NHS Cheshire & Merseyside ICB - Contract Award for Care Services
Summary
NHS Cheshire & Merseyside ICB has awarded a contract for care services for three individuals with learning disabilities, autism, and/or mental health conditions. The contract is for transferring care into the Nixon Street facility.
What changed
This notice details a contract award by NHS Cheshire & Merseyside Integrated Care Board (ICB) for specialized care services. The procurement identified a provider to deliver care and support for three individuals with learning disabilities, autism, and challenging behaviors, including those with mental health conditions, at the Nixon Street property. This facility is intended to offer self-contained accommodation with specialist adaptations and care.
This is a contract award notice, indicating the procurement process is complete. Regulated entities involved in healthcare provision, particularly those specializing in learning disability and autism support, should note this award. While no specific compliance actions are required for external parties based on this notice, it highlights ongoing service provision and procurement within the NHS for vulnerable individuals.
Source document (simplified)
Contract
Transferring Care for 3 individuals with a Learning Disability and/or are autistic who display behaviours that challenge, including those with a mental health condition into Nixon Street-NHS Cheshire & Merseyside ICB
- NHS Cheshire & Merseyside Integrated Care Board (ICB) F03: Contract award notice
Notice identifier: 2026/S 000-025947
Procurement identifier (OCID): ocds-h6vhtk-05a643 (view related notices)
Published 20 March 2026, 4:19pm
Watch this notice
Contents
one. Contracting authority Press escape key to exit two. Object four. Procedure five. Award of contract six. Complementary information
Download
Share this notice
- Copy link Print this notice Report concerns about this procurement ## Section one: Contracting authority
one.1) Name and addresses
NHS Cheshire & Merseyside Integrated Care Board (ICB)
No 1 Lakeside, 920 Centre Park
Warrington
WA1 1QY
stephen.evans@cheshireandmerseyside.nhs.uk
Country
United Kingdom
Region code
UKD61 - Warrington
NHS Organisation Data Service
QYG
Internet address(es)
Main address
https://www.cheshireandmerseyside.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
Transferring Care for 3 individuals with a Learning Disability and/or are autistic who display behaviours that challenge, including those with a mental health condition into Nixon Street-NHS Cheshire & Merseyside ICB
Reference number
WHISP 413
two.1.2) Main CPV code
Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Midlands and Lancashire Commissioning Support Unit is working as an agent on behalf of NHS Cheshire & Merseyside Integrated Care Board (ICB) who have undertaken a procurement for the provision of transferring care for 3 individuals with a learning disability and/or are autistic who display behaviours that challenge, including those with a mental health condition into Nixon Street for patients from Cheshire East Place.
This Procurement was to identify a provider to deliver care and support services for those individuals who have been identified for the Nixon Street property. Initially Nixon Street capital was secured for Cheshire East individuals with a Learning Disability and/or autistic people with behaviours that challenge due to Cheshire East having no suitable accommodation adapted for people with autism and challenging behaviours that offers self-contained accommodation, with specialist adaptations and care.
However, this facility will also be able to support individuals being discharged from Cheshire and Wirral Partnership NHS Foundation Trust, so could be used by Cheshire West and Wirral individuals to ensure the facility is fully occupied and therefore provides value for money.
There is also the opportunity to repatriate individuals back into area from Independent Sector facilities should there be capacity.
Whilst the facility will prioritise individuals from Cheshire East initially, priority will be given to individuals from the below places, in the order listed below:
a) Cheshire East
b) Cheshire West
c) Wirral
d) New patients being discharged from hospital or repatriating back to area.
Following this, the ICB would then look to prioritise individuals from other Places across the NHS Cheshire and Merseyside ICB Footprint.
Nixon Street is a substantial property located in Macclesfield, in close proximity to the town centre. It's location is near the main district general hospital (MDGH) and in short walking distance to the Learning Disability Community Team and Macclesfield Mental Health Services.
NHS England (NHSE) have previously provided substantial capital for the renovation of Nixon Street and are looking to handover to the landlord by the end of April 2026, therefore it's key that this service provision is in place to support the mobilisation of the property to support rehabilitation.
Please note, the construction timeline may change, which may have subsequent delays to the timescales.
The scheme has been developed specifically for 3 individuals with a Learning Disability and/or Autism who display behaviours that challenge, including those with a mental health condition from the Cheshire area. It has been historically very difficult to find suitable
placements for those individuals which can contribute to admissions and placement breakdowns. This procurement was to provide supportive ongoing clinical care to those individuals who have been discharged from Acute settings.
The ICB's focus was to provide homes for people in the community rather than relying on out of area housing pathways once the individual's rehabilitation and treatment has been completed.
The Transforming Care programme aims to improve the lives of children, young people and adults with a learning disability and/or autism who display behaviours that challenge, including those with a mental health condition.
The programme has three key aims:
• To improve quality of care for people with learning disability and/or autism
• To improve quality of life for people with a learning disability and/or autism
• To enhance community capacity, thereby reducing inappropriate hospital admissions and length of stay.
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: £5,859,703
two.2) Description
two.2.2) Additional CPV code(s)
Miscellaneous health services
Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKD62 - Cheshire East
Main site or place of performance
Macclesfield
two.2.4) Description of the procurement
This notice is an intention to award a contract notice, for a competitive process, in line with the requirements for Health Services and mixed procurements which fall under Regulation 3 and 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023.
This is a new service and the contract will be awarded to a new provider.
