Published date: 22 February 2022

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 30 March 2022, 5pm

Contract summary

Industry

  • License management software package - 48218000

  • License management software development services - 72212218

  • System quality assurance planning services - 72224200

    • Computer audit services - 72810000

Location of contract

Any region

Value of contract

£26,587

Procurement reference

tender_299814/1046095

Published date

22 February 2022

Closing date

30 March 2022

Closing time

5pm

Contract start date

1 July 2022

Contract end date

30 June 2027

Contract type

Service contract

Procedure type

Open procedure (below threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

CONTRACT FOR THE PROVISION OF AN ELECTRONIC QUALITY
MANAGEMENT SYSTEM FOR DEFENCE PATHOLOGY

The Authority has a requirement for an effective electronic Quality Management System (eQMS) to ensure compliance for blood components..

The requirement is for a standalone system, it is not required to interact with the MoD systems to include the following:

a. Must have web access to the secure server by application of licences giving appropriate levels of operability:

b. Have a minimum of 5 password protected licences allowing full editorial access for the Centre of Defence Pathology (CD Path) Quality personnel or other Biomedical Scientists (BMS).

c. Have a minimum of 10 password protected licences allowing for concurrent 'read only' access by deployed BMS.

d. Include a facility to cancel accounts and create new accounts

The eQMS must have the capability to allow for management of the following quality functions:

a. Document Control

b. Audit capability

c. Quality Improvement.

QUALITY STANDARDS

The Tenderer is to be a minimum of ISO27001 (Information Security Management Systems) compliant.

The system must be configured to comply with national guidelines pertaining to safe blood transfusion practice (BSQR 8th edn.), whilst maintaining appropriate functionality such that it complies with the guidelines established by best practice for pathology services (ISO 15189).

Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government's Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract.

The Authority has determined the level of risk at Very Low (Reference: RAR-6U33THAA) as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above.

Should you have any questions please contact Lynn Wallace, Commercial Officer at lynn.wallace110@mod.gov.uk

Click link to the Defence Sourcing Portal,


More information

Links


About the buyer

Address

Defence Medical Services, DMS Whittington
Lichfield
WS14 9PY
England

Email

lynn.wallace110@mod.gov.uk