Contract

Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- North East & Yorkshire

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-017654

Procurement identifier (OCID): ocds-h6vhtk-050948

Published 29 April 2025, 2:40pm



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)- North East & Yorkshire

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: Specialised Mental Health Services for Deaf People (Adults)

Lot 2: Tier 4 children’s and Young People’s Mental Health Medium Secure In-patient service (MSUs)

Lot 3: Tier 4 CYPMHS Children’s Services (Under 13’s)

Lot 4: Mental health service for Deaf children and adolescents

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: £67,121,425

two.2) Description

two.2.1) Title

Lot 1: Specialised Mental Health Services for Deaf People (Adults)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Specialised Mental Health Services for Deaf People (Adults)

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.

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
care including long-term rehabilitation and short-term treatment.

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 £1,751,780 (Annual value of £350,356).

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: Tier 4 children’s and Young People’s Mental Health Medium Secure In-patie

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Tier 4 children’s and Young People’s Mental Health Medium Secure In-patient service (MSUs)

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.

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 (Annual value of £4,631,340).

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: Tier 4 CYPMHS Children’s Services (Under 13’s)

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire
Main site or place of performance

Sheffield Children’s NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Tier 4 CYPMHS Children’s Services (Under 13’s).

Tier 4 CAMHS Children’s Units provide highly specialist care and treatment across an integrated care pathway. The community element of the pathway includes Tier 3 CAMHS services, which will be commissioned by ICBs and may also involve services commissioned and provided by local authority children’s 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 £12,223,470 (Annual value of £2,644,694).

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 contractperiod, there is an option to extend forup 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 service for Deaf children and adolescents

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
Main site or place of performance

Leeds and York Partnership NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Mental health service for Deaf children and adolescents.

The national service provides evidence-based treatment for young people either at home, in the community or in an inpatient unit and ensures that there is an effective, safe, and timely discharge to local services, giving specialist professional advice to referrers and other agencies where needed.

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 £9,811,925 (Annual value of £1,962,385).

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

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

St Nicholas Hospital, Jubilee Road, Gosforth

Newcastle Upon Tyne

NE3 3XT

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

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

Total value of the contract/lot: £2,452,492


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

Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust

St Nicholas Hospital, Jubilee Road, Gosforth

Newcastle Upon Tyne

NE3 3XT

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
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

Sheffield Children's NHS Foundation Trust

Western Bank, Sheffield, South Yorkshire

Sheffield

S10 2TH

Country

United Kingdom

NUTS code
  • UKE3 - South Yorkshire
The contractor is an SME

No

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

Total value of the contract/lot: £18,512,858


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

Leeds and York Partnership NHS Foundation Trust

St Mary’s House, St Marys Rd,

Leeds

LS7 3JX

Country

United Kingdom

NUTS code
  • UKE4 - West Yorkshire
The contractor is an SME

No

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

Total value of the contract/lot: £13,736,695


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/