Contract

Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- East of England

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-017622

Procurement identifier (OCID): ocds-h6vhtk-050934

Published 29 April 2025, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Jessica Gaucher-Thompson

Email

jessica.gaucher-thompson@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.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

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

Internet address

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