Section one: Contracting authority
one.1) Name and addresses
CHESHIRE AND WIRRAL PARTNERSHIP NHS FOUNDATION TRUST
Countess of Chester, Health Park, Liverpool Road
Chester
CH21BQ
Country
United Kingdom
Region code
UKD63 - Cheshire West and Chester
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Patient Conveyance
two.1.2) Main CPV code
- 85112000 - Hospital support services
two.1.3) Type of contract
Services
two.1.4) Short description
The Rapid Response capacity and resource deployment is co-ordinated centrally by Rapid Response Co-ordinators, based in the First Response Hub and overseen by the First Response Hub Co-ordinator and Patient Flow Manager.
The service will provide safe, effective, and appropriate transport for people who have been assessed as requiring an admission to a mental health bed for all adult mental health patients within the CWP footprint. This will include transport from AED departments.
This will include patients who have agreed to informal admission, patients who are recommended for detention under sections of the Mental Health Act (1983) (Section 2,3 and 4).
Diagnosis will not exclude support from the service and transport will be mobilised following robust clinical risk assessment of individuals requiring the transport as documented
Where a Section 2, Section 3, or Section 4 detention has been recommended (whether in the community or at AED), the Approved Mental Health Professional (AMHP) is responsible for determining the level of conveyance required for the patient. This includes considering the number of staff needed to escort the transport and the appropriate vehicle for the patient's needs. The service has access to wheelchair-accessible vehicles as well as vehicles offering more secure options for patients in mental health crisis.
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: £1,126,221
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Rapid Response capacity and resource deployment is co-ordinated centrally by Rapid Response Co-ordinators, based in the First Response Hub and overseen by the First Response Hub Co-ordinator and Patient Flow Manager.
The service will provide safe, effective, and appropriate transport for people who have been assessed as requiring an admission to a mental health bed for all adult mental health patients within the CWP footprint. This will include transport from AED departments.
This will include patients who have agreed to informal admission, patients who are recommended for detention under sections of the Mental Health Act (1983) (Section 2,3 and 4).
Diagnosis will not exclude support from the service and transport will be mobilised following robust clinical risk assessment of individuals requiring the transport as documented
Where a Section 2, Section 3, or Section 4 detention has been recommended (whether in the community or at AED), the Approved Mental Health Professional (AMHP) is responsible for determining the level of conveyance required for the patient. This includes considering the number of staff needed to escort the transport and the appropriate vehicle for the patient's needs. The service has access to wheelchair-accessible vehicles as well as vehicles offering more secure options for patients in mental health crisis.
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 21st August 2025 to cwp.contracts@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This service was commissioned after a successful pilot to support safely transporting patients to mental health inpatient units once the patient has been assessed and met the criteria for an inpatient stay. The incumbent provider are established in the delivery of the service. There are no concerns with the current provider for the delivery of this service. The plan is to go out to competitive tender for this service within the current financial year. Therefore there is a need to extend this contract so there is no break in service.
There has been no substantial change to the nature or cost of the service delivered.
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard" with the weighting 100
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 20
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to restricted procedure
Explanation:
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health and 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. This contract has now been formally awarded using direct award process C.
Contract awarded 21st August 2025
Contract to run from 1st April 2025 to 31st December 2025
Value of the contract is £1,126,221.
There are no declared conflicts of interest of individuals making the decision
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-047466
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
21 August 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Independence Support Ltd
Gloucertershire
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
10643283
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: £1,126,221
Total value of the contract/lot: £1,126,221
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Independent Patient Choice and Procurement Panel
London
Country
United Kingdom