Non-Emergency Patient Transport Services (NEPTS)
A Contract Award Notice
by NHS WEST YORKSHIRE INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £32M
- Sector
- HEALTH
- Published
- 04 Sep 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Wakefield
3 buyers
- NHS West Yorkshire Integrated Care Board Wakefield
1 supplier
- Yorkshire Ambulance Service NHS Trust Wakefield
Description
Non-emergency Patient Transport (NEPTS) provides pre-planned and on-day (unplanned) transport to support eligible patients to access NHS funded care. NEPTS caters for those patients who are either too ill to get to hospital without assistance or for whom travelling may cause their condition to deteriorate. The service provides for a wide range of patient mobilities, requiring a variety of vehicle types and levels of care consistent with the patient's medical needs - including specialist moving and handling or support during transport such as provision of oxygen.
Total Quantity or Scope
The Contract Authority, the NHS West Yorkshire Integrated Care Board, intends to award a contract to an existing provider following Direct Award Process C. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.The Contract Term is 22 months. 1st October 2025 to the 31st July 2027.
Award Detail
1 | Yorkshire Ambulance Service NHS Trust (Wakefield)
|
Award Criteria
PRICE | _ |
CPV Codes
- 85143000 - Ambulance services
Indicators
- Award on basis of price.
Legal Justification
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. The Standstill Period will begin on the day after the publication of this notice. Representations by providers must be made to the relevant authority in writing to the named Contact Person. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.Written representations should be sent to wyicb-kirk.procurement@nhs.net
Other Information
The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard. The criteria of the PSR have been applied as follows:Quality and innovation (including performance): 60%Value: 10%Integration, collaboration and service sustainability: 10%Improving access, reducing health inequalities and improving choice: 10%Social value: 10% This is a Provider Selection Regime (PSR) intention to award notice. The Standstill Period will begin on the day after the publication of this notice and shall end at midnight on the 17th September 2025. Representations by providers must be made to the relevant authority in writing to the named Contact Person. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.Written representations should be sent to wyicb-kirk.procurement@nhs.net Your response must include the information belowCost criterion / Price The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard.Weighting:100The service has been reviewed against the key criteria of the Provider Selection Regime. The criteria were given the following weightings throughout.Quality and innovation (including performance): 60%, including 40% for performance against contractual KPIs. Value: 10%Integration, collaboration and service sustainability: 10%Improving access, reducing health inequalities and improving choice: 10%Social value: 10%The existing provider scored over 70%, which is the Contract Authority’s pass mark to proceed with the intent to award notice.The existing provider has consistently met the majority of KPIs (6 out of 9) within the preceding 12 months. Under-performance against 2 out of 9 KPIs has been marginal, and where performance improvement can be evidenced throughout the preceding 12 months. The Contracting Authority has assessed this to be acceptable. The existing provider’s non-achievement of 1 Key Performance Indicator - for its call-handling response - has been scrutinised (throughout the 2024/25 financial year) and has been subject to a specific project since April 2025 to reduce the volume of calls and improve performance. From April 2025 to July 2025, under-performance is now marginal and the KPI has been met in-full for June and July 2025. The Contracting Authority has assessed this to be acceptable. For the other aspects of the key criteria, the Contracting Authority adopted a standardised scoring matrix. This consisted of assessing the information from the review of service against the requirements listed within the statutory guidance for the Provider Selection Regime. There are no declarations of Interest.
Reference
- FTS 053937-2025