Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Sackville House, Brooks Close
Lewes, East Sussex
BN7 2FZ
Contact
Sarah Rix
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/nhs-sussex/
Buyer's address
https://atamis-1928.my.site.com/s/Welcome
one.1) Name and addresses
Brighton and Hove City Council (Lot a)
Bartholomew House, Bartholomew Square
Brighton
BN1 1JE
Contact
Sarah Rix
Country
United Kingdom
Region code
UKJ21 - Brighton and Hove
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://atamis-1928.my.site.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
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
NHS Sussex ICB - Mental Health Support Services - Brighton and Hove / West Sussex
Reference number
C316974
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Mental Health Support Services - Brighton and Hove / West Sussex.
Lot a) Brighton and Hove
Lot b) West Sussex.
Intention to Award
This is a Provider Selection Regime (PSR) Intention to Award Notice, which follows the conclusion of a Competitive Process, subject to the Health Care Services (Provider Selection Regime) Regulations 2023. The aim of which is to appoint providers to deliver Mental Health Support Services for both Lot a) Brighton and Hove and Lot b) West Sussex on behalf of the Commissioners:
NHS Sussex Integrated Care Board (ICB) and Brighton and Hove City Council (in relation to Lot a).
Services are due to commence on 1st October 2025 for a period of 5 years with an optional extension period of up to a further 24 months (5+2).
The total value of these contracts (including extension periods) is £48,741,637.00 in total across both lots.
The award of these contracts is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or the Procurement Act 2023 do not apply to this award.
The publication of this notice marks the commencement of the standstill period. Any representations in relation to this notice must be made to decisions makers by midnight on 9th June 2025 via the Atamis e-tendering portal: https://atamis-1928.my.site.com/s/Welcome, project reference C316974.
These contracts (one in relation to Lot a and one in relation to Lot b) have not yet formally been awarded; this notice serves as an Intention to Award Notice under PSR 2023, to inform the market of the intention to award a contract, as a result of a Competitive Process.
The successful bidders achieved the highest compliant bid score in relation to the set criteria.
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: £48,741,637
two.2) Description
two.2.1) Title
Brighton and Hove
Lot No
a)
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
Main site or place of performance
Brighton and Hove
two.2.4) Description of the procurement
Mental Health Support Services - Brighton and Hove / West Sussex
Lot a) Brighton and Hove
Lot b) West Sussex.
Intention to Award
This is a Provider Selection Regime (PSR) Intention to Award Notice, which follows the conclusion of a Competitive Process, subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
The aim of which is to appoint providers to deliver Mental Health Support Services for both Lot a) Brighton and Hove and Lot b) West Sussex on behalf of the Commissioners: NHS Sussex Integrated Care Board (ICB) and Brighton and Hove City Council (in relation to Lot a).
Services are due to commence on 1st October 2025 for a period of 5 years with an optional extension period of up to a further 24 months (5+2).
The total value of these contracts (including extension periods) is £48,741,637.00 in total across both lots.
Mental Health Support Services are existing services that have been redesigned from 1st October 2025 to transform delivery, in a way that maximises the outcomes secured for the investment and drives integrated delivery across pathways of care.
The successful bidders for Lot a) Brighton and Hove and Lot b) West Sussex are existing providers, Lot a) as an existing lead provider and Lot b) as an individual contract holder for aspects of the existing services, in this new contract they will fulfil the role of lead provider across all Lot b) services.
The award of these contracts is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or the Procurement Act 2023 do not apply to this award.
The publication of this notice marks the commencement of the standstill period. Any representations in relation to this notice must be made to decisions makers by midnight on 9th June 2025 via the Atamis e-tendering portal: https://atamis-1928.my.site.com/s/Welcome, project reference C316974.
These contracts (one in relation to Lot a and one in relation to Lot b) have not yet formally been awarded; this notice serves as an Intention to Award Notice under PSR 2023, to inform the market of the intention to award a contract, as a result of a Competitive Process.
The aim of the Mental Health Support Services (MHSS) is to improve the mental health and wellbeing of the adult population in Brighton and Hove and West Sussex.
Mental Health Support Services will provide support to promote well-being, prevent mental ill health by intervening early and offer opportunities to pursue meaningful activities and avoid social isolation. They will also complement other services, provided by the NHS and local authorities, General Practice (GP) and Voluntary & Community Sector Enterprise (VCSE) to deliver holistic care as part of a pathway approach. MHSS have a key role in supporting delivery of national targets for mental health including reducing reliance on acute and crisis pathways and expanding access to community-based support. MHSS includes four key areas:
• Community Development, prevention and promotion
• Advice Information and Guidance
• Getting Support
• Provider responsibilities (governance, data reporting, system
leadership, lived experience advisory group).
Commissioners (NHS Sussex and Brighton and Hove City Council) along with partners in West Sussex County Council will work collaboratively with the successful bidders to develop locally defined outcomes and Key Performance Indicators (KPIs) to ensure they are achievable and in line with the proposed service model. The service will contribute to national outcomes and KPIs for the following:
• Increasing access to community mental health services
• Improving physical health care for people with severe mental illness (SMI)
• Individual Placement and Support (IPS)
The KPIs will be monitored regularly and reviewed annually, to ensure the thresholds for the satisfactory standards of service provision have been set correctly.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 85%
Cost criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 15%
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
West Sussex
Lot No
b)
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKJ27 - West Sussex (South West)
- UKJ28 - West Sussex (North East)
Main site or place of performance
West Sussex
two.2.4) Description of the procurement
Mental Health Support Services - Brighton and Hove / West Sussex
Lot a) Brighton and Hove
Lot b) West Sussex.
