Section one: Contracting authority
one.1) Name and addresses
NHS England South East Specialised Commissioning
Premier House, 60 Caversham Road
Reading
RG1 7EB
Country
United Kingdom
Region code
UKJ - South East (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
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 England South East Specialised Commissioning Provision of Placenta Accreta Spectrum (PAS) Service in the South East Region
Reference number
C329353/WA11805
two.1.2) Main CPV code
- 85121210 - Gyneacologic or obstetric services
two.1.3) Type of contract
Services
two.1.4) Short 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 - £665,266
• Lot 2: W- £443,510
• Lot 3: TV - £624,946
• South East Total - £1,733,722
The approximate expected annual allocation of funding for the South East region will be £1,733,722, with a total approximate maximum contract value of £12,136,054.
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
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Kent, Surrey and Sussex
Lot No
1
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
- 85111200 - Medical hospital services
- 85111300 - Gynaecological hospital services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
- UKJ4 - Kent
two.2.4) Description of the procurement
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 £665,266, with a total approximate maximum contract value of £4,656,862.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2) Description
two.2.1) Title
Wessex
Lot No
2
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
- 85111200 - Medical hospital services
- 85111300 - Gynaecological hospital services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
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 £443,510, with a total approximate maximum contract value of £3,104,570.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2) Description
two.2.1) Title
Thames Valley
Lot No
3
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
- 85111200 - Medical hospital services
- 85111300 - Gynaecological hospital services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
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 £624,946, with a total approximate maximum contract value of £4,374,622.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.3) Estimated date of publication of contract notice
21 March 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
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.