Published date: 28 April 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: 3 June 2022, 12pm

Contract summary

Industry

  • Catheters - 33141200

  • Catheter accessories - 33141240

Location of contract

WS14 9PY

Value of contract

£187,250

Procurement reference

tender_301583/1066983

Published date

28 April 2022

Closing date

3 June 2022

Closing time

12pm

Contract start date

1 August 2022

Contract end date

31 July 2027

Contract type

Supply 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

The Authority has a requirement for the provision of single use pressure catheters as part of a dynamic intercompartment pressure testing capability the Defence Medical Rehabilitation Centre (DMRC) Stanford Hall (SH).

As part of the Tender process the Tenderer will be required to supply 5 examples of their products for review to ensure they are practical in integrating to the system for the testing method.

The key user requirements of the product are

Standard medical sensitivity of 5 μV/V/mmHg
Working length 120cm
Tip size 3.5F
Body size 2.3F
Tip configuration straight
Guide catheter compatibility 5F
Record pressure signals directly at source, with 1 pressure sensor
Used for <24hrs
Shaft material nylon
No time delay
Accurate dP/dt
Require no fluid filled lines
No motion artefact
Do not require correction for barometric pressure as the catheter lumen is vented to atmosphere
Minimally invasive
120 Catheters are required for 60 patients per year

The requirement also includes:

a. An annual inspection and regular preventative maintenance visits

b. All orders to be received by DMRC SH within 14 days of the order being submitted.

c. Provision of comprehensive user manuals and practical guides electronically to aid correct usage of ancillaries.

d. User training must be provided upon installation for staff to a familiarisation and advanced standard.

QUALITY STANDARDS

The Contractor shall ensure that the system must be CE marked to comply with all EU and UK current safety guidelines.


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 N/A (Reference: RAR- 180486120) 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.


More information

Links

Additional text

Tenders or requests to participate must be submitted electronically via the Defence Sourcing Portal.
The procurement documents are available for unrestricted and full direct access, free of charge via the opportunity listing on the DSP.


About the buyer

Contact name

Thomas Rockett

Address

DMS Whittington
Lichfield
WS14 9PY
England

Email

thomas.rockett101@mod.gov.uk