Notice Information
Notice Title
NHS England South East - Provision of Placenta Accreta Spectrum (PAS) Services in Kent, Surrey and Sussex
Notice Description
Kent and Medway Integrated Care Board is commissioning Placenta Accreta Spectrum (PAS) services in Kent, Surrey and Sussex. NHS England South East Specialised Commissioning Team, have undertaken the procurement exercise on behalf of the ICB, with the support of South Central and West Commissioning Support Unit. The service will provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. The key aims of the service are to accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses, and to maximise safety for the mother by providing high quality specialist multidisciplinary care for the delivery of women at high risk of AIP. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract lifecycle value is PS3,496,500 (inclusive of extension options), which will commence on 1st April 2026 with an initial duration of 5 years, and an option to extend for a further 2 years. This notice is placed to set out NHS England South East's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). A notice (ref. 2025/S 000-001546) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work.
Lot Information
Lot 1
Kent and Medway Integrated Care Board is commissioning Placenta Accreta Spectrum (PAS) services in Kent, Surrey and Sussex. NHS England South East Specialised Commissioning Team, have undertaken the procurement exercise on behalf of the ICB, with the support of South Central and West Commissioning Support Unit. At present, there are currently no formally commissioned PAS centres in the South East, and therefore no formal pathway for patients with PAS. By formally commissioning the provision, NHSE South East will be able to build on the existing skills in the workforce, and make use of established communication, coordination and support networks as well as developing these further as the service is embedded. NHSE South East aims to ensure patients receive care within a safe and high-quality service whilst being as close to home as appropriate. The service will have formal referral pathways, a screening programme and multi-disciplinary team (MDT) meetings. Patients will have access to joined up maternity care with an individualised delivery plan and clear guidelines/protocols for all clinicians to follow in the unlikely event of a non-elective delivery. The service will establish consistent collection of data in relation to PAS and robust outcome assessments through mortality and morbidity (M&M) meetings. The key aims of the service are to accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses, and 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 It is acknowledged that there may be a requirement to take patients from outside of the Kent, Surrey, Sussex area for treatment. As the service establishes itself the area boundary may be reviewed with the relevant provider/s of the service. A notice (ref: 2025/S 000-001546) was published for 20 days (more than the mandatory 14-day response window), informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to deliver this work. To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal. Only 1 expression of interest was received, from Medway NHS Foundation Trust. A Request for Information (RfI) was sent to them seeking the return of further information to support the Commissioners assessment. After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that Medway NHS FT will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract lifecycle value is PS3,496,500 (inclusive of extension options), which will commence on 1st April 2026 with an initial duration of 5 years, and an option to extend for a further 2 years. This notice is placed to set out NHS England South East's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). Whilst this service has not previously been formally commissioned, there is existing provision of PAS services, delivered by Medway NHS Trust. Therefore, contract award is to an existing provider. A notice (ref. 2025/S 000-001546) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
Options: The contract has the option to be extended by 2 years. The initial contract period is for 5 years commencing April 2026 with the extension option from April 2031 - 2033.
Procurement 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 and The Procurement Act 2023 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 midnight Wednesday 1st April 2026This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067097
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030912-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
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
- £3,496,500 £1M-£10M
Notice Dates
- Publication Date
- 2 Apr 2026Yesterday
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 4 Mar 20261 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT & MEDWAY ICB
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MAIDSTONE
- Postcode
- ME15 6NB
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ45 Mid Kent
- Delivery Location
- TLJ2 Surrey, East and West Sussex, TLJ4 Kent
-
- Local Authority
- Maidstone
- Electoral Ward
- High Street
- Westminster Constituency
- Maidstone and Malling
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-067097-2026-04-02T13:53:53+01:00",
"date": "2026-04-02T13:53:53+01:00",
"ocid": "ocds-h6vhtk-067097",
"description": "The decision to award this contract in line with the most suitable provider process was based on assessment against the basic selection criteria, which were assessed on a pass/fail basis, and the 5 key criteria, which were assessed on an assured/not assured basis. The key criteria were weighted equally. Assessment of the provider was based on information that was requested as part of the MSP process. Medway NHS Foundation Trust attained a \"pass\" on all elements of the basic selection criteria and \"assured\" on all elements of the key criteria assessment, meeting the requirements of the assessment. The award decision has been recommended by the Transformation & Delivery Manager for Specialised Commissioning South East, supported by the assessment panel. The award decision has been made by NHS England South East Specialised Commissioning Senior Management Team and Kent & Medway Integrated Care Board. Conflicts of interest identified during the process: 1 potential / perceived; the interested provider was a previous employer. SCW Procurement Team assessed the nature and risk of this conflict. It was confirmed that there is no ongoing personal or professional relationship with the Trust, and due to the time lapse of several years, it was deemed that it could be managed and the individual could continue their involvement in the process. The assessment of the submission was not carried out in isolation by this individual; there were a total of 4 assessors. The key criteria for review were as follows: 1. Value - Assurance that the provider can deliver within the financial envelope - Assurance of financial planning and resilience 2. Quality and Innovation - Assurance of service delivery against the service requirements 3. Improving Access, Reducing Health Inequalities and Facilitating Choice - Assurance of methods for ensuring safe, high quality and effective patient centred care - Assurance that the provider will submit relevant data - Assurance of the multidisciplinary team that will be in place to deliver across the geography - Assurance that all essential and interdependent services will be managed and made available 4. Integration, Collaboration and Service Sustainability - Assurance of the workforce structure - Assurance of workforce strategies 5. Social Value - Assurance that the provider has an environmental policy in place - Assurance that the provider has a wellbeing and healthy living policy in place 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 and The Procurement Act 2023 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 midnight Wednesday 1st April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent scwcsu.procurement@nhs.net",
