Supply and support of HLA Rapid typing systems

Award

Value

£502,000

Classifications

  • Biomedical equipment
  • Medical equipments
  • Medical consumables
  • Diagnostic kits
  • Repair and maintenance services of medical equipment

Tags

  • award
  • contract

Published

4 years ago

Description

Histocompatibility & Immunogenetics (H&I) is a strategic business function of NHS Blood and Transplant (NHSBT) that provides a portfolio of testing and advice which supports the diagnosis and/ or treatment of a variety of medical conditions in the following clinical areas:
- Solid organ transplantation and clinical advice for donor selection
- Haematopoietic stem cell transplantation and clinical advice for donor selection
- Blood transfusion and transfusion reactions (SHOT)
- Platelet refractoriness and provision of HLA/ HPA selected components
- Platelet immunology
- Granulocyte immunology
- Immunogenetics including diagnostic testing and pharmacogenetics
- Haematopoietic stem cell donor registry typing
NHSBT require HLA typing systems that can produce a result in less than two hours. This is to ensure compatibility between donors and recipients of HLA selected platelets, haematopoietic stem cells for transplantation and solid organ transplantation (renal, liver and cardiothoracic). We must be able to perform HLA typing in an efficient, timely and cost effective manner to meet the demands and expectations of our customers and the patients we serve.
We will work with the successful suppliers to realise this ambition and to perform HLA rapid typing in an efficient, timely and cost effective manner to meet the demands and expectations of our customers and the patients we serve.
For NHSBT these services are supplied through a national network of six laboratories located at Birmingham, Bristol, Colindale, Newcastle, Sheffield and Tooting. Scottish National Blood Transfusion Service (SNBTS) and Welsh Blood Service (WBS) are allowed to utilise this agreement.
The Framework Agreement was awarded for 4 years and divided into lots as follows:
Lot 1 - New HLA (Rapid) typing equipment – awarded to VH Bio
Lot 2 - Kits for HLA (Rapid) typing systems - awarded to VH Bio Ltd and Alpha Biotech Ltd

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Respiratory Solutions

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of Respiratory Solutions 2026 under the following Lot structure: Lot 1: Respiratory Therapy; Lot 2: Anaesthesia and Resuscitation; Lot 3: Diagnostics; Lot 4: Nitrous Oxide destruction Solutions; and Lot 5: Respiratory Support Services For Lots 1 to 4 Tenderers can submit for one, more than one Lot, or all of the Lots detailed above. However ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated. Further details about the requirements within each Lot are provided in the tender documentation. The term of the contracts formed under the proposed Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. Note: There are 5 supplier requirements for which further reading can be found here: Net Zero Supply Chain and Suppliers Please also observe the following for future tenders, the following requirements will include but are not limited to the following or subject to change: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderers and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage, and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12-months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment within 12 months of the Tender Publication Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. CRP has to be dated within the 12 months prior to tender close date. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to hold Cyber Security Essentials Plus Certification. • Data Security Protection Toolkit (DSPT): if you process patient data further details about the cyber security requirements are provided in the tender documentation.

Katy Reed

Published 6 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete