Tender

Provision of Non-Invasive Pre-Natal Testing Service

  • St George's University Hospitals NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-040548

Procurement identifier (OCID): ocds-h6vhtk-04c89c

Published 17 December 2024, 10:11am



Section one: Contracting authority

one.1) Name and addresses

St George's University Hospitals NHS Foundation Trust

Blackshaw Road, Tooting

London

SW17 0QT

Contact

Charlotte Choules

Email

charlotte.choules@stgeorges.nhs.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

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

Buyer's address

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

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

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned 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

one.4) Type of the contracting authority

Other type

NHS

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Non-Invasive Pre-Natal Testing Service

Reference number

C319255

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.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.

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.

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.

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.

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.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West

two.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.

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.

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.

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.

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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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

Start date

1 December 2025

End date

30 November 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further 2 year optional extensions

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

20 January 2025

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

20 January 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

NHS South West London Integrated Care Board

120 The Broadway

London

SW19 1RH

Country

United Kingdom

Internet address

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