Contract

Southampton Mental Health Recovery Service

  • Southampton City Council

F03: Contract award notice

Notice identifier: 2025/S 000-042611

Procurement identifier (OCID): ocds-h6vhtk-056523

Published 24 July 2025, 10:11am



Section one: Contracting authority

one.1) Name and addresses

Southampton City Council

Civic Centre, Civic Centre Road

Southampton

SO147LY

Contact

Catherine Dadson

Email

Procurement@southampton.gov.uk

Telephone

+44 2380832145

Country

United Kingdom

Region code

UKJ32 - Southampton

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.southampton.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Southampton Mental Health Recovery Service

Reference number

SCC-065212

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Southampton City Council wishes to commission a (non-CQC registered) Mental Health Recovery Service as part of a developing approach to Mental Health Recovery housing pathways. This service will be joint funded by Southampton City Council, NHS Hampshire and Isle of Wight (NHS HIOW).

The purpose of the Service to be delivered is to support:

• Mental Health recovery and reablement

• Individuals to live well in the community and prepare them for greater independence

• Hospital step-down

• Crisis prevention

• Preventing hospital admissions

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,440,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton

two.2.4) Description of the procurement

This notice is an intention to award a contract under the most suitable provider process (NHS Provider Selection Health Care Services (Provider Selection Regime) Regulations 2023, Provision 10). The approximate lifetime value of the contract is £1,440,000 i.e. £480,000 per annum for 24 months, with the option to extend for a further 12 months. The contract replaces existing service delivery. The contract is to commence from 1st September 2025 and if all extension options are taken, will run until the end of 31st August 2028.

two.2.5) Award criteria

Quality criterion - Name: Most Suitable Provider Process with regard to the Key Criteria / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract 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 do not apply to this award.


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:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract 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 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 5th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Title

Southampton Mental Health Recovery Service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 July 2025

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Home Group

Newcastle Upon Tyne

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

IP22981R

The contractor is an SME

No

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

Total value of the contract/lot: £1,440,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract 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 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the end of 5th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Written representations should be sent to:

Procurement@southampton.gov.uk

There were no declared actual or potential conflicts of interest of individuals making the decision.

The Key Criteria are as stated below for this contract:

Criterion 1: Quality and Innovation

Criterion 2: Integration, collaboration, and service sustainability

Criterion 3: Improving access, reducing health inequalities and facilitating choice

Criterion 4: Value

Criterion 5: Social Value

The rationale for choosing the most suitable provider, Solent NHS Trust, was that it was also the only provider that met the Basic Selection Criteria and also met each of the Key Criteria.

six.4) Procedures for review

six.4.1) Review body

Procurement Review Body

London

Country

United Kingdom