Notice Information
Notice Title
NHS England South East Specialised Commissioning Provision of Placenta Accreta Spectrum (PAS) Service in the South East Region
Notice Description
This notice is placed to set out NHS England South East's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. The 3 lots cover the areas incorporating the relevant Integrated Care Board (ICB) boundaries within the South East as follows: * Lot 1: Kent Surrey Sussex (KSS) * Lot 2: Wessex (W) Hampshire and Isle of Wight, Dorset and Salisbury * Lot 3: Thames Valley (TV) Buckinghamshire, Oxfordshire and Berkshire, Frimley and Milton Keynes It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The aims of the service are to: To accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses. To maximise safety for the mother by providing high quality specialist multidisciplinary care for the delivery of women at high risk of AIP. This involves: * Preventing avoidable deaths in a population at very high risk of mortality * Minimising ITU admission and length of stay in ITU * Reducing blood product administration * Reducing the risk of severe maternal morbidity such as cardiac arrest, fistula formation and lower urinary tract trauma * Reducing risk of unnecessary surgical procedures including vertical abdominal incision and hysterectomy * Reducing the risk of iatrogenic injury to women from false positive diagnoses * To improve safety for the baby by minimising iatrogenic premature delivery * To ensure that the quality of the care provided is nationally monitored and subject to a process of continued improvement (though a national dashboard). * To participate in national data collection to improve understanding The approximate expected annual allocation of funding by lot, based on expected patient flow of incidence of complex PAS: * Lot 1: KSS - PS665,266 * Lot 2: W- PS443,510 * Lot 3: TV - PS624,946 * South East Total - PS1,733,722 The approximate expected annual allocation of funding for the South East region will be PS1,733,722, with a total approximate maximum contract value of PS12,136,054. The contracts will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner
Lot Information
Kent, Surrey and Sussex
NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. * Lot 1 KSS is intended to cover Kent and Medway ICB, Surrey Heartlands ICB and Sussex ICB It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Kent, Surrey and Sussex lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Kent, Surrey and Sussex lot will be PS665,266, with a total approximate maximum contract value of PS4,656,862. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
WessexNHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. Lot 2 W is intended to cover Hampshire and Isle of Wight ICB, Dorset ICB and Salisbury area. It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Wessex lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Wessex lot will be PS443,510, with a total approximate maximum contract value of PS3,104,570. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
Thames ValleyNHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. Lot 3 TV is intended to cover Buckinghamshire, Oxfordshire and Berkshire ICB, Frimley ICB and Milton Keynes area. It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Thames Valley lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Thames Valley lot will be PS624,946, with a total approximate maximum contract value of PS4,374,622. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04d3cf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001546-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85111100 - Surgical hospital services
85111200 - Medical hospital services
85111300 - Gynaecological hospital services
85121210 - Gyneacologic or obstetric services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Jan 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 21 Mar 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS ENGLAND SOUTH EAST SPECIALISED COMMISSIONING
- Contact Name
- Not specified
- Contact Email
- scwcsu.procurement@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 7EB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire, TLJ2 Surrey, East and West Sussex, TLJ3 Hampshire and Isle of Wight, TLJ4 Kent, TLK2 Dorset and Somerset
-
- Local Authority
- Reading
- Electoral Ward
- Abbey
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04d3cf-2025-01-16T15:42:38Z",
"date": "2025-01-16T15:42:38Z",
"ocid": "ocds-h6vhtk-04d3cf",
"description": "The Specification can be found in Atamis (see details below for access), along with a Most Suitable Provider Questionnaire. Where deemed suitable, providers can express an interest. They must do this by submitting a response to the questionnaire (within Atamis). Providers who believe they are suitable to deliver these services and express an interest will be assessed against the basic selection criteria and key criteria under the Provider Selection Regime (PSR). The basic criteria includes: - The provider's ability to pursue a particular activity - Economic and financial standing - Technical and professional ability The key criteria includes: - Quality and innovation (20%) - Value (20%) - Integration, collaboration and service sustainability (20%) - Improving access, reducing health inequalities and facilitating choice (20%) - Social value (20%) The percentages illustrate the relative importance of these criteria associated with the delivery of these services. Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the relevant information, you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation. Please return your questionnaire via the correspondence function within Atamis by midnight, 30th January 2025. Award decisions will made by the NHS England South East Specialised Commissioning Team. The intention is to award a contract using the most suitable provider process. This is a Provider Selection Regime (PSR) intended approach 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.",
"initiationType": "tender",
"tender": {
"id": "C329353/WA11805",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS England South East Specialised Commissioning Provision of Placenta Accreta Spectrum (PAS) Service in the South East Region",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "85121210",
"description": "Gyneacologic or obstetric services"
},
"mainProcurementCategory": "services",
"description": "This notice is placed to set out NHS England South East's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. The 3 lots cover the areas incorporating the relevant Integrated Care Board (ICB) boundaries within the South East as follows: * Lot 1: Kent Surrey Sussex (KSS) * Lot 2: Wessex (W) Hampshire and Isle of Wight, Dorset and Salisbury * Lot 3: Thames Valley (TV) Buckinghamshire, Oxfordshire and Berkshire, Frimley and Milton Keynes It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The aims of the service are to: To accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses. To maximise safety for the mother by providing high quality specialist multidisciplinary care for the delivery of women at high risk of AIP. This involves: * Preventing avoidable deaths in a population at very high risk of mortality * Minimising ITU admission and length of stay in ITU * Reducing blood product administration * Reducing the risk of severe maternal morbidity such as cardiac arrest, fistula formation and lower urinary tract trauma * Reducing risk of unnecessary surgical procedures including vertical abdominal incision and hysterectomy * Reducing the risk of iatrogenic injury to women from false positive diagnoses * To improve safety for the baby by minimising iatrogenic premature delivery * To ensure that the quality of the care provided is nationally monitored and subject to a process of continued improvement (though a national dashboard). * To participate in national data collection to improve understanding The approximate expected annual allocation of funding by lot, based on expected patient flow of incidence of complex PAS: * Lot 1: KSS - PS665,266 * Lot 2: W- PS443,510 * Lot 3: TV - PS624,946 * South East Total - PS1,733,722 The approximate expected annual allocation of funding for the South East region will be PS1,733,722, with a total approximate maximum contract value of PS12,136,054. The contracts will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Kent, Surrey and Sussex",
"description": "NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. * Lot 1 KSS is intended to cover Kent and Medway ICB, Surrey Heartlands ICB and Sussex ICB It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Kent, Surrey and Sussex lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Kent, Surrey and Sussex lot will be PS665,266, with a total approximate maximum contract value of PS4,656,862. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).",
"status": "planned"
},
{
"id": "2",
"title": "Wessex",
"description": "NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. Lot 2 W is intended to cover Hampshire and Isle of Wight ICB, Dorset ICB and Salisbury area. It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Wessex lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Wessex lot will be PS443,510, with a total approximate maximum contract value of PS3,104,570. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).",
"status": "planned"
},
{
"id": "3",
"title": "Thames Valley",
"description": "NHS England South East is seeking suitable providers who have the capability and capacity to deliver the Placenta Accreta Spectrum (PAS) service, in line with the specified requirements. The procurement is divided into 3 lots. Each lot will work collaboratively within the South East to provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. Lot 3 TV is intended to cover Buckinghamshire, Oxfordshire and Berkshire ICB, Frimley ICB and Milton Keynes area. It is acknowledged that there may be a requirement to take patients from outside of a lot area for treatment. As the service establishes itself the lot boundaries may be reviewed. Any such review will be carried out with the relevant provider/s of the service within the affected lot. The contract term for the Thames Valley lot will be for a term of 5 years with an optional extension period of 2 years. Services are planned to commence from 1st April 2025. The approximate expected annual allocation of funding for the Thames Valley lot will be PS624,946, with a total approximate maximum contract value of PS4,374,622. This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85111100",
"description": "Surgical hospital services"
},
{
"scheme": "CPV",
"id": "85111200",
"description": "Medical hospital services"
},
{
"scheme": "CPV",
"id": "85111300",
"description": "Gynaecological hospital services"
}
],
"deliveryAddresses": [
{
"region": "UKJ2"
},
{
"region": "UKJ4"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85111100",
"description": "Surgical hospital services"
},
{
"scheme": "CPV",
"id": "85111200",
"description": "Medical hospital services"
},
{
"scheme": "CPV",
"id": "85111300",
"description": "Gynaecological hospital services"
}
],
"deliveryAddresses": [
{
"region": "UKJ3"
},
{
"region": "UKK2"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85111100",
"description": "Surgical hospital services"
},
{
"scheme": "CPV",
"id": "85111200",
"description": "Medical hospital services"
},
{
"scheme": "CPV",
"id": "85111300",
"description": "Gynaecological hospital services"
}
],
"deliveryAddresses": [
{
"region": "UKJ1"
}
],
"relatedLot": "3"
}
],
"communication": {
"futureNoticeDate": "2025-03-21T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-135254",
"name": "NHS England South East Specialised Commissioning",
"identifier": {
"legalName": "NHS England South East Specialised Commissioning",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Premier House, 60 Caversham Road",
"locality": "Reading",
"region": "UKJ",
"postalCode": "RG1 7EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Scwcsu.procurement@nhs.net",
"url": "https://health-family.force.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.england.nhs.uk/",
"buyerProfile": "https://health-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-135254",
"name": "NHS England South East Specialised Commissioning"
},
"language": "en"
}