The contract was planned to start 27th April 2026, however, due to unforeseen delays in the procurement process, the contract start date will now be 1st June 2026.
The contract will be for 3 years with an option to extend for a further 2 years, until 31st May 2031.
The Invitation to Tender was live on Monday 15th December 2025 on the Atamis Portal.
The deadline for submissions was Tuesday 20th January 2026 12:00pm.
To express interest and participate in the Competitive Process, providers were instructed to register and apply via Atamis e-sourcing portal https://atamis-1928.my.site.com/s/Welcome
The Atamis contract reference was C405584 'Dec 25 - C&M Transferring Care for 3 individuals into Nixon Street'.
The overall maximum financial envelope for this tender was £6,119,704.00 (for 3 years with an option to extend for a further 2 years), based on 2:1 support for each individual in the first year.
This was the figure used to assess the bids financially.
There may be some fluctuations in the package requirements stepping down for one individual, as it's expected the support needed will reduce during the contract period.
Any bid whose overall cost was higher than the overall maximum financial envelope of £6,119,704.00 for the total 5-year contract (3 years with an option to extend for a further 2 years), was to be viewed as non-compliant and would take no further part in the procurement exercise.
In addition, any bid whose annual maximum financial values were higher than the maximum financial values for each year shown below, was also viewed as non-compliant and would take no further part in the procurement exercise.
This was done during the evaluation of the Pass / Fail criteria stage (please see procurement document Annex 7 Evaluation Model, section 3.10(b) for details).
The maximum annual financial values were as below:
Year 1 - £1,653,524.00
Year 2 - £1,116,545.00
Year 3 - £1,116,545.00
Year 4 - £1,116,545.00
Year 5 - £1,116,545.00.
There will need to be flexibility regarding the packages should there be a change in the clinical need for one or more of the package, these changes will be based on the individual's needs and matched to the level of staffing required to support these needs as contained in the Annex 13 Tiered Rates document provided with the tender documents.
The cost analysis was based on the lowest overall price submitted for the maximum financial value (under £6,119,704.00 for the total 5-year contract (3 years with an option to extend for a further 2 years). The 5 year total was to be evaluated.
If additional care is required, then this will be paid at the additional rates identified in Annex 13 Tiered Rates.
The approximate lifetime value of the contract that has been awarded is £5,859,703 for 5 years (3 years, with an option to extend for a further 2 years). This was below the maximum financial envelope of £6,119,704.
The questionnaires were located within the requirements.
Further details were made available via documentation and information released during the tender process.
The contract award criteria was specified in the procurement documents, including the agreed relative importance of key criteria (e.g., weighting, prioritisation) against which the bids were evaluated.
The ICB considers this service to be a mixed procurement, in line with Provider Selection Regime (PSR) Regulation 3, with the main benefits of the overall health service placing this key service under Provider Selection Regime for the arrangement of Healthcare services where:
the main subject matter of the contract is in-scope healthcare services;
and the relevant authority is of the view that the out of scope goods or services could not reasonably be supplied under a separate contract (that is, where procuring goods or services separately would likely prevent the relevant authority from meeting its duty to act in accordance with the procurement principles).
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 32
Quality criterion - Name: Integration, Collaboration, and Service Sustainability / Weighting: 17.50
Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 10.50
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Value / Weighting: 30
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: 2025/S 000-083047
Section five. Award of contract
Title
Transferring Care for 3 individuals with a Learning Disability and/or are autistic who display behaviours that challenge, including those with a mental health condition into Nixon Street
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 March 2026
five.2.2) Information about tenders
Number of tenders received: 20
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Home not Hospital Ltd
Office 27 Victoria Office And Conference Centre,
Victoria
PL26 8LG
Country
United Kingdom
NUTS code
- UKK - South West (England)
Companies House
13563422
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,119,704
Total value of the contract/lot: £5,859,703
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 or the Procurement Act 2023 do not apply to this award.
The standstill period begins on the day after the publication of this notice.
Representations by providers must be made to the relevant authority by 24:00 Wednesday 1st April 2026.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.'
Written representations should be sent to Stephen Evans, Head of Contracting (Cheshire, Warrington and Wirral), NHS Cheshire & Merseyside ICB
via stephen.evans@cheshireandmerseyside.nhs.uk.
The decision has been approved by the ICB Executive Team followed by the Finance, Investment and Contracting Committee (FICC) there were no declarations of interest made by members that would materially or adversely impact on matters requiring discussion and decision. The decision to award was made in line with the conflict of interest policy.
Bidders who submitted a bid over the maximum contract value, would not achieve the score of a pass.
Bids which achieved a pass in the Basic Selection stage, were to be assessed for the below scored questions, in the 5 Key Criteria Stage:
Quality & Innovation - 32.00%
Value - 30.00%
Integration, Collaboration, Service Sustainability - 17.50%
Improving Access, Reducing Health Inequalities, Facilitating Choice - 10.50%
Social Value - 10.00%
The highest weighted key criteria was considered by the ICB to be of higher importance with the most important being quality and innovation, followed by value.
Following the completed evaluation and moderation process, the Bidder having passed the pass / fail criteria and with the highest combined scores, has been named as the successful Bidder.
six.4) Procedures for review
six.4.1) Review body
NHS Cheshire & Merseyside ICB
No 1 Lakeside, 920 Centre Park,
Warrington
WA1 1QY
Country
United Kingdom
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade & Sanctions alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.