Contract

Private Ambulance Services

  • East Midlands Ambulance Service NHS Trust

F03: Contract award notice

Notice identifier: 2026/S 000-020121

Procurement identifier (OCID): ocds-h6vhtk-05176d

Published 5 March 2026, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

East Midlands Ambulance Service NHS Trust

Trust Headquarters, 1 Horizon Place, Mellors Way, Nottingham Business Park

Nottingham

NG8 6PY

Contact

Samuel Rudd

Email

samuel.rudd@nottshc.nhs.uk

Country

United Kingdom

Region code

UKF14 - Nottingham

Internet address(es)

Main address

https://www.emas.nhs.uk/

Buyer's address

https://www.emas.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

Private Ambulance Services

two.1.2) Main CPV code

  • 85143000 - Ambulance services

two.1.3) Type of contract

Services

two.1.4) Short description

East Midlands Ambulance Service NHS Trust (“EMAS”) requires Private Ambulance Services for the period 2026/2027. These encompass Double Crewed Ambulances (DCAs) with a mix of Paramedic, Technicians and Emergency Care Assistants (ECA).

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: £12,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

East Midlands Ambulance Service NHS Trust (“EMAS”) requires Private Ambulance Services for the period 2026/2027. These encompass Double Crewed Ambulances (DCAs) with a mix of Paramedic, Technicians and Emergency Care Assistants (ECA).

The indicative requirement is for 32 crews over 3 regional areas within East Midlands Ambulance with varying shift patterns, although it should be noted that this level of crews may fluctuate during the course of this contract depending on demand and resource planning.

There is a total of 3 lots associated with this procurement as follow:
Lot 1 - South East (South Lincolnshire)
Lot 2 - South (Leicestershire)
Lot 3 - North (Nottinghamshire and Derbyshire)

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare 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. This intention to award a contract is following a competitive process.

The contract is for a 12 month period commencing on 1st April 2026 with no option to extend. (01/04/2026 - 31/03/2027)

Lifetime Value of this contract is £12,000,000.

two.2.5) Award criteria

Quality criterion - Name: Key Criteria 1 – Quality and Innovation / Weighting: 21%

Quality criterion - Name: Key Criteria 3 – Integration, Collaboration and Service Sustainability / Weighting: 16

Quality criterion - Name: Key Criteria 4 – Improving access, reducing health inequalities and facilitating choice / Weighting: 13

Quality criterion - Name: Key Criteria 5 - Social Value / Weighting: 10

Cost criterion - Name: Key Criteria 2 - Value / Weighting: 40

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: 2025/S 000-069073


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

5 March 2026

five.2.2) Information about tenders

Number of tenders received: 10

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

five.2.3) Name and address of the contractor

central medical services ltd

Park Place, Robey Close Linby

Linby

NG15 8AA

Telephone

+44 1158570999

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
National registration number

07643110

Internet address

www.centralmedicalservices.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: £13,300,000

Total value of the contract/lot: £12,000,000


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 the relevant authority by 17/03/2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent to Samuel.rudd@nottshc.nhs.uk


The decision has been made by East Midlands Ambulance Service Trust Board.

EMAS has assessed against the 5 key criteria required under the provider selection regime with the following weighted criteria:

1. Key Criteria 1 – Quality and Innovation - 21%
2. Key Criteria 2 - Value - 40%
3. Key Criteria 3 – Integration, Collaboration and Service Sustainability - 16%
4. Key Criteria 4 – Improving access, reducing health inequalities and facilitating choice - 13%
5. Key Criteria 5 – Social Value - 10%

The successful supplier scored highest across the key criteria based on their submission for this procurement. EMAS are confident that Central Medical Services can meet the key criteria as set out in the specification. Central Medical Services was awarded all three lots.

No Conflicts of Interest were identified within this procurement process.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom