Tender

Provision of Pulmonary Function Testing

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-015878

Procurement identifier (OCID): ocds-h6vhtk-02ff05

Published 9 June 2022, 1:41pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

DMS Whittington

Lichfield

WS14 9PY

Contact

Kelvin Edwards

Email

kelvin.edwards109@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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