Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 20 January 2026
  • Last modified: 20 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS CAMBRIDGESHIRE AND PETERBOROUGH INTEGRATED CARE BOARD
Authority ID:
AA82774
Publication date:
20 January 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Intention to Award Notice is issued in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. The Procurement relates to the Invitation to Tender for the provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised) in Cambridgeshire and Peterborough.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS Cambridgeshire and Peterborough Integrated Care Board

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

Ely

CB7 4EA

UK

Contact person: Rebeca Bents-Martin

E-mail: rebecca.bents-martin@nhs.net

NUTS: UKH12

Internet address(es)

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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: WHISP-350

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Intention to Award Notice is issued in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. The Procurement relates to the Invitation to Tender for the provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised) in Cambridgeshire and Peterborough.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 25 073 351.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKH11

UKH12


Main site or place of performance:

Cambridgeshire and Peterborough including the Royston geographical area.

II.2.4) Description of the procurement

This Intention to Award Notice is issued in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. The Procurement relates to the Invitation to Tender for the provision of Wheelchair and Posture Services for Children, Young People and Adults (Standard and Specialised) in Cambridgeshire and Peterborough.

The wheelchair and posture service will ensure that all service users registered with a GP within NHS Cambridgeshire and 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 Service:

• Meets 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.

• 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.

This notice is an intention to award a contract under the competitive process.

The contract will be for a period of 5 years with the option to extend for up to a further 5 year period. The NHS Standard Contract (Short Form) terms and conditions will apply. The anticipated Contract go-live date is 1st April 2026. The approximate lifetime value including the available extension is £25,073,351.00

This is an existing service that is being re-commissioned, and it is being awarded to a new provider.

II.2.5) Award criteria

Quality criterion: The contract award key criteria are specified in the procurement documents / Weighting: 70

Cost criterion: The contract award key criteria are specified in the procurement documents / Weighting: 30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-060971

Section V: Award of contract

Contract No: WHISP-350

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

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/01/2026

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ross Auto Engineering Limited t/a Ross Care

00469301

Unit 2, The Summit Centre, Skyport Drive, Harmondsworth

West Drayton

UB7 0LJ

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 25 073 351.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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 the relevant authority by 30th January 2026, this can be made via email to cpicb.representations@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

1) The decision to award this procurement has been taken by the following approval committee at NHS Cambridgeshire and Peterborough ICB:

In accordance with the delegated authority provided by the ICB Board, following completion of the procurement process, intent to award was approved on the 16th January 2026.

2) Conflicts or potential conflicts of interest of individuals making the decision and how these were managed:

No conflicts of interest were identified regarding the committee approving the intent to award.

During the procurement process all project team members were required to complete a Conflicts of Interest Declaration. A risk log was maintained outlining who could continue to participate, where mitigating action was required, or where a project team member was required to abstain from any further participation.

3) The selected provider was selected due to achieving the highest score across the key criteria used. The provider has been assessed and passed against the relevant basic criteria. The Key Criteria was:

PSR Key Criteria 1 - Quality and Innovation 38.50%

PSR Key Criteria 2 - Value 30.00%

PSR Key Criteria 3 - Integration, Collaboration and Service Sustainability 12.50%

PSR Key Criteria 4 - Improving Access, Reducing Health Inequalities and Facilitating Choice 8.00%

PSR Key Criteria 5 - Social Value 11.00%

VI.4) Procedures for review

VI.4.1) Review body

NHS Cambridgeshire and Peterborough Integrated Care Board

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

Ely

CB7 4EA

UK

E-mail: cpicb.representations@nhs.net

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Representations by providers must be made to the relevant authority by 30th January 2026, this can be made via email to cpicb.representations@nhs.net.

VI.5) Date of dispatch of this notice

19/01/2026

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rebecca.bents-martin@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.