Contract

Specialised Commissioning Retained Mental Health, Learning Disability and Autism Services (MHLDA)- London

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-017718

Procurement identifier (OCID): ocds-h6vhtk-050973

Published 29 April 2025, 4:03pm



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

UK - United Kingdom

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)- London

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: Child and Adolescent Mental Health Services Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s) and HIV drugs.

Lot 2: Severe obsessive compulsive disorder and body dysmorphic disorder service (Adults and Adolescents)

Lot 3: Autism and Intellectual Disability Intensive Intervention Team (AID-IIT) for Under 13’s

Lot 4: Mental Health Services for Deaf Children and Adolescents

Lot 5: Mental Health Services for Deaf Adults

Lot 6: Severe obsessive-compulsive disorder and body dysmorphic disorder service (Adults and Adolescents)

Lot 7: Specialist services for severe personality disorder in adults

Lot 8: High Secure Mental Health Services (Adult)

Lot 9: Child and Adolescent Mental Health Services Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s)

Lot 10: Specialist services for severe personality disorder in adults – in London

Lot 11: Fixated Threat Assessment Centre

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: £994,697,844

two.2) Description

two.2.1) Title

Lot 1:Child and Adolescent Mental Health Services Tier 4:Under 13’s & HIV Drugs

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
Main site or place of performance

Central and North West London

two.2.4) Description of the procurement

The contract is to deliver Child and Adolescent Mental Health Services (CAMHS) Tier 4:General Adolescent Services including specialist eating disorder services (Under 13s) and HIV drugs.

The aim of the CAMHS service is to deliver family centred specialist inpatient, day patient and outpatient/outreach mental health care and treatment to children (and their families) who are suffering from severe and /or complex mental health conditions that cannot be adequately treated by community based 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 £109,544,160 (Annual value of £21,908,832).

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 10: Specialist services for severe personality disorder in adults

Lot No

10

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

Tavistock and Portman NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Specialist services for severe personality disorder in adults – in London

The Portman Clinic delivers a specialist forensic mental health outpatient service for service users of all ages (children, adolescents and adults) whose conditions lead them to have or fear having antisocial or deviant impulses and/or behaviour.

The Portman Clinic predominantly uses a psychodynamic approach which seeks to treat Service Users by tackling the causes of their condition, improving the symptoms (including their behaviour) in a sustainable manner, rather than just containing and restraining the Service Users. It also supports other services and professionals by providing consultative functions to mental health and social care professionals directly involved with the Service Users. The key aim is to help Service Users to reduce their need to act on their impulses (offend) by helping them understand their emotional states and thus giving them deep-seated psychic resources to find alternative, less destructive and harmful, ways of behaving towards themselves and others.

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 £7,239,900 (Annual value of £1,447,980.00).

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 11: Fixated Threat Assessment Centre

Lot No

11

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

North London NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Fixated Threat Assessment Centre.

FTAC is the first joint NHS/police unit in the United Kingdom. Its purpose is to assess and manage the risks from lone individuals who harass, stalk or threaten public figures. Many such people are suffering from serious mental illnesses and have fallen through the care net.

FTAC helps such people get the care they need and, by doing so, decreases any risk they might pose, not just to prominent people, but to the individuals’ families and to those around them.

FTAC is a unit within the Metropolitan Police Service (MPS). It has a national remit.

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 £5,281,155.00 (Annual value of £1,056,231.00).

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: Severe obsessive compulsive disorder and body dysmorphic disorder service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

South London and Maudsley NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Severe obsessive compulsive disorder and body dysmorphic disorder service (Adults and Adolescents)

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 aim of the service is to improve the mental health state of both adolescents and adults suffering with the most profound OCD/BDD at Level 6 of the NICE guidelines, who have failed all previous treatments (including home-based treatments), by delivering tailored enhanced treatment packages in a safe 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 £9,344,945.00 (Annual value of £1,868,989.00).

