Tender

Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised)

  • NHS Cambridgeshire and Peterborough Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-060971

Procurement identifier (OCID): ocds-h6vhtk-05a521

Published 30 September 2025, 3:33pm



Section one: Contracting authority

one.1) Name and addresses

NHS Cambridgeshire and Peterborough Integrated Care Board

Gemini House, Bartholomew's Walk, Cambridgeshire Business Park, Angel Drove

Ely

CB7 4EA

Contact

Hayley Smith

Email

h.smith27@nhs.net

Telephone

+44 7770493216

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.cpics.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-1928.lightning.force.com/lightning/page/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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

Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised)

Reference number

WHISP-350

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) are facilitating a Competitive Process, in line with the Provider Selection Regime (PSR) of the Healthcare Services Regulations 2023, on behalf of NHS Cambridgeshire and Peterborough Integrated Care Board (including Royston) (ICB) - who invite Bidders to submit a tender for the Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised).

​​Submissions MUST be submitted via Atamis under the response functionality within the Invitation to Tender (ITT). The closing time/date for receipt of submissions is 12:00 hours (midday) on Monday 10th November 2025.

The purpose of this procurement is to secure a Service Provider to deliver Wheelchair Services and Posture Services for Children, Young People and Adults (Standard and Specialised) for all patients registered with a GP in the Cambridgeshire and Peterborough ICB area including the Royston geographical area. ​The Authority are looking to appoint a Service Provider, or Consortium, to deliver this Service for a period of 5 Years with the option to extend for up to a further 5 year period. The Contract will commence on the 1st April 2026.

two.1.5) Estimated total value

Value excluding VAT: £29,779,481

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH11 - Peterborough
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire and Peterborough including the Royston geographical area.

two.2.4) Description of the procurement

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) are facilitating a Competitive Process, in line with the Provider Selection Regime (PSR) of the Healthcare Services Regulations 2023, on behalf of NHS Cambridgeshire and Peterborough Integrated Care Board (including Royston) (ICB) - who invite Bidders to submit a tender for the Provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised).

The wheelchair and posture service will ensure that all Service Users registered with a GP within NHS Cambridgeshire & Peterborough ICB (including Royston), who have a long-term illness or disability, have a better quality of life and are able to maximize their mobility through the provision of a wheelchair that meets their clinical needs.

The aim of the wheelchair and posture service is to maximize the mobility and independence and improve the quality of life for Service Users and their Carers, through timely access to appropriate assessment, provision and maintenance of equipment. The Provider should respond to changes in Service users' health conditions through regular review and deliver a positive user experience.

The service will have a focus on quality, value for money, and innovation, to ensure maximum benefit is accrued from resources.

The Provider is expected to contribute to achieving the following outcomes:

• Improvements in the functional health and social needs of users.

• Increased user choice and greater control.

• Improved access and responsiveness of assessment, handover and on-going support services.

• Ensure opportunities for users input into service development and re-design through regular feedback.

• Personalised care for all people accessing the service.

• Deliver higher levels of satisfaction from users with a baseline taken from the start of service.

• Deliver high levels of satisfaction from other health and social care professionals.

• Reduced social isolation.

•Improved quality of life for users and their families/carers.

The Provider will ensure the Wheelchair Services:

• Meet users' needs by ensuring that the user experience is positive in terms of the service they receive from using this service; that the service is accessible to all and delivers the right assessment, prescription and ensures the provision of a wheelchair and associated equipment that meets the users' clinical needs.

• Users receive a timely and efficient service to ensure that their mobility needs, and posture are met as quickly as possible, in accordance with the waiting time targets within this document.

• Maintains high levels of communication with service users throughout their journey with the service to always keep people informed.

• A holistic assessment is completed with each user and their carer/parent.

• Works with acute hospitals and community services in the facilitation of hospital discharges to ensure delays are not because of waiting for a wheelchair.

• Consistently evidence wheelchair users, their families/carers are happy with the service.

• Delivers continuous improvement throughout the lifetime of the contract using user feedback and complaints, lessons learnt, innovation, digital AI, Carbon Reduction Plan and stakeholder engagement.

​​Submissions MUST be submitted via Atamis under the response functionality within the Invitation to Tender (ITT). The closing time/date for receipt of submissions is 12:00 hours (midday) on Monday 10th November 2025. You are recommended to upload all documents and submit your submission in sufficient time for it to reach the system prior to the closing time/date of 12:00 hours (midday) on Monday 10th November 2025. The system automatically time/date stamps all submissions. 

The purpose of this procurement is to secure a Service Provider to deliver Wheelchair Services and Posture Services for Children, Young People and Adults (Standard and Specialised) for all patients registered with a GP in the Cambridgeshire and Peterborough ICB area including the Royston geographical area. ​The Authority are looking to appoint a Service Provider, or Consortium, to deliver this Service for a period of 5 Years with the option to extend for up to a further 5 year period.

The Contract will commence on the 1st April 2026. The contract to be used will be the NHS Standard Contract (Short Form) and will be offered on a block basis. A higher and lower budget threshold have been applied to this procurement process and over the total contract period (10-years - 5 year initial contract plus the optional 5-year extension) the higher budget threshold is £29,779,481.00 and the lower budget threshold is £24,064,228.00. Please see the tender documents for further details regarding the annual threshold breakdown. The Authority shall not consider Bids that are unaffordable and above the budget threshold / annual cost envelope or below the lower limit threshold / annual cost envelope i.e. that may be deemed unusually low.

The Authority reserves the right to modify this Contract at any time during the Contract period in accordance with local, national and regional requirements affecting this service, including but not limited to; changes in guidelines, clinical governance, the updating of the clinical pathway and patient volume increases which may increase the overall cost. Any required modification will be made in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023.

Full details of the services being procured are set out in the invitation to tender (ITT) documents, which are available via the Atamis System reference C362897.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £29,779,481

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Contract period 5 years (60 months) with the option to extend for a further 5 year period (60 months), total contract period 120 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 November 2025

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 November 2025

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NHS Midlands and Lancashire CSU are conducting this procurement exercise on behalf of NHS Cambridgeshire and Peterborough Integrated Care Board (ICB) with whom the successful bidder will enter into a contract with for the supply of the services.

The contract conditions will be set out in the Invitation to Tender.

This procurement exercise will be conducted on the Atamis Health Family eCommercial Systemhttps://health-family.force.com/s/Welcome, reference C362897.

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 or the Procurement Act 2023 do not apply to this award.

All communications from providers should come through the Atamis portal. Strictly no other forms of communication to MLCSU or the Commissioner will be accepted (including telephone calls, postal queries/submissions, faxes or email communications) during this period.

six.4) Procedures for review

six.4.1) Review body

NHS Cambridgeshire and Peterborough Integrated Care Board

Gemini House, Bartholomew's Walk, Cambridgeshire Business Park, Angel Drove

Ely

CB7 4EA

Email

rebecca.bents-martin@nhs.net

Country

United Kingdom