Contract

Non-Emergency Patient Transport Service for Kent & Medway

  • NHS Kent and Medway Integrated Care Board
  • NHS South East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-029975

Procurement identifier (OCID): ocds-h6vhtk-04ca35 (view related notices)

Published 4 June 2025, 3:38pm



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

Email

william.clark7@nhs.net

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

Email

william.clark7@nhs.net

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

Internet address

https://www.england.nhs.uk//