- Scope of the procurement
- Lot 1: Tier 4 CYPMHS Adolescent Medium Secure Specialist CYP MSU
- Lot 2: Specialised Mental Health Services for Deaf People (Adults) (Non-Secure)
- Lot 3: CAMHS Deaf Service (Community)
- Lot 4: Mental Health Services for High Secure Services (Rampton)
- Lot 5: Specialised Mental Health Services for Deaf People – Adults (Secure)
- Lot 6: Acquired Brain Injury (ABI) service - Adults (Secure)
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)- Midlands
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: Tier 4 CYPMHS Adolescent Medium Secure Specialist Children's and Young person Mental Health Medium Secure Inpatient service (MSUs)
Lot 2: Specialised Mental Health Services for Deaf People (Adults) (Non-Secure)
Lot 3: Child and Adolescent Mental Health Services (CAMHS) - Deaf Service (Community)
Lot4: Mental Health Services for High Secure Services (Rampton)
Lot 5: Specialised Mental Health Services for Deaf People – Adults (Secure)
Lot 6: Acquired Brain Injury (ABI) service - Adults (Secure)
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: £948,326,694
two.2) Description
two.2.1) Title
Lot 1: Tier 4 CYPMHS Adolescent Medium Secure Specialist CYP MSU
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham And Solihull Mental Health NHS Foundation Trust
two.2.4) Description of the procurement
The contract is to deliver Tier 4 CYPMHS Adolescent Medium Secure Specialist Children's and Young person Mental Health Medium Secure Inpatient service (MSUs)
Secure forensic mental health services for young people include services provided by Specialist Secure Forensic Mental Health Service Centres for young people.
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 £26,045,445 (Annual value of £ 5,209,089.00).
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: Specialised Mental Health Services for Deaf People (Adults) (Non-Secure)
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham And Solihull Mental Health NHS Foundation Trust
two.2.4) Description of the procurement
The contract is to deliver Specialised Mental Health Services for Deaf People (Adults) (Non-Secure)
Specialist mental health services for Deaf adults includes inpatient and non -admitted care including assessment and treatment services for Deaf people provided by Specialist Centres. In addition, the service includes advice to general mental health services on the management and treatment of the Deaf person’s mental illness.
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 £15,987,705 (Annual value of £3,197,541.00).
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: CAMHS Deaf Service (Community)
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG36 - Dudley
Main site or place of performance
Black Country NHS Foundation Trust
two.2.4) Description of the procurement
The contract is to deliver Child and Adolescent Mental Health Services (CAMHS) - Deaf Service (Community)
The National Deaf Child and Adolescent Mental Health Services (MHSDCA) is a highly specialised mental health service to deaf children and young people (aged 0 to 18 years). The aim of the service is to improve their mental health by delivering highly specialised assessment and treatment packages in a safe environment; at home, community, clinic or inpatient setting.
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 £9,737,682.25 (Annual value of £1,947,536.45).
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 4: Mental Health Services for High Secure Services (Rampton)
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
Main site or place of performance
Nottinghamshire Healthcare NHS Foundation Trust
two.2.4) Description of the procurement
The contract is to deliver Mental Health Services for High Secure Services (Rampton).
High secure inpatient services for adults aged 18 years and over in England and Wales and the high secure service for women in Scotland and Northern Ireland. There will be exceptional circumstances where under 18’s will require admission to high secure services. High secure services are provided in hospitals whose physical security arrangements are equivalent to a Category B prison; they can
however, treat individuals who in a prison setting would be in a Category A environment.
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 £575,582,325.00 (Annual value of £115,116,465.00).
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 5: Specialised Mental Health Services for Deaf People – Adults (Secure)
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
St Andrew's Healthcare
two.2.4) Description of the procurement
The contract is to deliver Specialised Mental Health Services for Deaf People – Adults (Secure) - for severe or profoundly deaf and blind people aged 18 years and above.
The aim of the service is to provide expertise in the assessment, treatment and recovery of people who are deaf, likely to use British Sign language and have a forensic and mental health issue that require a secure inpatient admission.
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 £28,974,550.00 (Annual value of £5,794,910.00).
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 6: Acquired Brain Injury (ABI) service - Adults (Secure)
Lot No
6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
St Andrew's Healthcare
two.2.4) Description of the procurement
The contract is to deliver Acquired Brain Injury (ABI) service - Adults (Secure).
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)
Secure services also provide care and treatment for people who are
• culturally deaf (D) and audiologically deaf (deaf)
• have an acquired brain injury
2.1.3 Patients are liable to be detained under the Mental Health Act and their
risk of harm to others and risk of escape from hospital cannot be managed
safely within other mental health settings.
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 £21,048,505.00 (Annual value of £ 4,209,701.00).
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
Birmingham and Solihull, Mental Health Foundation Trust
Unit 1, 50 Summerhill Road
Birmingham
B1 3RB
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £36,463,623
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
Birmingham and Solihull, Mental Health Foundation Trust
Unit 2, 51 Summerhill Road,
Birmingham
B1 3RB
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £22,382,787
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
Black Country Healthcare Foundation NHS Trust
2nd Floor, 47-49 King Street
Dudley
DY2 8PS
Country
United Kingdom
NUTS code
- UKG36 - Dudley
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £13,632,755.15
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
Nottinghamshire Healthcare NHS Foundation Trust
The Resource, Duncan Macmillan House, Porchester Road
Nottingham
NG3 6AA
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £805,815,255
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
St Andrew's Healthcare
William Wake House, Billing Road
Northampton
NN1 5DG
Country
United Kingdom
NUTS code
- UKF24 - West Northamptonshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £29,467,907
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
St Andrew's Healthcare
William Wake House, Billing Road
Northampton
NN1 5DG
Country
United Kingdom
NUTS code
- UKF24 - West Northamptonshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,564,370
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