Section one: Contracting authority/entity
one.1) Name and addresses
NHS NORFOLK AND WAVENEY INTEGRATED CARE BOARD
8th Floor, County Hall, Martineau Lane
Norwich
NR12DH
nwicb.contractsandprocurement@nhs.net
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
NHS Organisation Data Service
26a
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Non Emergency Patient Transport Service
Reference number
NW2024-49 (C235808) 2526-146
two.1.2) Main CPV code
- 85143000 - Ambulance services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
two.2.4) Description of the procurement at the time of conclusion of the contract:
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) invited suitably qualified and experienced providers to express their interest in delivering Non- Emergency Patient Transport services (NEPTS) for eligible Norfolk and Waveney patients across NHS Norfolk and Waveney ICB.
The aim of the service was to provide Non- Emergency Transport for eligible Norfolk and Waveney patients with a medical need, between their places of residence, community and acute settings transporting patients in safe, timely, comfortable and clinically appropriate transport without detriment to their medical condition. This includes all Mental health transport, both secure and non-secure. There is a need for the NEPTS Provider in the post-COVID pandemic to be able to respond to rapidly changing regional demand patterns to cater for the patient, the Acute Trusts, Community partners, Mental health partners and other stakeholder partners across Norfolk and Waveney Integrated Care System (ICS).
The anticipated contract period is for an initial period of 5 years with the option to extend for up to a further two years, commencing 1st October 2024.
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). As such, the procurement of the Services was run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3
Services.
The market was invited to register and apply for the opportunity via the Atamis esourcing portal https://health-family.force.com/s/Welcome and search Project ID C235808.
The Notice identifier is 2024/S 000-014460 but as this was published by our procurement team (AGEM) we are unable to properly link this notice to this modification notice.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2099/S 001-999999
Section five. Award of contract/concession
Contract No
2024/S 000-014460
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 October 2024
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Health Transportation Group UK Ltd
Lincoln
Country
United Kingdom
NUTS code
- UKF30 - Lincolnshire
NHS Organisation Data Service
8F231
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £67,323,828
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) contract modification notice, under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2024 do not apply to this award. This contract has been formally modified.
Modification approved by ICB Interim Director of Finance 30/9/25
No conflicts of interest were declared.
six.4) Procedures for review
six.4.1) Review body
NHS Norfolk and Waveney Integrated Care Board (ICB)
Norwich
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85143000 - Ambulance services
seven.1.3) Place of performance
NUTS code
- UKH14 - Suffolk
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
seven.1.4) Description of the procurement:
A modification to uplift the contract value by the agreed Cost Uplift Factor for 2025/26. Value - £10,520,703.32
There is no change to the duration of the contract, which remains 1 October 2024 to 30 September 2031 (inclusive of an optional 2 year extension)
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in days
78
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£67,323,828
seven.1.7) Name and address of the contractor/concessionaire
Health Transportation Group UK Ltd
Lincoln
Country
United Kingdom
NUTS code
- UKF30 - Lincolnshire
NHS Organisation Data Service
8F231
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The modification is made in response to external factors beyond the control of the relevant authority and the provider, including but not limited to:
• changes in patient or service user volume
• changes in prices in accordance with a formula provided for in the contract documents (for example uplifts in prices published in the National Tariff or index linking)
but do not render the contract or framework agreement materially different in character.
There is no change to the duration of the contract, which remains 1 October 2024 to 30 September 2031 (inclusive of an optional 2 year extension)
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The modification is made in response to external factors beyond the control of the relevant authority and the provider, including but not limited to:
• changes in patient or service user volume
• changes in prices in accordance with a formula provided for in the contract documents (for example uplifts in prices published in the National Tariff or index linking)
but do not render the contract or framework agreement materially different in character.
There is no change to the duration of the contract, which remains 1 October 2024 to 30 September 2031 (inclusive of an optional 2 year extension)
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £67,323,828
Total contract value after the modifications
Value excluding VAT: £77,844,531