Section one: Contracting authority
one.1) Name and addresses
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
Liverpool Road
Chester
CH21UL
Country
United Kingdom
Region code
UKD63 - Cheshire West and Chester
NHS Organisation Data Service
RJR
Internet address(es)
Main address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
National Framework Agreement for the provision of Secure Patient Transport Services
Reference number
F/094/SPTS/24/MH
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
In 2024, the Countess of Chester Hospital NHS Foundation Trust established a Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations).
"Relevant authority" is defined in section 12ZB(7) of the National Health Service Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.
This framework agreement aims to support mental health patient requirements through the provision of secure patient transport services.
The framework was awarded to run for an initial term of 2 years with options to extend for up to a further 2 years in annual increments.
As previously advertised in the Framework tender documentation, the Framework will be reopened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to reapply on an annual basis.
Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration.
This notice concerns the first re-opening of the Framework to new applicants.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34114122 - Patient-transport vehicles
- 60000000 - Transport services (excl. Waste transport)
- 85143000 - Ambulance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Supplier will provide secure patient transport services.
The expected outcomes of the Services will be:
• Provide patients with a safe, professional, and quality service which is appropriate to their needs.
• Provide the appropriate vehicle and accompanying suitably qualified and experienced staff in a timely manner.
• Convey patients to the appropriate destination in a vehicle suitable for their needs, ensuring their dignity and respect.
• Provide a high-quality service based on individual patient needs which meets industry best practice and NICE guidance.
• Provide an efficient, easy to use booking system for Contracting Authorities to utilise to minimise delays.
• Provide all appropriate paperwork and service level reports in accordance with national and local requirements.
• Eliminate aborted journeys/empty vehicles to provide a financially and environmentally sustainable service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will run for an initial term of 1 year with options to extend for up to a further 2 years in annual increments.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The framework will run for an initial term of 1 year with options to extend for up to a further 2 years in annual increments.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Electronic auctions may be used in further competitions
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 September 2025
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 October 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 and the Procurement Act 2023 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
Countess of Chester Hospital NHS Foundation Trust
Chester
Country
United Kingdom