Tender

HLA Rapid Typing Systems

  • NHS Blood and Transplant
  • Imperial College Healthcare NHS Trust

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-045335

Procurement identifier (OCID): ocds-h6vhtk-051d08 (view related notices)

Published 1 August 2025, 3:48pm



Scope

Description

NHS Blood and Transplant (NHSBT) is a Special Health Authority in England, with responsibilities across the United Kingdom for organ donation and transplantation. Our core purpose is to 'save and improve lives' through the provision of a safe and reliable supply of blood components, solid organs, stem cells, tissues and related services to the NHS, and to the other UK Health Services where directed. 

Histocompatibility & Immunogenetics (H&I) is a strategic business function of NHSBT, that provides a portfolio of testing, advice and support in transplantation, platelet refractoriness and transfusion reactions.

Services are supplied through a national network of six laboratories across England. We would like to work with future suppliers of choice to perform HLA rapid typing system in an efficient, timely and cost-effective manner to meet the demands and expectations of our customers and the patients we serve.

We require HLA rapid typing system(s) to cover the following:

• The solution must detect, as a minimum, all alleles of the HLA-A, B, C, DRB1, DRB3/4/5,DQA1, DQB1, DPA1 and DPB1 loci as defined in:

o Minimum typing requirements for reporting donor and recipient HLA types.

o HLA Conversion Chart for Organ Allocation.

• The solution must comprise of the essential kits and associated consumables to obtain a result and positive identification of samples throughout the process.

From test material addition to the availability of an interpreted results the turnaround time should be less than three hours.

In addition, we are also interested in technology that can:

• Provide 2nd field HLA type at the above loci

• In under 6 hours

Lot 1: Provision of testing kits, consumables, and analysis software

Lot 2: Provision of equipment and equipment consumables

Lot 3: Provision of equipment maintenance

Lot 4: Development

Commercial tool

Establishes a framework

Total value (estimated)

  • £2,100,000 excluding VAT
  • £2,500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2026 to 28 February 2034
  • 8 years

Main procurement category

Goods

CPV classifications

  • 33100000 - Medical equipments

Lot constraints

Description of how multiple lots may be awarded:

Weighting for Lot 1 :

Quality / Technical (mandatory) Requirement - Pass/Fail  

Quality scored requirements  -30%  

Social Value Requirement -10%  

Commercial Requirement-60%  

Weighting for Lot 2 & 3  

Quality / Technical (mandatory) Requirement and Quality scored requirements - Pass/Fail  

Social Value Requirement -10%  

Commercial Requirement-90%  

Weighting for Lot 4

Quality / Technical (mandatory) Requirement and Quality scored requirements - Pass/Fail  

Social Value Requirement  and Commercial Requirement - N/A


Lot Lot 1 (was 1). Provision of testing kits, consumables, and analysis software

Description

Lot 1: Provision of testing kits, consumables, and analysis software (direct award to two suppliers)

Lot value (estimated)

  • £1,458,000 excluding VAT
  • £1,749,600 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot Lot 2. Provision of equipment and equipment consumables

Description

Lot 2: Provision of equipment and equipment consumables (a place on the framework to two suppliers, mini-comp to award to one supplier)

Lot value (estimated)

  • £280,000 excluding VAT
  • £336,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot Lot 3. Provision of equipment maintenance

Description

Lot 3: Provision of equipment maintenance (a place on the framework to two suppliers, mini-comp to award to one supplier)

Lot value (estimated)

  • £320,000 excluding VAT
  • £384,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot Lot 4. Development

Description

Lot 4: Development (to award Framework to all Suppliers who meet specification, subsequent call-off shall be through a mini- competition, if required).

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

6

Maximum percentage fee charged to suppliers

0%

Justification for framework term over 4 years

capital investment

Framework operation description

Lot 1, via mini competition or direct award. The intention is for Authority to issue two direct award contracts to the Suppliers who rank 1 and 2, each supplier will be given approx. 50% of the business each as the exact volumes will not be guaranteed.

Lot 2, via direct award or mini competition, the intention is for the Authority to run a mini competition with one of the criteria being based on the outcome of Lot 1, the kits must be compatible with this equipment, then the most advantageous bid will win the call off contract after the award for lot 1 has been completed. 

Lot 3, via direct award or mini competition, the intention is for the Authority to run a mini competition with one of the criteria being based on the outcome of Lot 2, the maintenance s must be compatible with the equipment from Lot 2, then the most advantageous bid will win the call off contract after the award for lot 2 has been completed. 

Lot 4:  Mini-Competition option only (all Framework Suppliers who are on the framework) 

Award method when using the framework

With competition

Contracting authorities that may use the framework

NHS Blood and Transplant, Welsh Blood Service, Scottish National Blood Transfusion Service and the NHS North West London Pathology (NHS Hammersmith).​


Participation

Particular suitability

Lot Lot 1 (was 1). Provision of testing kits, consumables, and analysis software

Lot Lot 2. Provision of equipment and equipment consumables

Lot Lot 3. Provision of equipment maintenance

Lot Lot 4. Development

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

15 August 2025, 5:00pm

Submission type

Tenders

Tender submission deadline

29 August 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 January 2026


Award criteria

Lot Lot 1 (was 1). Provision of testing kits, consumables, and analysis software

Lot Lot 3. Provision of equipment maintenance

This table contains award criteria for this lot
Name Type Weighting
Cost Cost 90.00%
Quality Quality 10.00%

Lot Lot 2. Provision of equipment and equipment consumables

This table contains award criteria for this lot
Name Type Weighting
cost Cost 90.00%
Quality Quality 10.00%

Lot Lot 4. Development

This table displays the award criteria of the lot
Name Type
Quality Quality

Weighting description

this shall be Pass/Fail requirement


Other information

Payment terms

30 days payment terms

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1 - Compliance with Specification

Stage 2 - Evaluation


Contracting authorities

NHS Blood and Transplant

  • Public Procurement Organisation Number: PDBY-6395-VWBP

500 North Bristol Park

Bristol

BS34 7QH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government

Imperial College Healthcare NHS Trust

  • Public Procurement Organisation Number: PYMN-2374-JNRY

St Mary's Hospital, Praed Street

London

W2 1NY

United Kingdom

Contact name: Nigel Weatherhead

Email: david.lewis37@nhs.net

Website: https://www.imperial.nhs.uk

Region: UKI32 - Westminster

Organisation type: Public authority - central government


Contact organisation

Contact NHS Blood and Transplant for any enquiries.