Contract

Patient Conveyance

  • CHESHIRE AND WIRRAL PARTNERSHIP NHS FOUNDATION TRUST

F03: Contract award notice

Notice identifier: 2025/S 000-050423

Procurement identifier (OCID): ocds-h6vhtk-0584b2 (view related notices)

Published 21 August 2025, 10:21am



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

Email

cwp.contracts@nhs.net

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

www.cwp.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

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