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

Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- North East & Yorkshire

  • First published: 08 May 2025
  • Last modified: 08 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
ocds-h6vhtk-050948
Published by:
NHS England
Authority ID:
AA20005
Publication date:
08 May 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contracts being awarded under this notice are for the retained Specialised Mental Health, Learning Disability, and Autism (MHLDA) services:<br/><br/>Lot 1: Specialised Mental Health Services for Deaf People (Adults)<br/><br/>Lot 2: Tier 4 children’s and Young People’s Mental Health Medium Secure In-patient service (MSUs)<br/><br/>Lot 3: Tier 4 CYPMHS Children’s Services (Under 13’s)<br/><br/>Lot 4: Mental health service for Deaf children and adolescents

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

UK

Contact person: Jessica Gaucher-Thompson

E-mail: jessica.gaucher-thompson@nhs.net

NUTS: UKE

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

Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- North East & Yorkshire

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The contracts being awarded under this notice are for the retained Specialised Mental Health, Learning Disability, and Autism (MHLDA) services:<br/><br/>Lot 1: Specialised Mental Health Services for Deaf People (Adults)<br/><br/>Lot 2: Tier 4 children’s and Young People’s Mental Health Medium Secure In-patient service (MSUs)<br/><br/>Lot 3: Tier 4 CYPMHS Children’s Services (Under 13’s)<br/><br/>Lot 4: Mental health service for Deaf children and adolescents

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 67 121 425.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Specialised Mental Health Services for Deaf People (Adults)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1


Main site or place of performance:

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

II.2.4) Description of the procurement

The contract is to deliver Specialised Mental Health Services for Deaf People (Adults)<br/><br/>The specialised service is provided to deaf service users who have significant mental health difficulties and have been unable to access culturally appropriate assessment and treatment services, or have not responded to treatments or require inpatient admission for assessment. The service will offer advice and support to care co-ordinators from the service users’ home area and may provide consultation and advice via teleconferencing facilities.<br/> <br/>The services provide expertise in the assessment, treatment and recovery of people who are deaf, likely to use British Sign language and have a serious mental health problem. Services may also specialise in the support of those people who are deaf and offend (Secure Services). The service can provide assessment, treatment, and <br/>care including long-term rehabilitation and short-term treatment.<br/><br/>The contract started 1st April 2025 and will run for an initial period of 5 years, with the Commissioner having the option to extend the Contract for up to a further 2 years. The approximate total lifetime value of the initial contract period is estimated to be £1,751,780 (Annual value of £350,356).<br/><br/>This contract has been awarded following a Direct Award Process A under The Health Care Services (Provider Selection Regime) Regulations 2023. Under these regulations, where there is an existing provider of the service, and the service can only be delivered by that provider, no other process can be used.

II.2.5) Award criteria

Cost criterion: No realistic alternative provider / Weighting: 100

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial 5 year contract period, there is an option to extend for up to an additional 2 years

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2: Tier 4 children’s and Young People’s Mental Health Medium Secure In-patie

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1


Main site or place of performance:

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

II.2.4) Description of the procurement

The contract is to deliver Tier 4 children’s and Young People’s Mental Health Medium Secure In-patient service (MSUs)<br/><br/>MSUs provide care and treatment within a highly prescribed set of physical, relational, and procedural security measures, to a variety of young people. The secure system for young people in England is <br/>complex and there is no 'high secure' environment for children and young people. This means the most complex and vulnerable children and young people will be supported within MSUs. The predominant need for care and treatment will relate to the young person’s assessed risk of harm to self and/or others because of their mental health need. <br/><br/>The contract started 1st April 2025 and will run for an initial period of 5 years, with the Commissioner having the option to extend the Contract for up to a further 2 years. The approximate total lifetime value of the initial contract period is estimated to be £23,156,700 (Annual value of £4,631,340).<br/><br/>This contract has been awarded following a Direct Award Process A under The Health Care Services (Provider Selection Regime) Regulations 2023. Under these regulations, where there is an existing provider of the service, and the service can only be delivered by that provider, no other process can be used.