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: Autism and Intellectual Disability Intensive Intervention Team Under 13’s

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

South London and Maudsley NHS Foundation Trust

two.2.4) Description of the procurement

The contract is to deliver Autism and Intellectual Disability Intensive Intervention Team (AID-IIT)

AID-IIT is a Tier 4 national and specialist outpatient CAMHS team to support children under 13 years old with Intellectual Disability and Autism Spectrum Disorder from across London who are at risk of hospital admission. . The service works jointly with teams in a child’s local area for a short but intensive period. AID-IIT could support children with a timely and successful discharge from inpatient care or provide intensive community support (co-working with local CAMHS) to prevent inpatient admission in the first place.

They offer a range of activities depending on the needs of the child, their family and the local network’s needs. This includes:

• Complex multi-disciplinary assessment of the child’s needs leading to formulation and recommendations for their support
• Multi-disciplinary interventions and support to the child and their family. This will be adapted in the context of their diagnosis of Autism or intellectual disability
• Consultation, training and advice to other professionals
• Attendance at Care, Education and Treatment Reviews (CETRs), Care Programme Approach (CPA), as well as other network and care planning meetings

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 £2,500,000.00 (Annual value of £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

two.2) Description

two.2.1) Title

Lot 4: Mental Health Services 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
  • UKI34 - Wandsworth
Main site or place of performance

South West London And St George's Mental Health NHS Trust

two.2.4) Description of the procurement

The contract is to deliver Mental Health Services for Deaf Children and Adolescents

This service is commissioned to provide a highly specialised mental health to deaf children and young people (aged 0 to 18 years) and hearing children of Deaf adults, in both the community and in-patient setting, on behalf of the NHS England for the population of England. 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 27,323,280 (Annual value of £5,464,656.00).

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: Mental Health Services for Deaf Adults

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

South West London and St George's Mental Health NHS Trust

two.2.4) Description of the procurement

The contract is to deliver Mental Health Services for Deaf Adults

To provide a cost effective, quality of life and recovery focused, culturally sensitive, linguistically accessible mental health service to severe or profoundly deaf and deaf[1]blind people aged 18 years and above, who have a wide range of communication and language needs and who need a deaf environment. The service will effectively use resources to provide accurate diagnosis, and specialist 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 £19,814,740 (Annual value of £3,962,948.00).

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: Severe obsessive-compulsive disorder and body dysmorphic disorder service

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

South West London And St George's Mental Health NHS Trust

two.2.4) Description of the procurement

The contract is to deliver Severe obsessive-compulsive disorder and body dysmorphic disorder service (Adults and Adolescents)

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 aim of the service is to improve the mental health state of both adolescents and adults suffering with the most profound OCD/BDD at Level 6 of the NICE guidelines, who have failed all previous treatments (including home-based treatments), by delivering tailored enhanced treatment packages in a safe 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 £11,044,170.00 (Annual value of £2,208,834.00).
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 7: Specialist services for severe personality disorder in adults

Lot No

7

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI73 - Ealing
Main site or place of performance

West London NHS Trust

two.2.4) Description of the procurement

The contract is to deliver Specialist services for severe personality disorder in adults.

The Cassel Hospital offers treatment to adults with severe and complex personality disorders. Patients are treated at Cassel for a minimum of 9 months and a maximum of 33 months:
The 9-month inpatient treatment accepts referrals from the whole of the UK, whilst the outreach service offers up to 24 months of treatment for those within easy reach of London. The inpatient service operates to a therapeutic community model.
The treatment path is determined by the patient's individual circumstances and resources available locally. Progression from the inpatient to the outreach service is therefore not automatic. Patients will have a break in between these two phases of treatment (where applicable) to complete the ending and consolidate their learning. The service does not accept patients that are detained under the MH Act, all patients must have a home address and associated care team.

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 £10,195,320 (Annual value of £2,039,064.00).

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 8: High Secure Mental Health Services (Adult)

Lot No

8

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI73 - Ealing
Main site or place of performance

West London NHS Trust

two.2.4) Description of the procurement

The contract is to deliver High Secure Mental Health Services (Adult).