"initiationType": "tender",
"tender": {
"id": "C344276",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS England South East - Provision of Placenta Accreta Spectrum (PAS) Services in Kent, Surrey and Sussex",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85121210",
"description": "Gyneacologic or obstetric services"
},
"mainProcurementCategory": "services",
"description": "Kent and Medway Integrated Care Board is commissioning Placenta Accreta Spectrum (PAS) services in Kent, Surrey and Sussex. NHS England South East Specialised Commissioning Team, have undertaken the procurement exercise on behalf of the ICB, with the support of South Central and West Commissioning Support Unit. The service will provide specialised maternity care in specialised PAS centres delivered as part of a regional network arrangement inclusive of local maternity services. The key aims of the service are to accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses, and to maximise safety for the mother by providing high quality specialist multidisciplinary care for the delivery of women at high risk of AIP. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract lifecycle value is PS3,496,500 (inclusive of extension options), which will commence on 1st April 2026 with an initial duration of 5 years, and an option to extend for a further 2 years. This notice is placed to set out NHS England South East's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). A notice (ref. 2025/S 000-001546) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work.",
"lots": [
{
"id": "1",
"description": "Kent and Medway Integrated Care Board is commissioning Placenta Accreta Spectrum (PAS) services in Kent, Surrey and Sussex. NHS England South East Specialised Commissioning Team, have undertaken the procurement exercise on behalf of the ICB, with the support of South Central and West Commissioning Support Unit. At present, there are currently no formally commissioned PAS centres in the South East, and therefore no formal pathway for patients with PAS. By formally commissioning the provision, NHSE South East will be able to build on the existing skills in the workforce, and make use of established communication, coordination and support networks as well as developing these further as the service is embedded. NHSE South East aims to ensure patients receive care within a safe and high-quality service whilst being as close to home as appropriate. The service will have formal referral pathways, a screening programme and multi-disciplinary team (MDT) meetings. Patients will have access to joined up maternity care with an individualised delivery plan and clear guidelines/protocols for all clinicians to follow in the unlikely event of a non-elective delivery. The service will establish consistent collection of data in relation to PAS and robust outcome assessments through mortality and morbidity (M&M) meetings. The key aims of the service are to accurately diagnose Abnormally Invasive Placenta (AIP) and determine the clinical risk it poses, and 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 It is acknowledged that there may be a requirement to take patients from outside of the Kent, Surrey, Sussex area for treatment. As the service establishes itself the area boundary may be reviewed with the relevant provider/s of the service. A notice (ref: 2025/S 000-001546) was published for 20 days (more than the mandatory 14-day response window), informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to deliver this work. To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal. Only 1 expression of interest was received, from Medway NHS Foundation Trust. A Request for Information (RfI) was sent to them seeking the return of further information to support the Commissioners assessment. After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that Medway NHS FT will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract lifecycle value is PS3,496,500 (inclusive of extension options), which will commence on 1st April 2026 with an initial duration of 5 years, and an option to extend for a further 2 years. This notice is placed to set out NHS England South East's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). Whilst this service has not previously been formally commissioned, there is existing provision of PAS services, delivered by Medway NHS Trust. Therefore, contract award is to an existing provider. A notice (ref. 2025/S 000-001546) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.",
"awardCriteria": {
"criteria": [
{
"name": "Most suitable provider process with regard to the key criteria Quality & Innovation. Improving access, reducing health inequalities and facilitating choice. Integration, collaboration and service sustainability. Social value.",
"type": "quality",
"description": "80"
},
{
"name": "Value including financial model and planning.",
"type": "cost",
"description": "20"
}
]
},
"hasOptions": true,
"options": {
"description": "The contract has the option to be extended by 2 years. The initial contract period is for 5 years commencing April 2026 with the extension option from April 2031 - 2033."
},
"status": "cancelled"
}
],
"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"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"id": "D_OUTSIDE_SCOPE",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "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 and The Procurement Act 2023 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 midnight Wednesday 1st April 2026This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.",
"amendments": [
{
"id": "1",
"description": "Contract award took place on 2nd April 2026 following conclusion of the standstill period. The Contract will commence in April 2026 (date subject to agreement), with an initial contract duration of approximately 5 years, ending on 31st March 2031. The parties will also have the option to extend the contract for a further 2 years, with mutual agreement. The total contract lifecycle value is PS3,496,500 (inclusive of extension options). 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 and The Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using the most suitable provider process."
}
]
},
"awards": [
{
"id": "025884-2026-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-178023",
"name": "Medway NHS Foundation Trust"
}
]
}
],
"parties": [
{
"id": "GB-FTS-178022",
"name": "Kent & Medway ICB",
"identifier": {
"legalName": "Kent & Medway ICB",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Lower Stone Street",
"locality": "Maidstone",
"region": "UKJ35",
"postalCode": "ME15 6NB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Alexandra Searle",
"email": "Scwcsu.procurement@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kentandmedway.icb.nhs.uk/",
"buyerProfile": "https://health-family.force.com/s/Welcome",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "07",
"scheme": "COFOG",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-178023",
"name": "Medway NHS Foundation Trust",
"identifier": {
"legalName": "Medway NHS Foundation Trust",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Windmill Road",
"locality": "Gillingham",
"region": "UKJ4",
"postalCode": "ME8 7AT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-7114",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-178022",
"name": "Kent & Medway ICB"
},
"contracts": [
{
"id": "025884-2026-1",
"awardID": "025884-2026-1",
"status": "active",
"value": {
"amount": 3496500,
"currency": "GBP"
},
"dateSigned": "2026-03-04T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}