Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Non-Invasive Pre-Natal Testing Service

  • First published: 19 December 2024
  • Last modified: 19 December 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c89c
Published by:
St George's University Hospitals NHS Foundation Trust
Authority ID:
AA40979
Publication date:
19 December 2024
Deadline date:
20 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The St George’s Antenatal Fetal Evaluation (SAFE) test is a Non Invasive Prenatal Testing (NIPT) service based at St George’s University Hospitals NHS Foundation Trust, screening for Down’s, Edwards’ and Patau’s syndromes, in line with UK National Screening Committee (UKNSC) recommendations and NHS England requirements. In some instances, fetal sexing is performed in addition to the main trisomy’s. The SAFE test has been set up as a collaboration between the Fetal Medicine Unit and the St George’s Genomics Service, which is a UKAS accredited medical laboratory. The service provides NIPT to approximately one third of the NHS maternity services in England and several private clinical services performing 4,000-5,000 tests annually.<br/><br/>This invitation to tender gives the requirement to supply a complete laboratory test setup including reagent test kits for NIPT, all equipment, associated software and LIMS and equipment servicing. The test should be commercially available and CE marked for In Vitro diagnostic use ideally compliant to ISO13485. It should detect aneuploidy of chromosomes 13, 18 and 21 and be able to determine fetal sex within the specified sensitivity and specificity thresholds as a minimum requirement.<br/><br/>The supplier must provide reagents, software and protocols sufficient to produce an end result on suitable equipment designated by the supplier. Resulting data must be clearly reportable and be usable by The SAFE Test personnel in a flexible and secure manner.<br/><br/>The service must be provided to diagnostic standards, incorporating a complete CE/IVDD compliant workflow, to ensure data can be used for clinical interpretation. Samples must be analysed within the given timeframe, data must meet the minimum specified requirements and results issued in a customisable and easily interpretable format.<br/><br/>The majority of samples processed are commissioned by NHSE with a contract running until March 2026. In the event St George’s is not re-procured by NHSE to provide this service beyond this point, it is likely that the service may have to terminate its contract with the supplier.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

St George's University Hospitals NHS Foundation Trust

Blackshaw Road, Tooting

London

SW17 0QT

UK

Contact person: Charlotte Choules

E-mail: charlotte.choules@stgeorges.nhs.uk

NUTS: UKI

Internet address(es)

Main address: https://www.stgeorges.nhs.uk/

Address of the buyer profile: https://www.stgeorges.nhs.uk/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Other: NHS

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Non-Invasive Pre-Natal Testing Service

Reference number: C319255

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The St George’s Antenatal Fetal Evaluation (SAFE) test is a Non Invasive Prenatal Testing (NIPT) service based at St George’s University Hospitals NHS Foundation Trust, screening for Down’s, Edwards’ and Patau’s syndromes, in line with UK National Screening Committee (UKNSC) recommendations and NHS England requirements. In some instances, fetal sexing is performed in addition to the main trisomy’s. The SAFE test has been set up as a collaboration between the Fetal Medicine Unit and the St George’s Genomics Service, which is a UKAS accredited medical laboratory. The service provides NIPT to approximately one third of the NHS maternity services in England and several private clinical services performing 4,000-5,000 tests annually.<br/><br/>This invitation to tender gives the requirement to supply a complete laboratory test setup including reagent test kits for NIPT, all equipment, associated software and LIMS and equipment servicing. The test should be commercially available and CE marked for In Vitro diagnostic use ideally compliant to ISO13485. It should detect aneuploidy of chromosomes 13, 18 and 21 and be able to determine fetal sex within the specified sensitivity and specificity thresholds as a minimum requirement.<br/><br/>The supplier must provide reagents, software and protocols sufficient to produce an end result on suitable equipment designated by the supplier. Resulting data must be clearly reportable and be usable by The SAFE Test personnel in a flexible and secure manner.<br/><br/>The service must be provided to diagnostic standards, incorporating a complete CE/IVDD compliant workflow, to ensure data can be used for clinical interpretation. Samples must be analysed within the given timeframe, data must meet the minimum specified requirements and results issued in a customisable and easily interpretable format.<br/><br/>The majority of samples processed are commissioned by NHSE with a contract running until March 2026. In the event St George’s is not re-procured by NHSE to provide this service beyond this point, it is likely that the service may have to terminate its contract with the supplier.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI3

II.2.4) Description of the procurement

The St George’s Antenatal Fetal Evaluation (SAFE) test is a Non Invasive Prenatal Testing (NIPT) service based at St George’s University Hospitals NHS Foundation Trust, screening for Down’s, Edwards’ and Patau’s syndromes, in line with UK National Screening Committee (UKNSC) recommendations and NHS England requirements. In some instances, fetal sexing is performed in addition to the main trisomy’s. The SAFE test has been set up as a collaboration between the Fetal Medicine Unit and the St George’s Genomics Service, which is a UKAS accredited medical laboratory. The service provides NIPT to approximately one third of the NHS maternity services in England and several private clinical services performing 4,000-5,000 tests annually.<br/><br/>This invitation to tender gives the requirement to supply a complete laboratory test setup including reagent test kits for NIPT, all equipment, associated software and LIMS and equipment servicing. The test should be commercially available and CE marked for In Vitro diagnostic use ideally compliant to ISO13485. It should detect aneuploidy of chromosomes 13, 18 and 21 and be able to determine fetal sex within the specified sensitivity and specificity thresholds as a minimum requirement.<br/><br/>The supplier must provide reagents, software and protocols sufficient to produce an end result on suitable equipment designated by the supplier. Resulting data must be clearly reportable and be usable by The SAFE Test personnel in a flexible and secure manner.<br/><br/>The service must be provided to diagnostic standards, incorporating a complete CE/IVDD compliant workflow, to ensure data can be used for clinical interpretation. Samples must be analysed within the given timeframe, data must meet the minimum specified requirements and results issued in a customisable and easily interpretable format.<br/><br/>The majority of samples processed are commissioned by NHSE with a contract running until March 2026. In the event St George’s is not re-procured by NHSE to provide this service beyond this point, it is likely that the service may have to terminate its contract with the supplier.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2025

End: 30/11/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Further 2 year optional extensions

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/01/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/01/2025

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

NHS South West London Integrated Care Board

120 The Broadway

London

SW19 1RH

UK

Internet address(es)

URL: https://www.southwestlondon.icb.nhs.uk/

VI.5) Date of dispatch of this notice

17/12/2024

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
charlotte.choules@stgeorges.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.