Contract

PROC.90.005 Recovery House Including Staffing

  • Birmingham & Solihull Mental Health Foundation Trust

F03: Contract award notice

Notice identifier: 2025/S 000-010438

Procurement identifier (OCID): ocds-h6vhtk-04b084 (view related notices)

Published 20 March 2025, 3:02pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham & Solihull Mental Health Foundation Trust

Unit 1, B1 50 Summer Hill Road

Birmingham

B1 3RB

Contact

Armelle Wollo

Email

armelle.wollo@uhb.nhs.uk

Telephone

+44 1213716817

Country

United Kingdom

Region code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.bsmhft.nhs.uk

Buyer's address

https://www.bsmhft.nhs.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PROC.90.005 Recovery House Including Staffing

Reference number

C307660

two.1.2) Main CPV code

  • 85121271 - Home for the psychologically disturbed services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a 24 hours, 7 day a week Recovery House Facility including staffing.

This service relates to the provision of short stay environments for individuals experiencing acute mental health crisis, aged 18+.

Birmingham and Solihull Mental Health NHS Foundation Trust (BSMHFT) and Birmingham Women’s and Children’s NHS Foundation Trust Forward Thinking Birmingham are agreeing a multi-agency collaborative to provide short stay environments for individuals experiencing an acute mental health crisis, aged 18+.

Such a facility would provide a viable recovery-based resource for those who may be escalating toward a psychiatric inpatient admission and for those who may be considered for a step-down provision from an acute inpatient bed. It is intended to support those who would benefit from brief biopsychosocial interventions during short term crisis. The crisis would be viewed as “the moment when the typical activities of the service user’s day break down”.
Commissioners are seeking an organisation that can provide accommodation and a shared staffing model.
The Recovery House will be a 24 hours service and needs to be accessible 7 days a week.
The facility must provide a safe environment and support in which service users will receive immediate assistance in identifying the nature of the crisis and how this may be addressed.
This will be achieved by using a model of co-production, solution focused and other brief interventions. The expected duration of a service users stay will be a maximum of 7 nights.

There is substantial evidence that demonstrates Recovery houses support inpatient bed capacity, reduce bed days and improve flow. The Recovery house will be able to feed into this pathway for both service providers, for short term crisis admissions.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

Birmingham and Solihull Mental Health NHS Foundation Trust and Birmingham Women and Children’s NHS Foundation Trust Forward Thinking are agreeing a multi-agency collaborative to provide a 24 hours, 7 day a week short stay Recovery House Facility including staffing for individuals experiencing an acute mental health crisis, aged 18+.

To ensure compliance with the Trust Standing Financial Instructions and Public Procurement Regulations, the service has been competitively tendered using the Open Procedure via the Trust’s e-tendering portal.
This notice is an intention to award a contract under the competitive process under the Provider selection regime to Birmingham Mind which is a new provider for this service.


The contract is planned to commence from July 2025 for Three (3) years (plus extension options for up to Two (2) more years).


The anticipated lifetime value of the contract is £5,000,000 over 3 years with the option to extend for up to 2 more years

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-034310


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

Birmingham Mind

17 Graham Street

Birmingham

B1 3JR

Telephone

+44 7801130524

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
National registration number

02024372

Internet address

http://birminghammind.org

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £5,000,000

Lowest offer: £5,000,000 / Highest offer: £5,000,000 taken into consideration


Section six. Complementary information

six.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 date after the publication of this notice. Representations by providers must be made to the relevant authority by 1st April 2025 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.

Any representation should be sent via email to Amelia.Keavney@uhb.nhs.uk

The award decision-makers:
Matthew Williams - Head of Nursing Urgent Care
Jessica Asson – Service Manager
Kevin Heffernan - Interim Director of Urgent Care Transformation BSOL
Andrew Carter- Contract Manager
Mark Godwin – Finance Manager
Annie Cheatham – General Manager FTB
Louise Lorne – Patients Flow Lead

No conflicts of interests have been identified in respect of this award.

The relative importance of the key criteria used for this award are reflected in the evaluation weighting below.

Key criteria weightings:

Criterion 1: Quality and innovation 25%
Criterion 2: Value 25%
Criterion 3: Integration, collaboration, and service sustainability 25%
Criterion 4: Improving access, reducing health inequalities, and facilitating choice 15%
Criterion 5: Social value and sustainability 10%
TOTAL 100%

The relative importance of the key criteria used for this award are reflected in the evaluation weightings of above.

The proposed provider achieved the highest score in the evaluation against the key criteria.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk