Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England
X24
7 & 8 Wellington Place
Leeds
LS1 4AP
UK
Contact person: Khadijah Yasmin
Telephone: +44 7769089092
E-mail: khadijah.yasmin@nhs.net
NUTS: UKI
Internet address(es)
Main address: https://www.england.nhs.uk/
Address of the buyer profile: https://www.england.nhs.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
London Enhanced Mental Health Pathfinder (EMHP) Service
Reference number: PRJ2061
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS England (London Region) (hereafter referred to as "the Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of The Enhanced Mental Health Pathfinder (EMHP).
The EMHP is commissioned by the Health & Justice team, as part of NHS England London's Specialised Commissioning division.
The Pathfinder:
The EMHP is a specialist service designed to improve support for adult victims and survivors of sexual assault and abuse with complex trauma-related mental health needs.
This pan London initiative is not a new service, but a pathfinder aimed at improving access, experience and outcomes by enhancing and connecting existing statutory and voluntary services.
The EMHP aims to:
• Improve access to trauma informed care for survivors with complex mental health needs
• Tackle systemic barriers such as long waiting times, fragmented provision and restrictive eligibility criteria
• Support recovery, healing and long term welling being, including for those not engaged in the criminal justice system
The procurement process has been completed and this is a Provider Selection Regime (PSR) intention to award notice.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
7 119 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
NHS England (London Region) (hereafter referred to as "the Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of The Enhanced Mental Health Pathfinder (EMHP).
The EMHP is commissioned by the Health & Justice team, as part of NHS England London's Specialised Commissioning division.
The Pathfinder
The EMHP is a specialist service designed to improve support for adult victims and survivors of sexual assault and abuse with complex trauma-related mental health needs.
This pan London initiative is not a new service, but a pathfinder aimed at improving access, experience and outcomes by enhancing and connecting existing statutory and voluntary services.
The EMHP aims to:
• Improve access to trauma informed care for survivors with complex mental health needs
• Tackle systemic barriers such as long waiting times, fragmented provision and restrictive eligibility criteria
• Support recovery, healing and long term welling being, including for those not engaged in the criminal justice system
The providers will:
• Deliver training, consultation and workforce development to promote trauma-informed practice across systems
• Deliver enhanced biopsychosocial assessment and trauma-informed formulation
• Provide specialist input into care planning and trauma responsive interventions.
• Coordinate cross sector care navigation and care coordination
• Offer trauma and dissociation informed therapeutic support for individuals with the most complex presentations
The Pathfinder will be delivered through a lead provider or consortium model, underpinned by a formal Alliance Agreement to ensure equity between partners and shared accountability for outcomes. While strategic workforce components will be delivered at a pan London level, direct intervention will be tailored and delivered locally.
Contract Length and value:
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
5 year initial term Value: £5,085,000
7 year total possible lifetime value: £7,119,000
The Invitation to Tender documents can be found on the Procurement Portal at the below link:
https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000X11orIAB&searchStr=&sortStr=Recently+Published&page=1&filters=&County=
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 Procurement Act 2023 does not apply to this award.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-031229
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
//
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Solace Women's Aid
03376716
9 Appold Street
London
EC2A 2AP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 7 119 000.00
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 Public Contracts Regulations 2015 do not apply to this award.
The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Monday 05 January 2026 (midnight). 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. Written representations should be sent to hub.psrrepresentation@nhs.net
Details of the individual/individuals making the decision include Regional Director of Commissioning and Director of Commissioning Finance NHS England - London Region.
A breakdown of the relative importance of the 5 key criteria are specified in the procurement documents.
High level overview:
Exclusion and Basic selection criteria (Procurement Specific Questionnaire - Pass/Fail)
Key Criteria (ITT Questionnaire - Pass/Fail and Scored (88.00%))
Key Criteria (Bidder Presentation and Interview Stage - Scored (12.00%))
Rationale for choosing the provider:
Following full evaluation of the tenders and the interview process, a single consolidated score was established. The preferred bidder is the bidder that achieved the highest combined score against the key criteria and thereby demonstrated that their tender is the Most Economically Advantageous Tender (MEAT). They have also achieved a 'Pass' score for the exclusion criteria and the basic selection criteria.
To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and Evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.
In addition, as part of the bid response all Bidders were required to submit conflict declarations in the Procurement Specific Questionnaire. No material conflicts were declared.
On the basis of the received declarations, The Authority and the NHS London Commercial Hub hosted by NHS North East London assured that the process has been conducted free of conflicts.
VI.4) Procedures for review
VI.4.1) Review body
NHS England
7 and 8 Wellington Place
Leeds
LS1 4AP
UK
VI.5) Date of dispatch of this notice
19/12/2025