II.2.5) Award criteria

Cost criterion: No realistic alternative provider / Weighting: 100

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial 5 year contract period, there is an option to extend for up to an additional 2 years

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Lot 3: Tier 4 CYPMHS Children’s Services (Under 13’s)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKE3


Main site or place of performance:

Sheffield Children’s NHS Foundation Trust

II.2.4) Description of the procurement

The contract is to deliver Tier 4 CYPMHS Children’s Services (Under 13’s).<br/><br/>Tier 4 CAMHS Children’s Units provide highly specialist care and treatment across an integrated care pathway. The community element of the pathway includes Tier 3 CAMHS services, which will be commissioned by ICBs and may also involve services commissioned and provided by local authority children’s services. <br/><br/>The contract started 1st April 2025 and will run for an initial period of 5 years, with the Commissioner having the option to extend the Contract for up to a further 2 years. The approximate total lifetime value of the initial contract period is estimated to be £12,223,470 (Annual value of £2,644,694).<br/><br/>This contract has been awarded following a Direct Award Process A under The Health Care Services (Provider Selection Regime) Regulations 2023. Under these regulations, where there is an existing provider of the service, and the service can only be delivered by that provider, no other process can be used.

II.2.5) Award criteria

Cost criterion: No realistic alternative provider / Weighting: 100

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial 5 year contractperiod, there is an option to extend forup to an additional 2 years

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Lot 4: Mental health service for Deaf children and adolescents

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKE4


Main site or place of performance:

Leeds and York Partnership NHS Foundation Trust

II.2.4) Description of the procurement

The contract is to deliver Mental health service for Deaf children and adolescents.<br/><br/>The national service provides evidence-based treatment for young people either at home, in the community or in an inpatient unit and ensures that there is an effective, safe, and timely discharge to local services, giving specialist professional advice to referrers and other agencies where needed.<br/><br/>The contract started 1st April 2025 and will run for an initial period of 5 years, with the Commissioner having the option to extend the Contract for up to a further 2 years. The approximate total lifetime value of the initial contract period is estimated to be £9,811,925 (Annual value of £1,962,385).<br/><br/>This contract has been awarded following a Direct Award Process A under The Health Care Services (Provider Selection Regime) Regulations 2023. Under these regulations, where there is an existing provider of the service, and the service can only be delivered by that provider, no other process can be used.

II.2.5) Award criteria

Cost criterion: No realistic alternative provider / Weighting: 100

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial 5 year contract period, there is an option to extend for up to an additional 2 years

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

Award of a contract without prior publication of a call for competition in the cases listed below<br/>• The services can be provided only by a particular economic operator for the following reason:<br/>• absence of competition for technical reasons<br/><br/>Explanation:<br/>The contracts being awarded under this notice are for the retained Specialised Mental Health, Learning Disability, and Autism (MHLDA) services, which are provided on a multi-regional footprint and form an essential part of the wider MHLDA care pathway. These contracts have been held by NHS England during 2024/25 and will be awarded on the same basis.<br/>These contracts include multiple interdependent services, reflecting the nature of specialised care. It is therefore understood that there is no alternative provision for these contracts due to the specialised nature of the services and the essential role they play within the wider MHLDA care system.<br/><br/>This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under The Health Care Services (Provider Selection Regime) Regulations 2023, using Direct Award Process A. Under these regulations, where there is an existing provider of the service, and the service can only be delivered by that provider, no other process can be used.

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

The procurement is covered by the Government Procurement Agreement: Yes

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

01/04/2025

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

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

St Nicholas Hospital, Jubilee Road, Gosforth

Newcastle Upon Tyne

NE3 3XT

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: : 2 452 492.00  GBP

V.2.5) Information about subcontracting

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

01/04/2025

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

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

St Nicholas Hospital, Jubilee Road, Gosforth

Newcastle Upon Tyne

NE3 3XT

UK

NUTS: UKD1

The contractor is an SME: No

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

Total value of the contract/lot: : 32 419 380.00  GBP

V.2.5) Information about subcontracting

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

01/04/2025

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

Sheffield Children's NHS Foundation Trust

Western Bank, Sheffield, South Yorkshire

Sheffield

S10 2TH

UK

NUTS: UKE3

The contractor is an SME: No

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

Total value of the contract/lot: : 18 512 858.00  GBP

V.2.5) Information about subcontracting

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

01/04/2025

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

Leeds and York Partnership NHS Foundation Trust

St Mary’s House, St Marys Rd,

Leeds

LS7 3JX

UK

NUTS: UKE4

The contractor is an SME: No

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

Total value of the contract/lot: : 13 736 695.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. <br/><br/>The decision makers for this process were the NHS England’s National Commissioning Group.<br/><br/>There were no conflicts of interests declared in reaching the decision to award.

VI.4) Procedures for review

VI.4.1) Review body

NHS Arden and Greater East Midlands Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

UK

Internet address(es)

URL: https://www.ardengemcsu.nhs.uk/

VI.5) Date of dispatch of this notice

29/04/2025

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:
jessica.gaucher-thompson@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.