- Scope of the procurement
- Lot 1:Obsessive Compulsive Disorder and Body Dysmorphic Disorder-Adult Inpatient
- Lot 2: Obsessive Compulsive Disorder and Body Dysmorphic Disorder- Adult
- Lot 3: Child and Adolescent Mental Health Services Tier 4
- Lot 4:Tier 4 children and adolescent mental health services Low Secure (Bespoke
Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Jessica Gaucher-Thompson
jessica.gaucher-thompson@nhs.net
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
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
Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- East of England
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The contracts being awarded under this notice are for the retained Specialised Mental Health, Learning Disability, and Autism (MHLDA) services:
Lot 1: Obsessive Compulsive Disorder (OCD) and Body Dysmorphic Disorder (BDD) Adult Inpatient Services
Lot2: Obsessive Compulsive Disorder (OCD) and Body Dysmorphic Disorder (BDD) Adult Community Services
Lot 3: Child and Adolescent Mental Health Services Tier 4: General Adolescent Services including specialist eating disorder services (Under 13s)
Lot 4: Tier 4 children and adolescent mental health services (CAMHS) Low Secure Learning Disability and Autism (Bespoke Placement)
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £37,142,000
two.2) Description
two.2.1) Title
Lot 1:Obsessive Compulsive Disorder and Body Dysmorphic Disorder-Adult Inpatient
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Priory Healthcare Limited
two.2.4) Description of the procurement
The contract is to deliver Obsessive Compulsive Disorder (OCD) and Body Dysmorphic Disorder (BDD) Adult Inpatient Services.
The national Obsessive-Compulsive Disorder & Body Dysmorphic Disorder service (OCD/BDD) is commissioned to provide highly specialised assessment and treatment for patients experiencing severe OCD or BDD through out-patient, home-based, residential unit or in-patient services on behalf of NHS England for the population of England. The national OCD/BDD service delivers highly specialised interventions in conjunction with local mental health services and is available to people of all ages on the basis of need.
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 £5,000,000.00 (Annual value of £1,000,000.00).
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.
two.2.5) Award criteria
Cost criterion - Name: No realistic alternative provider / Weighting: 100
two.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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Obsessive Compulsive Disorder and Body Dysmorphic Disorder- Adult
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire Partnership University NHS Foundation Trust
two.2.4) Description of the procurement
The contract is to deliver Obsessive Compulsive Disorder (OCD) and Body Dysmorphic Disorder (BDD) Adult Community Services
The national Obsessive-Compulsive Disorder & Body Dysmorphic Disorder service (OCD/BDD) is commissioned to provide highly specialised assessment and treatment for patients experiencing severe OCD or BDD through out-patient, home-based, residential unit or in-patient services on behalf of NHS England for the population of England. The national OCD/BDD service delivers highly specialised interventions in conjunction with local mental health services and is available to people of all ages on the basis of need.
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 £23,156,700.00 (Annual value of £4,631,340.00).
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.
two.2.5) Award criteria
Cost criterion - Name: No realistic alternative provider / Weighting: 100
two.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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3: Child and Adolescent Mental Health Services Tier 4
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire And Peterborough NHS Foundation Trust
two.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)
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.
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 £13,000,000.00 (Annual value of £2,600,000.00).
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.
two.2.5) Award criteria
Cost criterion - Name: No realistic alternative provider / Weighting: 100
two.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 year
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4:Tier 4 children and adolescent mental health services Low Secure (Bespoke
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Partnership in Care
two.2.4) Description of the procurement
The contract is to deliver Tier 4 children and adolescent mental health services (CAMHS) Low Secure Learning Disability and Autism (Bespoke Placement)
Secure inpatient forensic mental health services for young people include services provided by Specialist Secure Forensic Mental Health Service Centres for young people to be delivered within a clearly defined geographical area at Regional/Sub-regional level with service configuration determined locally based on population needs and existing Tier 4 service provision.
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 £7,500,000.00 (Annual value of £1,500,000.00).
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.
two.2.5) Award criteria
Cost criterion - Name: No realistic alternative provider / Weighting: 100
two.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
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Award of a contract without prior publication of a call for competition in the cases listed below
• The services can be provided only by a particular economic operator for the following reason:
• absence of competition for technical reasons
Explanation:
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.
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.
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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
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
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Priory Healthcare Limited
Fifth Floor, 80 Hammersmith Road
London
W14 8UD
Country
United Kingdom
NUTS code
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,000,000
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
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hertfordshire Partnership University NHS Foundation Trust
The Colonnades, Beaconsfield Road, Hatfield
Hertfordshire
AL10 8YE
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £32,419,380
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
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cambridgeshire and Peterborough NHS Foundation Trust and University of Cambridge
Fulbourn Hospital, Fulbourn
Cambridge
CB21 5EF
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £18,200,000
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
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fifth Floor, 80 Hammersmith Road,
London
W14 8UD
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,500,000
Section six. Complementary information
six.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.
The decision makers for this process were the NHS England’s National Commissioning Group.
There were no conflicts of interests declared in reaching the decision to award.
six.4) Procedures for review
six.4.1) Review body
NHS Arden and Greater East Midlands Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
Country
United Kingdom