Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
CHESHIRE AND WIRRAL PARTNERSHIP NHS FOUNDATION TRUST
RXA
Countess of Chester Health Park, Liverpool Road
Chester
CH2 1BQ
UK
E-mail: cwp.levelup-lpc@nhs.net
NUTS: UKD63
Internet address(es)
Main address: https://www.levelupcm.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
Cheshire and Merseyside Tier 4 Child and Adolescent Mental Health Services sub-contract between Cheshire and Wirral Partnership NHS Foundation Trust and Cygnet Health Care Limited
Reference number: 2627/RXA/NMJ/C001
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Specialised Tier 4 Child and Adolescent Psychiatric Intensive Care Unit service inpatient beds (170023/S - Tier 4 CAMHs Psychiatric Intensive Care Unit (PICU)) and Low Secure Inpatient Service inpatient beds (170024/S - Tier 4 CAMHs Low Secure Inpatient Service (LSU)) without NG tube feeding, for Cheshire and Merseyside young people (13+).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
700 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Cygnet Health Care Limited are the existing main Provider of Tier 4 Child and Adolescent Psychiatric intensive care unit services (PICU) and they also provide Low secure inpatient unit services (LSU) without NG tube feeding for young people (13+) in Cheshire and Merseyside.
They are CQC registered and meet the requirements of the NHS England Specialised Tier 4 Child and Adolescent Psychiatric Intensive Care Unit service (170023/S - Tier 4 CAMHs Psychiatric Intensive Care Unit (PICU)) and Low Secure Inpatient (170024/S - Tier 4 CAMHs Low Secure Inpatient Service Unit (LSU)) service specifications.
The PICU provides a specialist secure ward delivering short-term intensive care for those young people who are suffering with mental illness. This cohort of young people require a higher staffing ratio and less patient population to receive intensive support to aid their recovery. The low secure inpatient unit services (LSU) without NG tube feeding provides a specialist secure ward providing a longer term pathway within the inpatient setting. The service provides stability and aids recovery through therapeutic, medical and social interventions. This setting is able to manage our higher risk cohort of young people who outstrip what can be offered within a GAU.
The contract has not yet formally been awarded; this notice serves as an intention to award a contract to an existing provider following the PSR direct award process C.
Approximate Lifetime Value of the Contract: £700,000 which is indicative, as all admissions are on a cost per case basis, including any exceptional packages of care.
The Service is intended to be provided from 1st April 2026 to 31st March 2027.
II.2.5) Award criteria
Quality criterion: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
Cost criterion: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 0
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 10 April 2026 to cwp.levelup-lpc@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
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
26/03/2026
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cygnet Health Care Limited
NMJ
Nepicar House London Road, Wrotham Heath, Sevenoaks
Kent
TN15 7RS
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:
: 700 000.00
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made by decision makes by 10 April 2026 to cwp.leveup-lpc@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Awarded in line with internal governance processes. There are no known conflicts of interest or potential conflicts.
The existing provider was assessed against the basic selection criteria and key criteria as detailed below. It was assessed that the provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.
Due to the nature of the services, quality and innovation and integration, collaboration and service sustainability were deemed the most important factors to support patient care.
Key criteria:
Quality and innovation 30%
Integration, collaboration and service sustainability 25%
Improving access, reducing health inequalities and facilitating choice 20%
Value 15%
Social Value 10%
The contract will not guarantee any volume of activity or payment to the provider as it is awarded on a zero value, zero volume basis and activity levels may differ during the period of service provision due to factors beyond the commissioner's control. Payment will be based on the actual activity delivered, paid at the agreed rates.
VI.4) Procedures for review
VI.4.1) Review body
Cheshire and Wirral Partnership NHS Foundation Trust
Redesmere, Countess of Chester Health Park, Liverpool Road
Chester
CH2 1BQ
UK
VI.5) Date of dispatch of this notice
27/03/2026