Tender

THE PROVISION OF AN ELECTRONIC QUALITY MANAGEMENT SYSTEM FOR DEFENCE PATHOLOGY

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

22 Feb 2022 at 11:43

Summary of the contracting process

The Ministry of Defence is currently seeking bids for "The Provision of an Electronic Quality Management System for Defence Pathology." This procurement process falls under the services industry category and is taking place in the United Kingdom. The tender is at the planning stage, with a submission deadline set for 30th March 2022. The total contract value is £26,587, and the operational period of the contract is expected to span from 1st July 2022 to 30th June 2027, focusing on enhancing compliance and quality management in blood component handling.

This tender presents a significant opportunity for businesses specialising in quality management software and cybersecurity solutions, particularly those compliant with ISO standards. Small to medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate, providing they possess the necessary expertise in developing and managing electronic quality management systems. The focus on cyber security and adherence to national guidelines makes this an ideal venue for firms with the capability to meet stringent operational requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

THE PROVISION OF AN ELECTRONIC QUALITY MANAGEMENT SYSTEM FOR DEFENCE PATHOLOGY

Notice 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,

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6d11e9cc-cb4c-4615-a1a3-fac25fb1d7cc
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/210345e7-e8b1-43b3-a932-e01d90b4eaf6
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48218000 - License management software package

72212218 - License management software development services

72224200 - System quality assurance planning services

72810000 - Computer audit services

Notice Value(s)

Tender Value
£26,587 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20224 years ago
Submission Deadline
30 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2022 - 30 Jun 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
lynn.wallace110@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
Not specified

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-6d11e9cc-cb4c-4615-a1a3-fac25fb1d7cc-2022-02-22T11:43:48Z",
    "date": "2022-02-22T11:43:48Z",
    "ocid": "ocds-b5fd17-6d11e9cc-cb4c-4615-a1a3-fac25fb1d7cc",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_299814/1046095",
        "title": "THE PROVISION OF AN ELECTRONIC QUALITY MANAGEMENT SYSTEM FOR DEFENCE PATHOLOGY",
        "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,",
        "datePublished": "2022-02-22T11:43:48Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48218000",
            "description": "License management software package"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72212218",
                "description": "License management software development services"
            },
            {
                "scheme": "CPV",
                "id": "72224200",
                "description": "System quality assurance planning services"
            },
            {
                "scheme": "CPV",
                "id": "72810000",
                "description": "Computer audit services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 26587,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-03-30T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-07-01T00:00:00+01:00",
            "endDate": "2027-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/210345e7-e8b1-43b3-a932-e01d90b4eaf6",
                "datePublished": "2022-02-22T11:43:48Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Defence Sourcing Portal",
                "url": "https://www.contracts.mod.uk/go/10763288017F2101A7BA"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-188204",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services, DMS Whittington",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "lynn.wallace110@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-188204",
        "name": "Ministry of Defence"
    }
}