Section one: Contracting authority
one.1) Name and addresses
NHS Kent and Medway Integrated Care Board
2nd floor Gail House Lower Stone Street
Maidstone
ME15 6NB
Contact
William Clark
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
Buyer's address
https://www.kentandmedway.icb.nhs.uk/
one.1) Name and addresses
NHS South East London Integrated Care Board
Southwark Council 160 Tooley Street
London
SE1 2QH
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://www.selondonics.org/icb
Buyer's address
https://www.selondonics.org/icb
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
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 Service for Kent & Medway
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kent & Medway Integrated Care Board (acting as the Co-ordinating Commissioner) and NHS South East London Integrated Care Board (acting as the Associate Commissioner) have undertaken a procurement process for a Non-Emergency Patient Transport Service. The contract duration will be for an initial period of 5 years with an option to extend for up to a further 3 years as required.
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: £210,674,927
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS Kent & Medway Integrated Care Board (acting as the Co-ordinating Commissioner) and NHS South East London Integrated Care Board (acting as the Associate Commissioner) have undertaken a procurement process for a Non-Emergency Patient Transport Service. The aim of the Kent and Medway Non-Emergency Patient Transport Service is to provide non-urgent, planned transportation of eligible Kent and Medway patients with a medical need for transport to and from premises providing NHS healthcare, and/or between providers of NHS-funded healthcare. This encompasses a wide range of vehicle types and levels of care consistent with the patients’ medical needs. The service consists of journeys for patients requiring renal dialysis, outpatient appointments, transfers and discharges. The service is critical to support patients and to ensure that health services can work effectively and on time by transporting patients to healthcare appointments and supporting hospital discharges. The model is based on a single point of access where journey requests are made directly by patients/carers and or appropriate healthcare professionals.
The geographical scope of this contract includes the transport of all Kent and Medway patients to points of care within Kent, Medway, Bromley, Bexley and also King’s College Hospital and Guy’s and St Thomas’ (GSTT) hospital sites.
The Transport Provider will ensure that patients access their hospital treatment on time and that the wider system has timely access to patient transport that supports patient care and flow.
This contract relates to an existing service with the intention to award being made to an existing provider.
The Contract will commence April 2026 for 5 years with the Commissioner having the option to extend the Contract for a further 3 years.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 36%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Integration, collaboration, and service sustainability / Weighting: 13%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 6%
Cost criterion - Name: Value / Weighting: 35%
two.2.11) Information about options
Options: Yes
Description of options
Contract may be extended by up to 3 years.
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: 2024/S 000-041217
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
4 June 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S CARE AND JUSTICE SERVICES (UK) LIMITED
London
Country
United Kingdom
NUTS code
- UKI3 - Inner London – West
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: £133,405,265
Total value of the contract/lot: £133,405,265
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 Procurement Act 2023 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 23:59 on the 17th June 2025. 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 william.clark7@nhs.net.
Award decision-makers - Kent & Medway ICB Board
Conflicts of Interest: No conflicts of interest raised.
The lifetime value of the contract is expected to be £213,448,424.00
The Key Criteria used and weighted by the authority were as follows:
Quality and Innovation 36%
Value 35%
Integration, collaboration, and service sustainability 13%
Improving access, reducing health inequalities, and facilitating choice 6%
Social value 10%
The rationale for this was based on the detailed list of all requirements according to the specification and requirements of the integrated care system.
six.4) Procedures for review
six.4.1) Review body
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom