Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Wicker House, High Street
Worthing
BN11 1DJ
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/nhs-sussex/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
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
NHS Sussex Non-Emergency Patient Transport service (NEPTS) 23.922 ITT
Reference number
23.922 ITT
two.1.2) Main CPV code
- 60130000 - Special-purpose road passenger-transport services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Sussex ICB (covering the patient population of West Sussex, Brighton & Hove, and East Sussex) are pleased to announce the procurement of a new Non-Emergency Patient Transport Service from 1st April 2025.
The aim of this service is to provide transport for eligible Sussex patients with a medical need, between their places of residence, primary, community, social care and acute settings transporting patients in safe, timely, comfortable and clinically appropriate transport without detriment to their medical condition. 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 and stakeholder partners.
The contract period offered will be for a period of 5 years commencing 1st April 2025. The Commissioners at their sole discretion, will have an option to extend for a further 5 years (5+5). A standard NHS contract will be used for this service.
The annual financial envelope is £23 million pounds per year, so a total financial envelope of £230 million pounds over the maximum 10 year duration.
Bidders are required to have a minimum annual turnover or £23 million pounds (2022/23) to be eligible for award of this contract.
In addition Providers should be appropriately CQC registered.
In order to facilitate joint bids, partnerships and subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.
The deadline for receipt of tenders is 12 p.m. on 4th September 2023.
Key Aims and Objectives
• High quality and consistently patient-centred, minimising waiting times, keeping people informed, better integration into treatment and discharge pathways and providing patients with more control.
• A service that can demonstrate flexibility and responsiveness within contract value to meet complex conveyance needs, including bariatric and higher acuity patients.
• A service that demonstrates the ability to provide a flexible and resilient service able to meet changing demands whilst maintaining business continuity at all times.
• The ability to provide innovative and efficient communication channels to patients and a variety of NHS-funded stakeholder sites in the engagement and provision of its service.
• A service capable of completing all transport journeys within the agreed timescales.
• Work with system partners and contribute to the wider Sussex Health Care system.
• Ensure that all patients who meet the eligibility criteria are conveyed safely, with dignity and in comfort to their destination.
• Improvements in data and technology capabilities which allow transport coordination to optimise demand and capacity.
• Provide a consistent standardised delivery of service from a suitable range of vehicles which meet the net zero carbon emissions, staffed by a professional and skilled workforce.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. This opportunity is titled 'Sussex ICB Non-Emergency Patient Transport Service (NEPTS)' and Contract Ref C190470.
Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
two.1.5) Estimated total value
Value excluding VAT: £230,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79512000 - Call centre
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The service supports all patients registered with GP Practices in Sussex.
***NB: This service does not include Surrey as listed in the UKJ2 description, however some out of area work will be within scope where the patients home address or the required transport destination is outside of the ICB boundary.***
two.2.4) Description of the procurement
NHS Sussex ICB (covering the patient population of West Sussex, Brighton & Hove, and East Sussex) are pleased to announce the procurement of a new Non-Emergency Patient Transport Service from 1st April 2025.
The aim of this service is to provide transport for eligible Sussex patients with a medical need, between their places of residence, primary, community, social care and acute settings transporting patients in safe, timely, comfortable and clinically appropriate transport without detriment to their medical condition. 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 and stakeholder partners.
The contract period offered will be for a period of 5 years commencing 1st April 2025. The Commissioners at their sole discretion, will have an option to extend for a further 5 years (5+5). A standard NHS contract will be used for this service.
The annual financial envelope is £23 million pounds per year, so a total financial envelope of £230 million pounds over the maximum 10 year duration.
Bidders are required to have a minimum annual turnover of £23 million pounds (2022/23) to be eligible for the award of this contract.
In addition Providers should be appropriately CQC registered.
In order to facilitate joint bids, partnerships and subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.
The deadline for receipt of tenders is 12pm on 4th September 2023.
Key Aims and Objectives
• High quality and consistently patient-centred, minimising waiting times, keeping people informed, better integration into treatment and discharge pathways and providing patients with more control.
• A service that can demonstrate flexibility and responsiveness within contract value to meet complex conveyance needs, including bariatric and higher acuity patients.
• A service that demonstrates the ability to provide a flexible and resilient service able to meet changing demands whilst maintaining business continuity at all times.
• The ability to provide innovative and efficient communication channels to patients and a variety of NHS-funded stakeholder sites in the engagement and provision of its service.
• A service capable of completing all transport journeys within the agreed timescales.
• Work with system partners and contribute to the wider Sussex Health Care system.
• Ensure that all patients who meet the eligibility criteria are conveyed safely, with dignity and in comfort to their destination.
• Improvements in data and technology capabilities which allow transport coordination to optimise demand and capacity.
• Provide a consistent standardised delivery of service from a suitable range of vehicles which meet the net zero carbon emissions, staffed by a professional and skilled workforce.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Primary period of 5 years with an additional 5 year extension period at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Previous Market Engagement:
Non-Emergency Patient Transport Service (NEPTS)
NHS/SOEPS/23.922 ME
NHS Sussex Integrated Care Board (ICB)
F01: Prior information notice
Prior information only
Notice reference: 2023/S 000-010047
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Appropriate CQC registration
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders are required to have a minimum annual turnover of £23 milllion (2022/23) to be eligible for award for this contract.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 September 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 1/4/2031
six.3) Additional information
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. This opportunity is titled 'Sussex ICB Non-Emergency Patient Transport Service (NEPTS)' and Contract Ref C190470.
Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
The services are deemed to be subject to the full regime of current EU procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.