Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
DMS Whittington
Lichfield
WS14 9PY
Contact
Kelvin Edwards
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Pulmonary Function Testing
Reference number
702376450
two.1.2) Main CPV code
- 85121232 - Pulmonary specialists services
two.1.3) Type of contract
Services
two.1.4) Short description
In order to maintain the maximum number of Operationally effective Military divers , the Authority is required to provide Pulmonary Function Testing (PFT). This test, when required, is used to inform decision-making regarding fitness to undertake diving training and maintaining / returning Military divers to full diving fitness.
two.1.5) Estimated total value
Value excluding VAT: £583,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85121200 - Medical specialist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
An outline of the standard testing for divers includes, as a minimum but not limited to, the following:
a. Medical history questionnaire;
b. Targeted physical examination where applicable;
c. Flow volume loop;
d. Plethysmography
e. Gas transfer;
f. Exercise spirometry;
g. β2 agonist reversibility.
The current Association of Respiratory Technicians and Physiologists (ARTP) standards for the testing should be used wherever possible. For aspects of testing not covered by the ARTP standards, current best practice should be followed.
An outline of the standard measurements include as a minimum, but not limited to:
a. Dynamic lung volume measurement to include: Forced Expiratory Volume in 1 second (FEV 1), Forced Vital Capacity (FVC) and FEV1/FVC ratio ) IAW ARTP standards and using a spirometer that complies with ATS/ERS 2005, has both volume/time and flow/volume curves and a large enough printout to assess the quality of the blow.
b. Dynamic lung volumes using body plethysmography (constant volume box) producing Flow Volume Loop (FVL). This should include subdivisions of the expiratory curve from the FVL, both numerically and with a visual trace. The inspiratory portion of the FVL should also be measured. Other measurements to include FVC, FEV1, Peak Expiratory Flow (PEF) and Forced Expiratory Flow (FEF) (25% 50% 75% and 25-75%) IAW ARTP standards.
c. Diffusing Capacity of the Lungs for Carbon Monoxide (DLCO) IAW ARTP standards.
d. Static lung volumes using body plethysmography including: Total Lung Capacity (TLC), Residual Volume (RV), Functional Residual Capacity (FRC), Vital Capacity (VC). Additionally, a comparison of TLC by plethysmography with the accessible volume from a Gas Transfer (GT) manoeuvre to give an indication of any sequestered intra-thoracic gas not in rapid communication with the exterior through the bronchial tree.
e. FEV1 and PEFR both immediately, and after a period of 10 minutes, following 8 minutes exercise on a static bicycle (maximal effort) breathing dry diving gas.
f. Spirometry post 5 milligram nebulised salbutamol (FEV1 and PEF Rate).
It is anticipated there shall be up to 77 PFT tests per annum to be undertaken within 6 weeks of referral.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
The Authority reserves the right to extend the framework agreement for a period of up to 24 months after the initial 5 year Contract period.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-030606
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 July 2022
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 August 2022
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
MOD Commercial
DMS Whittington
WS14 9PY
Country
United Kingdom