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)- The North West

  • 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-050a12
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: Child and Adolescent Mental Health Services Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s)<br/><br/>Lot 2: Tier 4 Personality Disorder (Adult) <br/><br/>Lot 3: Children's and Young person Mental Health Medium Secure Inpatient service (MSUs) -(Gardner) <br/><br/>Lot 4: Specialised Mental Health Services for Deaf People (Adults) - (John Denmark Unit)<br/><br/>Lot 5: High Secure Mental Health Services (Adult)<br/><br/>Lot 6: Child and Adolescent Mental Health Services Tier 4: General Adolescent Services including specialist eating disorder services (Under 13s) -(Galaxy House)<br/><br/>Lot 7: Secure (adult) (medium and low) - Acquired Brain Injury

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)- The North West

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: Child and Adolescent Mental Health Services Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s)<br/><br/>Lot 2: Tier 4 Personality Disorder (Adult) <br/><br/>Lot 3: Children's and Young person Mental Health Medium Secure Inpatient service (MSUs) -(Gardner) <br/><br/>Lot 4: Specialised Mental Health Services for Deaf People (Adults) - (John Denmark Unit)<br/><br/>Lot 5: High Secure Mental Health Services (Adult)<br/><br/>Lot 6: Child and Adolescent Mental Health Services Tier 4: General Adolescent Services including specialist eating disorder services (Under 13s) -(Galaxy House)<br/><br/>Lot 7: Secure (adult) (medium and low) - Acquired Brain Injury

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 757 897 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: CAMHS Tier 4:General Adolescent Services including specialist eating diso

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD72

II.2.4) Description of the procurement

The contract is to deliver Child and Adolescent Mental Health Services Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s).<br/><br/>Child and Adolescent Mental Health(CAMH) Tier 4 Children’s Services deliver specialist in-patient and day-patient care to children who are suffering from severe and/or complex mental health conditions that cannot be adequately treated by community CAMH 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 £15,945,000 (Annual value of £3,189,000).<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 Personality Disorder (Adult)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The contract is to deliver Tier 4 Personality Disorder (Adult) services.<br/><br/>Secure services provide treatment for adults aged 18 years and over with mental disorders, these include mental illness (MI), personality disorder (PD) and neurodevelopmental disorders (NDD) including learning disabilities (LD) and autism (ASD). <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 £63,000,000 (Annual value of £12,600,000).<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: Children's and Young person Mental Health Medium Secure Inpatient service

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

The contract is to deliver Children's and Young person Mental Health Medium Secure (MSU)- Inpatient services.<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 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 £21,105,000 (Annual Value £4,221,000).<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: 4

II.2.1) Title

Lot 4: Specialised Mental Health Services for Deaf People (Adults)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD3

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 to be £11,695,000 (Annual Value £2,339,000).<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: 5

II.2.1) Title

Lot 5: High Secure Mental Health Services (Adult)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD7

II.2.4) Description of the procurement

The contract is to deliver High Secure Mental Health Services (Adult).<br/><br/>A specialist psychiatric hospital providing assessment, treatment, and care in conditions of high security for men aged 18 and above and its catchment area covers the Midlands, North Wales and the North West. Ashworth is one of only three high secure psychiatric hospitals in England and Wales, providing assessment and treatment for men with a serious mental illness or personality disorder who are detained under the Mental Health Act and are assessed as presenting a grave risk to others. <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 £377,665,000 (Annual value of £75,533,000). <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: 6

II.2.1) Title

Lot 6: Child and Adolescent Mental Health Services Tier 4: General Adolescent Se

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD33

II.2.4) Description of the procurement

The contract is to deliver Child and Adolescent Mental Health Services Tier 4: General Adolescent Services including specialist eating disorder services (Under 13s).<br/><br/>Child and Adolescent Mental Health (CAMH) Tier 4 Children’s Services deliver specialist in-patient and day-patient care to children who are suffering from severe and/or complex mental health conditions that cannot be adequately treated by community CAMH 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 The approximate total lifetime value of the initial contract period is estimated to be £6,860,000 (Annual value of £1,372,000). <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: 7

II.2.1) Title

Lot 7: Secure (adult) (medium and low) - Acquired Brain Injury

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

The contract is to deliver Child and Adolescent Mental Health Services Tier 4: General Adolescent Services including specialist eating disorder services (Under 13s).<br/><br/>The Forensic Brain Injury service at Guild Lodge has inpatient beds that are secure/forensic environments. The Forensic Brain Injury service supports referrals from the whole of England and offers integrated care for individuals who have identified secure care needs associated with a brain injury. This allows better matching of care with individual patient need in a specialist area where secure forensic brain injury provision is otherwise very limited. <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 The approximate total lifetime value of the initial contract period is estimated to be £45,085,000 (Annual value of £9,017,000). <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

Mersey Care NHS Foundation Trust

Prescot

UK

NUTS: UKD7

The contractor is an SME: No

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

Total value of the contract/lot: : 528 731 000.00  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

Alder Hey Children's NHS Foundation Trust

Liverpool

UK

NUTS: UKD72

The contractor is an SME: No

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

Total value of the contract/lot: : 22 323 000.00  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

Cygnet Health Care Limited

Kent

UK

NUTS: UKJ4

The contractor is an SME: No

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

Total value of the contract/lot: : 88 200 000.00  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

Greater Manchester Mental Health NHS Foundation Trust

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

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

Total value of the contract/lot: : 29 547 000.00  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

Greater Manchester Mental Health NHS Foundation Trust

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

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

Total value of the contract/lot: : 16 373 000.00  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

Manchester University NHS Foundation Trust

Manchester

UK

NUTS: UKD33

The contractor is an SME: No

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

Total value of the contract/lot: : 9 604 000.00  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

Lancashire and South Cumbria NHS Foundation Trust

Preston

UK

NUTS: UKD45

The contractor is an SME: No

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

Total value of the contract/lot: : 63 119 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

This is a Provider Selection Regime (PSR) 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

30/04/2025

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.