The Secretary of State for Health has a duty under Part One, Section 4 of the National Health Service Act 2006, to provide hospital accommodation and services for persons who: are liable to be detained under the Mental Health Act 1983 (c20) and in the opinion of the Secretary of State require treatment under conditions of high security on account of their dangerous, violent or criminal propensities. 1.3.3 Only NHS Trusts approved by the Secretary of State through a formal authorisation process can provide high secure services as detailed in Part One of the National Health Service Act 2006. Such approval must be for a specified period, may be subject to conditions and can be amended or revoked at any time. Broadmoor Hospital is currently commissioned to provide Male Mental Illness High Secure MH 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 £503,551,325.00 (Annual value of £100,710,265.00).

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 9:Child and Adolescent Mental Health Services Tier 4:Under 13’s

Lot No

9

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
Main site or place of performance

Great Ormond Street Hospital

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)

The aim of the service is to deliver family centred specialist inpatient, day patient and outpatient/outreach mental health care and treatment to children (and their families) who are suffering from severe and /or complex mental health conditions that cannot be adequately treated by community based 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 £ 4,659,465.00 (Annual value of £931,893.00).

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

Central and North West London NHS Foundation Trust

Trust Headquarters, 350 Euston Road Regent's Place,

London

NW1 3AX

Country

United Kingdom

NUTS code
  • UKI31 - Camden and City of London
The contractor is an SME

No

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

Total value of the contract/lot: £153,361,824


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

South London and Maudsley NHS Foundation Trust

Maudsley Hospital, Denmark Hill, Greater London

London

SE5 8AZ

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
The contractor is an SME

No

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

Total value of the contract/lot: £13,082,923


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

South London and Maudsley NHS Foundation Trust

Maudsley Hospital, Denmark Hill, Greater London, SE5 8AZ

London

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
The contractor is an SME

No

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

Total value of the contract/lot: £3,500,000


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

South West London and St George's Mental Health NHS Trust

15 Springfield Drive ,

London

SW17 0YF

Country

United Kingdom

NUTS code
  • UKI34 - Wandsworth
The contractor is an SME

No

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

Total value of the contract/lot: £38,252,592


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

South West London and St George's Mental Health NHS Trust

Trinity Building , Springfield University Hospital ,15 Springfield Drive

London

SW17 0YF

Country

United Kingdom

NUTS code
  • UKI34 - Wandsworth
The contractor is an SME

No

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

Total value of the contract/lot: £27,740,636


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

South West London and St George's Mental Health NHS Trust

Trinity Building, Springfield University Hospital ,15 Springfield Drive ,

London

SW17 0YF

Country

United Kingdom

NUTS code
  • UKI34 - Wandsworth
The contractor is an SME

No

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

Total value of the contract/lot: £15,461,838


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

West London NHS Trust

Trust Headquarters, 1 Armstrong Way,

Southall

UB2 4SD

Country

United Kingdom

NUTS code
  • UKI73 - Ealing
The contractor is an SME

No

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

Total value of the contract/lot: £14,273,448


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

West London NHS Trust

Trust Headquarters, 1 Armstrong Way,

Southall

UB2 4SD

Country

United Kingdom

NUTS code
  • UKI73 - Ealing
The contractor is an SME

No

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

Total value of the contract/lot: £704,971,855


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

Great Ormond Street Hospital

Great Ormond Street,

London

WC1N 3JH

Country

United Kingdom

NUTS code
  • UKI31 - Camden and City of London
The contractor is an SME

No

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

Total value of the contract/lot: £6,523,251


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

Tavistock and Portman NHS Trust

120 Belsize Lane,

London

NW3 5BA

Country

United Kingdom

NUTS code
  • UKI32 - Westminster
The contractor is an SME

No

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

Total value of the contract/lot: £10,135,860


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

North London NHS Foundation Trust

Trust Headquarters, 4th Floor, East Wing, St Pancras Hospital, 4 St Pancras Way

London

NW1 0PE

Country

United Kingdom

NUTS code
  • UKI32 - Westminster
The contractor is an SME

No

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

Total value of the contract/lot: £7,393,617


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/