Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Contact
Procurement Lead
agem.norfolkprocurement@nhs.net
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
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
NW2024-49 Non Emergency Patient Transport Service - NHS Norfolk and Waveney Integrated Care Board
Reference number
C235808
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) invited suitably qualified and experienced providers to express an interest in delivering Non- Emergency Patient Transport Services (NEPTS) for eligible Norfolk and Waveney
patients across NHS Norfolk and Waveney ICB.
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: £78,544,466
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
Norfolk and Waveney
two.2.4) Description of the procurement
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) invited suitably qualified and experienced providers to express their interest in delivering Non- Emergency Patient Transport services (NEPTS) for eligible Norfolk and Waveney patients across NHS Norfolk and Waveney ICB.
The aim of the service was to provide Non- Emergency Transport for eligible Norfolk and Waveney patients with a medical need, between their places of residence, community and acute settings transporting patients in safe, timely, comfortable and clinically appropriate transport without detriment to their medical condition. This includes all Mental health transport, both secure and non-secure. There is a need for the NEPTS Provider in the post-COVID pandemic to be able to respond to rapidly changing regional demand patterns to cater for the patient, the Acute Trusts, Community partners, Mental health partners and other stakeholder partners across Norfolk and Waveney Integrated Care System (ICS).
The anticipated contract period is for an initial period of 5 years with the option to extend for up to a further two years, commencing 1st October 2024.
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). As such, the procurement of the Services was run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3
Services.
The market was invited to register and apply for the opportunity via the Atamis esourcing portal https://health-family.force.com/s/Welcome and search Project ID C235808.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 48.
Quality criterion - Name: Scenarios / Weighting: 9
Quality criterion - Name: Quality / Weighting: 7
Quality criterion - Name: Corporate, Social and Environmental Responsibility / Weighting: 10
Quality criterion - Name: HR and Workforce Management / Weighting: 8
Quality criterion - Name: Information Governance / Weighting: 2
Quality criterion - Name: Equality, Diversity and Human Rights / Weighting: 6
Price - Weighting: 10
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.2.14) Additional information
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). As such, the procurement of the Services is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3
Services.
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: 2024/S 000-002143
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
19 April 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Health Transportation Group (UK) Limited
Danwood House, Harrisson Place, Whisby Road, Lincoln
Lincoln
LN6 3AH
Telephone
+44 7807200741
Country
United Kingdom
NUTS code
- UKH15 - Norwich and East Norfolk
National registration number
03646929
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £78,544,466
Total value of the contract/lot: £78,544,466
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 9 %
Short description of the part of the contract to be subcontracted
Circa 0.73% of the Contract will be sub-contracted to a Secure Mental Health provision.
Circa 8% of journeys will be sub-contracted to on-board Volunteers, Taxi Providers and utilise Community Providers
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom