Notice Information
Notice Title
The Supply of Clinical Tympanometer including maintenance and support services
Notice Description
This requirement is for The Defence Audiology Services (DAS), Institute of Naval Medicine (INM), to replace and improve obsolete essential equipment. New equipment is required to replace aging and obsolete equipment (GSI 39 Screening Tympanometer - acquired 2009). This piece of specialised equipment is used to assess middle ear function in accordance with NICE/British Society of Audiology clinical guidelines prior to further audiometry. This equipment is used for every service person that is referred to Defence Audiology Services for 'Gold' standard audiometry in accordance with existing procedures and protocols, to ascertain middle ear function to assist with hearing loss differential diagnosis when there is doubt or significant change. This clinical testing can have a major impact on the occupational grading of every referred person. Any replacement equipment would have to have appropriate standards/requirements as recommended by British Society of Audiology et al (BSA). that would meet current NICE/NHS standards, including the appropriate ANSI S3.39, BS EN 60645-5, IEC 60601-1 and ISO 389 or equivalence. The equipment will be used in accordance with BSA procedures which can be accessed via the link below. (https://www.thebsa.org.uk/wp-content/uploads/2013/04/OD104-35-Recommended-Procedure-Tympanometry-.pdf) Standard requirements/functions for the Clinical Tympanometer would be: 1. Standalone system 2. Standard Manual/Automatic tympanometry 3. Tympanic peak pressure, ear canal volume, admittance. 4. Extended Pressure range (+200 to -600/800 daPa) 5. Ipsilateral and contralateral acoustic reflex testing 6. Eustachian tube function (ETF) testing (perforated and non-perforated) 7. Headphones/Inserts/Bone Conductor 8. At least dual frequency probe tones 226Hz and 678, 800 or 1,000 Hz 9. Reflex Decay 10. Reflex Latency
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-4ca84694-8478-4893-9b4e-879a6632c0f9
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/e7ff3043-94ea-4555-9a61-dc08678bd047
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
50 - Repair and maintenance services
-
- CPV Codes
33141620 - Medical kits
50433000 - Calibration services
Notice Value(s)
- Tender Value
- £13,500 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Feb 20233 years ago
- Submission Deadline
- 7 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 13 Mar 2023 - 12 Mar 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ENGLAND
- Postcode
- PO2 8BY
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Portsmouth
- Electoral Ward
- Nelson
- Westminster Constituency
- Portsmouth North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/e7ff3043-94ea-4555-9a61-dc08678bd047
15th February 2023 - Opportunity notice on Contracts Finder -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-4ca84694-8478-4893-9b4e-879a6632c0f9-2023-02-15T13:43:11Z",
"date": "2023-02-15T13:43:11Z",
"ocid": "ocds-b5fd17-4ca84694-8478-4893-9b4e-879a6632c0f9",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_352758/1179895",
"title": "The Supply of Clinical Tympanometer including maintenance and support services",
"description": "This requirement is for The Defence Audiology Services (DAS), Institute of Naval Medicine (INM), to replace and improve obsolete essential equipment. New equipment is required to replace aging and obsolete equipment (GSI 39 Screening Tympanometer - acquired 2009). This piece of specialised equipment is used to assess middle ear function in accordance with NICE/British Society of Audiology clinical guidelines prior to further audiometry. This equipment is used for every service person that is referred to Defence Audiology Services for 'Gold' standard audiometry in accordance with existing procedures and protocols, to ascertain middle ear function to assist with hearing loss differential diagnosis when there is doubt or significant change. This clinical testing can have a major impact on the occupational grading of every referred person. Any replacement equipment would have to have appropriate standards/requirements as recommended by British Society of Audiology et al (BSA). that would meet current NICE/NHS standards, including the appropriate ANSI S3.39, BS EN 60645-5, IEC 60601-1 and ISO 389 or equivalence. The equipment will be used in accordance with BSA procedures which can be accessed via the link below. (https://www.thebsa.org.uk/wp-content/uploads/2013/04/OD104-35-Recommended-Procedure-Tympanometry-.pdf) Standard requirements/functions for the Clinical Tympanometer would be: 1. Standalone system 2. Standard Manual/Automatic tympanometry 3. Tympanic peak pressure, ear canal volume, admittance. 4. Extended Pressure range (+200 to -600/800 daPa) 5. Ipsilateral and contralateral acoustic reflex testing 6. Eustachian tube function (ETF) testing (perforated and non-perforated) 7. Headphones/Inserts/Bone Conductor 8. At least dual frequency probe tones 226Hz and 678, 800 or 1,000 Hz 9. Reflex Decay 10. Reflex Latency",
"datePublished": "2023-02-15T13:43:11Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33141620",
"description": "Medical kits"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50433000",
"description": "Calibration services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "PO2 8BY"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 13500,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2023-03-07T12:00:00Z"
},
"contractPeriod": {
"startDate": "2023-03-13T00:00:00Z",
"endDate": "2028-03-12T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e7ff3043-94ea-4555-9a61-dc08678bd047",
"datePublished": "2023-02-15T13:43:11Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/deda5393-e444-4ec2-b42c-926d41f41b31",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"description": "Link to eSourcing Portal",
"url": "https://contracts.mod.uk"
}
]
},
"parties": [
{
"id": "GB-CFS-235831",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MP1.1, NCHQ, Leach Building, Whale Island, Portsmouth, PO2 8BY",
"locality": "England",
"postalCode": "PO2 8BY",
"countryName": "England"
},
"contactPoint": {
"email": "eleni.bekele100@mod.gov.uk",
"telephone": "0"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-235831",
"name": "Ministry of Defence"
}
}