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

TENDER FOR THE DEVELOPMENT AND SUPPLY OF A SALIVA-BASED LATERAL FLOW IMMUNOASSAY

  • First published: 28 March 2024
  • Last modified: 28 March 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-044da5
Published by:
The University of Birmingham
Authority ID:
AA77971
Publication date:
28 March 2024
Deadline date:
26 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Birmingham invites tenders for the development and supply of lateral flow immunoassay. The lateral flow is intended to be used to detect antibodies in human saliva samples. Specifically, the lateral flow assay needs to be able to detect IgG-class anti-tetanus antibodies. The lateral flow immunoassay will need to be developed to meet the following key target specifications:

High sensitivity detection that can differentiate protective antibody status. To enable its use with saliva specimens, the test will need to have a low limit of detection. The test positivity threshold needs to be equivalent to the WHO protective threshold of 0.1 IU/mL in serum. Proof of concept studies at the University of Birmingham estimate that the protective cut-off in serum is equivalent to ~ 0.0024 IU/mL in saliva.

Minimal time to perform, able to be completed with a small number of simple steps and return a result within 15 minutes.

Reader-free and return a qualitative (positive or negative) result.

The method of saliva sample collection to accompany the test needs to be suitable for use in young children and infants.

The test should be able to be completed by a non-specialist and in a community or field setting.

The test should have no linked required cold chain, able to withstand hot/humid temperatures on land and able to withstand conditions associated with transport by both aeroplane and drone.

The test needs to be stable, with a long-term stability time equivalent to existing commercial lateral flow tests.

The design of the test needs to be as low-cost as possible. This is to enable its use in low-middle income countries or low resource settings.

The test design also needs to strongly reflect environmental considerations. Specifically, an unhoused test strip is desirable. The sample collection and application, and any other test components, should be designed and utilised with the objective of using as little plastic as possible and minimal packaging.

The project will require developing the test to meet these desired specifications, evaluating the test performance (for example performance around the cut-off, reproducibility, stability and any other relevant domains, as informed by international guidelines on test evaluation e.g. CLSI) and supplying UoB with devices. Small batches of devices (~ 200) will need to be supplied to UoB at various points in the development to assess clinical accuracy. On completion of the project, the CRO will need to be able to supply UoB with up to 1000 devices suitable for use at the point of care as part of an in-field evaluation study.

The development needs to be carried out within appropriate Quality Management Systems and in accordance with regulatory requirements for medical devices. The supplier should be certified to ISO 13485 and able to develop test to be compliant with IVDR 2017/746 requirements. The project should include the compiling and supply of relevant documentation and files to support future submission for regulatory approval. Post-project, the CRO should be able to support any future manufacture, scale-up and distribution of the test.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

THE UNIVERSITY OF BIRMINGHAM

RC000645

Edgbaston

BIRMINGHAM

B152TT

UK

Contact person: Kseniya Samsonik

E-mail: k.samsonik@bham.ac.uk

NUTS: UKG31

Internet address(es)

Main address: https://www.birmingham.ac.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/universityofbirmingham/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofbirmingham/aspx/Home


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TENDER FOR THE DEVELOPMENT AND SUPPLY OF A SALIVA-BASED LATERAL FLOW IMMUNOASSAY

Reference number: SC12346/24

II.1.2) Main CPV code

38000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The University of Birmingham invites tenders for the development and supply of lateral flow immunoassay. The lateral flow is intended to be used to detect antibodies in human saliva samples. Specifically, the lateral flow assay needs to be able to detect IgG-class anti-tetanus antibodies. The lateral flow immunoassay will need to be developed to meet the following key target specifications:

High sensitivity detection that can differentiate protective antibody status. To enable its use with saliva specimens, the test will need to have a low limit of detection. The test positivity threshold needs to be equivalent to the WHO protective threshold of 0.1 IU/mL in serum. Proof of concept studies at the University of Birmingham estimate that the protective cut-off in serum is equivalent to ~ 0.0024 IU/mL in saliva.

Minimal time to perform, able to be completed with a small number of simple steps and return a result within 15 minutes.

Reader-free and return a qualitative (positive or negative) result.

The method of saliva sample collection to accompany the test needs to be suitable for use in young children and infants.

The test should be able to be completed by a non-specialist and in a community or field setting.

The test should have no linked required cold chain, able to withstand hot/humid temperatures on land and able to withstand conditions associated with transport by both aeroplane and drone.

The test needs to be stable, with a long-term stability time equivalent to existing commercial lateral flow tests.

The design of the test needs to be as low-cost as possible. This is to enable its use in low-middle income countries or low resource settings.

The test design also needs to strongly reflect environmental considerations. Specifically, an unhoused test strip is desirable. The sample collection and application, and any other test components, should be designed and utilised with the objective of using as little plastic as possible and minimal packaging.

The project will require developing the test to meet these desired specifications, evaluating the test performance (for example performance around the cut-off, reproducibility, stability and any other relevant domains, as informed by international guidelines on test evaluation e.g. CLSI) and supplying UoB with devices. Small batches of devices (~ 200) will need to be supplied to UoB at various points in the development to assess clinical accuracy. On completion of the project, the CRO will need to be able to supply UoB with up to 1000 devices suitable for use at the point of care as part of an in-field evaluation study.

The development needs to be carried out within appropriate Quality Management Systems and in accordance with regulatory requirements for medical devices. The supplier should be certified to ISO 13485 and able to develop test to be compliant with IVDR 2017/746 requirements. The project should include the compiling and supply of relevant documentation and files to support future submission for regulatory approval. Post-project, the CRO should be able to support any future manufacture, scale-up and distribution of the test.

II.1.5) Estimated total value

Value excluding VAT: 230 000.00  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:

UKG3

II.2.4) Description of the procurement

The University of Birmingham invites tenders for the development and supply of lateral flow immunoassay. The lateral flow is intended to be used to detect antibodies in human saliva samples. Specifically, the lateral flow assay needs to be able to detect IgG-class anti-tetanus antibodies. The lateral flow immunoassay will need to be developed to meet the following key target specifications:

High sensitivity detection that can differentiate protective antibody status. To enable its use with saliva specimens, the test will need to have a low limit of detection. The test positivity threshold needs to be equivalent to the WHO protective threshold of 0.1 IU/mL in serum. Proof of concept studies at the University of Birmingham estimate that the protective cut-off in serum is equivalent to ~ 0.0024 IU/mL in saliva.

Minimal time to perform, able to be completed with a small number of simple steps and return a result within 15 minutes.

Reader-free and return a qualitative (positive or negative) result.

The method of saliva sample collection to accompany the test needs to be suitable for use in young children and infants.

The test should be able to be completed by a non-specialist and in a community or field setting.

The test should have no linked required cold chain, able to withstand hot/humid temperatures on land and able to withstand conditions associated with transport by both aeroplane and drone.

The test needs to be stable, with a long-term stability time equivalent to existing commercial lateral flow tests.

The design of the test needs to be as low-cost as possible. This is to enable its use in low-middle income countries or low resource settings.

The test design also needs to strongly reflect environmental considerations. Specifically, an unhoused test strip is desirable. The sample collection and application, and any other test components, should be designed and utilised with the objective of using as little plastic as possible and minimal packaging.

The project will require developing the test to meet these desired specifications, evaluating the test performance (for example performance around the cut-off, reproducibility, stability and any other relevant domains, as informed by international guidelines on test evaluation e.g. CLSI) and supplying UoB with devices. Small batches of devices (~ 200) will need to be supplied to UoB at various points in the development to assess clinical accuracy. On completion of the project, the CRO will need to be able to supply UoB with up to 1000 devices suitable for use at the point of care as part of an in-field evaluation study.

The development needs to be carried out within appropriate Quality Management Systems and in accordance with regulatory requirements for medical devices. The supplier should be certified to ISO 13485 and able to develop test to be compliant with IVDR 2017/746 requirements. The project should include the compiling and supply of relevant documentation and files to support future submission for regulatory approval. Post-project, the CRO should be able to support any future manufacture, scale-up and distribution of the test.

II.2.5) Award criteria

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

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

Duration in months: 12

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: No

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: Yes

IV.2) Administrative information

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

Date: 26/04/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 26/04/2024

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

University of Birmingham

Edgbaston

B15 2TT

UK

VI.5) Date of dispatch of this notice

27/03/2024

Coding

Commodity categories

ID Title Parent category
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment

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:
k.samsonik@bham.ac.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.