Innovation - 10%

Innovation is weighted lower to ensure new approaches enhance service delivery without overshadowing essential quality and safety standards. It recognises the importance of improvement while preserving balance in evaluation.

• Value - 20%

Value is weighted moderately to capture efficiency and cost effectiveness, while ensuring assessments do not become cost driven. This supports fair and proportionate evaluation and maintains quality as the primary focus.

• Integration, collaboration and service sustainability - 20%

This criterion is weighted moderately because effective collaboration within the wider health and care system is essential for seamless pathways and long term sustainability. It supports ICB aims for joined up, system wide working.

Improving Access, reducing health inequalities and facilitating choice - 10%

Improving access and inequalities is weighted lower to reflect equitable access, addressing local health inequalities, and ensuring the service is configured around population needs. This weighting ensures providers who contribute to reducing inequalities are appropriately recognised

• Social Value - 10%

Social Value is weighted at the required minimum standard and ensuring providers contribute to local economic, social and environmental wellbeing, while maintaining focus on core service outcomes.

NHS Humber and North Yorkshire ICB has conducted an assessment of the Provider against the stated Basic Selection Criteria and Key Criteria and considers that the existing provider is satisfying its current existing contract, will likely satisfy the new contract to a sufficient standard, and the proposed contracting arrangements are not changing considerably.

• Quality - The Provider has demonstrated and evidenced robust organisational governance processes in safety, effectiveness, providing positive experience of care and well-led in delivering the contracted service.

• Innovation - The Provider is delivering the requirements of the contract in respect of innovation which are relevant and proportionate to the service provision; and indirectly contributes to supporting prevention, diagnosis and treatment of illness by ensuring patients are supported to access their clinical appointments related to their perceived, and diagnosed, health condition(s).

• Value - The benefits to the patients are evident by support them access clinical appointments for their health condition.

• Integration, Collaboration and Service Sustainability - The Provider has thoroughly demonstrated and evidenced its approach to integration and collaboration working as an integral part of the healthcare system enabling patients to access clinical appointments and support patient flow within the healthcare system. Whilst positively supporting integration by focussing on system flow and acute trust discharge priorities, the service helps 'unlock' care pathways within an acute trust setting.

• Improving access, reducing health inequalities and facilitating choice - The Provider has effectively implemented the nationally mandated NEPTS eligibility criteria, applying consistently to ensure access decisions are based on medical need.

• Social Value - The Provider is delivering the requirements of the contract in respect of social value which are relevant and proportionate to the service provision. The Provider has a clear approach to environmental issues aligned to NHS policy, Greener NHS, supported by actions undertaken to reduce carbon emissions.

six.4) Procedures for review

six.4.1) Review body

NHS England Independent Patient Choice and Procurement Panel

London

Country

United Kingdom

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/