Intention to Award
This is a Provider Selection Regime (PSR) Intention to Award Notice, which follows the conclusion of a Competitive Process, subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
The aim of which is to appoint providers to deliver Mental Health Support Services for both Lot a) Brighton and Hove and Lot b) West Sussex on behalf of the Commissioners: NHS Sussex Integrated Care Board (ICB) and Brighton and Hove City Council (in relation to Lot a).
Services are due to commence on 1st October 2025 for a period of 5 years with an optional extension period of up to a further 24 months (5+2).
The total value of these contracts (including extension periods) is £48,741,637.00 in total across both lots.
Mental Health Support Services are existing services that have been redesigned from 1st October 2025 to transform delivery, in a way that maximises the outcomes secured for the investment and drives integrated delivery across pathways of care.
The successful bidders for Lot a) Brighton and Hove and Lot b) West Sussex are existing providers, Lot a) as an existing lead provider and Lot b) as an individual contract holder for aspects of the existing services, in this new contract they will fulfil the role of lead provider across all Lot b) services.
The award of these contracts is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or the Procurement Act 2023 do not apply to this award.
The publication of this notice marks the commencement of the standstill period. Any representations in relation to this notice must be made to decisions makers by midnight on 9th June 2025 via the Atamis e-tendering portal: https://atamis-1928.my.site.com/s/Welcome, project reference C316974.
These contracts (one in relation to Lot a and one in relation to Lot b) have not yet formally been awarded; this notice serves as an Intention to Award Notice under PSR 2023, to inform the market of the intention to award a contract, as a result of a Competitive Process.
The aim of the Mental Health Support Services (MHSS) is to improve the mental health and wellbeing of the adult population in Brighton and Hove and West Sussex.
Mental Health Support Services will provide support to promote well-being, prevent mental ill health by intervening early and offer opportunities to pursue meaningful activities and avoid social isolation. They will also complement other services, provided by the NHS and local authorities, General Practice (GP) and Voluntary & Community Sector Enterprise (VCSE) to deliver holistic care as part of a pathway approach. MHSS have a key role in supporting delivery of national targets for mental health including reducing reliance on acute and crisis pathways and expanding access to community-based support. MHSS includes four key areas:
• Community Development, prevention and promotion
• Advice Information and Guidance
• Getting Support
• Provider responsibilities (governance, data reporting, system
leadership, lived experience advisory group).
Commissioners (NHS Sussex and Brighton and Hove City Council) along with partners in West Sussex County Council will work collaboratively with the successful bidders to develop locally defined outcomes and Key Performance Indicators (KPIs) to ensure they are achievable and in line with the proposed service model. The service will contribute to national outcomes and KPIs for the following:
• Increasing access to community mental health services
• Improving physical health care for people with severe mental illness (SMI)
• Individual Placement and Support (IPS)
The KPIs will be monitored regularly and reviewed annually, to ensure the thresholds for the satisfactory standards of service provision have been set correctly.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 85%
Cost criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 15%
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036937
Section five. Award of contract
Lot No
a)
Title
Brighton and Hove - Mental Health Support Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Southdown Housing Association
2 Bell Lane
Lewes, East Sussex
BN7 1JU
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
IP20755R
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £13,480,502
Section five. Award of contract
Lot No
b)
Title
West Sussex - Mental Health Support Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 2025
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BHT Sussex
144 London Road
Brighton
BN1 4PH
Country
United Kingdom
NUTS code
- UKJ21 - Brighton and Hove
Companies House
1618610
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £35,261,135
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The award of these contracts is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or the Procurement Act 2023 do not apply to this award.
The standstill period begins on the day after the publication of this notice. Any representations by providers must be made to the relevant authority by midnight on 9th June 2025 via the Atamis e-tendering portal: https://atamis-1928.my.site.com/s/Welcome, project reference C316974.
These contracts have not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The NHS SCW procurement team supported Commissioners in the management of conflicts of interest throughout the process. In line with national guidance Managing conflicts of interest: revised statutory guidance for CCGs 2017) conflicts of interest were given a high priority within the procurement, with 'conflicts of interest' a standing item at Project Team, Steering Group and Moderation meetings.
Project members were required to complete Conflict of Interest and Confidentiality Undertaking forms prior to receiving any sensitive documentation or being involved in any discussions in relation to the procurement. There were no material declarations of conflict as part of this process at the outset. Prior to commencement of the ITT Evaluation stage, a new declaration was made by a Lived Experience Advisory Group member, who had been proposed as a member of the Evaluation Team for two ITT questions. In the judgement of the Lead Commissioner and the Procurement Lead, the LEAG member's newly declared conflict could not be mitigated. The individual was therefore deselected from the evaluation panel prior to commencement of the evaluation process and all access rights to information and systems revoked, before they had been accessed by the individual.
All conflicts were appropriately managed within the project, and there are no latent risks associated with the aforementioned conflict/s.
The award decision makers are NHS Sussex Integrated Care Board (ICB) and Brighton and Hove City Council (BHCC).
The service evaluation was assessed against the 5 key criteria:
The key criteria were weighted as follows: Quality and innovation (25%), Value (15%), Integration, Collaboration and Service Sustainability (20%), Improving Access, Reducing Health Inequalities, and Facilitating Choice (25%); Social Value (15%).
The reason for the decision makers' intention to award to the successful bidders named, is that they achieved the highest compliant bid score in relation to the set criteria.
The procurement process has been conducted robustly in accordance with best practice and the principles of transparency, proportionality and fairness.
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board (ICB)
Sackville House, Brooks Close
Lewes, East Sussex
BN7 2FZ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom