Planning

Provision of DDI Hand Held Xray and Tripod

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

09 Mar 2022 at 11:59

Summary of the contracting process

The Ministry of Defence is currently undertaking a tender for the "Provision of DDI Hand Held X-ray and Tripod" as part of their procurement process in the healthcare sector, specifically within the field of dental radiography. This procurement is at the tender stage, with a publication date of 15 June 2022. The deadline for tender submissions is set for 19 July 2022, with a total contract value of £13,000. The successful bid will provide two hand-held x-ray units and accompanying tripods, which need to comply with specific CE marking safety standards. The contract is anticipated to commence from 1 October 2022, running through to 30 September 2027, and is classified under the goods category of x-ray devices.

This tender presents an opportunity for businesses specialising in medical equipment, particularly those producing or servicing x-ray devices and dental imaging systems. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate in this procurement process. Firms that can offer additional services such as training, maintenance, and quick repair turnaround will be particularly well-suited to bid, given the requirement for through-life support and a 24-month guarantee on equipment repair or replacement.

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

Provision of DDI Hand Held Xray and Tripod

Notice Description

This Request for Information (RFI) is hereby being issued in relation to an upcoming Requirement. The aim is to seek information about where the market stands in order to better refine our requirement. Approximate Contract Value: PS13,000 (inclusive of all non-recoverable VAT) Contract Duration: 3+1+1 This contract is below threshold for Public Contract Regulations (PCR) 2015. 1. OPPORTUNITY DETAILS 1.1 The requirement will be issued by Defence Medical Services (DMS), Ministry of Defence. 1.2 The role of the Defence Dental Identification team is to identify fallen Service personnel through forensic dental examination in the field. Without the use of dental digital radiography post-mortem to compare with ante mortem dental images, a positive identification is much less likely to be established. 1.3 Dental radiography is routinely used in forensic dentistry and considered to be an essential part of the identification process, owing to the visual, comparable nature of the Post-mortem and Ante Mortem images. 2. REQUIREMENT OVERVIEW 2.1 The purchase of 2 x handheld x-ray units and tripods is required to ensure the continuous provision of forensic dental examination for the identification of deceased military personnel. 2.2 The tripods comply with Local Radiation Protection Rules in that they allow the operators to stand a controlled distance of 1.5m away from the x-ray tube and patient, and not in the primary beam. 2.3 The system is to be used for routine intra-oral dental direct radiography, compatible with current digital and conventional film systems. The system must be compatible with the current DEXIS(tm) sensor and DEXIS(tm) software on the Toughbook laptop and future Digital Defence Imaging (DDI) digital sensor and image capture software. 2.4 The system must have a rechargeable battery to provide 8-10 hours of use per charge and must have battery charging housing 2.5 The system must have a robust protective case for transportation (including aircraft) and to protect against damage. 3. QUALITY STANDARDS 3.1 The Contractor must ensure the system is CE marked to comply with all EU and UK current safety guidelines. 4. AUTHORITY QUESTIONS TO SUPPLIERS 1. Please describe the type of warranty that comes with the product. 2. Do you offer servicing and repair packages? If so, please outline the options available. What payment structure would you use? 3. Do you think the proposed budget is realistic for the requirement? 4. Please provide any further information, issues or benefits that you could consider relevant in refining the requirement. Your response is required by 28th March 2022 and will be treated with confidentiality. Answers will not be shared with any of the other supplier. Please respond to this RFI by contacting joanna.chirwa100@mod.gov.uk Please note, this is market scoping only, not a competition. This RFI DOES NOT commit the Authority to initiate the official procurement process. Additional information: If deemed necessary, the Authority reserves the right to discuss responses on a 1-2-1 basis with suppliers in order to clarify any responses received. MINIMUM SYSTEM SPECIFICATION FOR THE INTRA - ORAL DENTAL X-RAY SYSTEM REPLACEMENT 1. Electrical power 230 VAC +/- 10%, single phase, leakage current of 30mA. 5A maximum / 250V. 50 Hz / 60 Hz +/- 2 Hz. 0.8 Ohm line resistance 2. Collimator Lead shielded, detachable, rectangular. Shape to match KUR 4. Must be compatible with current positioning aids. 3. Tubehead - Peak tube potential Voltage to be between 60 - 70 kVp. 4. Tubehead current To be provided by the manufacturer to meet the voltage requirement. 5. Tubehead - Radiation Output Must be greater than 40 micro Gy per exposure (minimum exposure for the digital sensors), and less than 1.7mGy for an adult mandibular molar exposure (measured at the end of the collimator). 6. Tubehead - Filtration Filtration must be>1.5mm Al. 7. Timer - Selectable exposure times Simple operator input to select appropriate exposure times. 8. "X-Ray ON" indication Visual (LED) and audible (Buzzer) on hand-held device. 9. Timer - compensation of mains fluctuations By automatic correction of exposure time. 10. Ambient Temperature Operation +10@C to +40@C Transport and storage -40@C to +70@C 11. Relative humidity Operation (No Condensation) 30% to 90% Transport and storage 10% to 95% 12. Pressure Operation 700hPa to 1060hPa Transport and storage 500hPa to 1060hPa 13. Extension operating cable attached to hand-held xray tubehead to allow a minimum of 1.5m controlled distance from the hand-held x-ray tubehead and patient. In accordance with Local Rules for Radiation Protection in IRR 99 and IR(ME)R 2017.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c8026f09-5aad-41ba-98bc-7468a3809cce
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/621cf19f-c050-423b-93b8-f2948c498125
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33111000 - X-ray devices

33111500 - Dental X-ray

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Mar 20223 years ago
Submission Deadline
Not specified
Future Notice Date
28 Mar 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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
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-c8026f09-5aad-41ba-98bc-7468a3809cce-2022-03-09T11:59:00Z",
    "date": "2022-03-09T11:59:00Z",
    "ocid": "ocds-b5fd17-c8026f09-5aad-41ba-98bc-7468a3809cce",
    "language": "en",
    "initiationType": "tender",
    "title": "Provision of DDI Hand Held Xray and Tripod",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-03-28T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/621cf19f-c050-423b-93b8-f2948c498125",
                "datePublished": "2022-03-09T11:59:00Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_301112/1050298",
        "title": "Provision of DDI Hand Held Xray and Tripod",
        "description": "This Request for Information (RFI) is hereby being issued in relation to an upcoming Requirement. The aim is to seek information about where the market stands in order to better refine our requirement. Approximate Contract Value: PS13,000 (inclusive of all non-recoverable VAT) Contract Duration: 3+1+1 This contract is below threshold for Public Contract Regulations (PCR) 2015. 1. OPPORTUNITY DETAILS 1.1 The requirement will be issued by Defence Medical Services (DMS), Ministry of Defence. 1.2 The role of the Defence Dental Identification team is to identify fallen Service personnel through forensic dental examination in the field. Without the use of dental digital radiography post-mortem to compare with ante mortem dental images, a positive identification is much less likely to be established. 1.3 Dental radiography is routinely used in forensic dentistry and considered to be an essential part of the identification process, owing to the visual, comparable nature of the Post-mortem and Ante Mortem images. 2. REQUIREMENT OVERVIEW 2.1 The purchase of 2 x handheld x-ray units and tripods is required to ensure the continuous provision of forensic dental examination for the identification of deceased military personnel. 2.2 The tripods comply with Local Radiation Protection Rules in that they allow the operators to stand a controlled distance of 1.5m away from the x-ray tube and patient, and not in the primary beam. 2.3 The system is to be used for routine intra-oral dental direct radiography, compatible with current digital and conventional film systems. The system must be compatible with the current DEXIS(tm) sensor and DEXIS(tm) software on the Toughbook laptop and future Digital Defence Imaging (DDI) digital sensor and image capture software. 2.4 The system must have a rechargeable battery to provide 8-10 hours of use per charge and must have battery charging housing 2.5 The system must have a robust protective case for transportation (including aircraft) and to protect against damage. 3. QUALITY STANDARDS 3.1 The Contractor must ensure the system is CE marked to comply with all EU and UK current safety guidelines. 4. AUTHORITY QUESTIONS TO SUPPLIERS 1. Please describe the type of warranty that comes with the product. 2. Do you offer servicing and repair packages? If so, please outline the options available. What payment structure would you use? 3. Do you think the proposed budget is realistic for the requirement? 4. Please provide any further information, issues or benefits that you could consider relevant in refining the requirement. Your response is required by 28th March 2022 and will be treated with confidentiality. Answers will not be shared with any of the other supplier. Please respond to this RFI by contacting joanna.chirwa100@mod.gov.uk Please note, this is market scoping only, not a competition. This RFI DOES NOT commit the Authority to initiate the official procurement process. Additional information: If deemed necessary, the Authority reserves the right to discuss responses on a 1-2-1 basis with suppliers in order to clarify any responses received. MINIMUM SYSTEM SPECIFICATION FOR THE INTRA - ORAL DENTAL X-RAY SYSTEM REPLACEMENT 1. Electrical power 230 VAC +/- 10%, single phase, leakage current of 30mA. 5A maximum / 250V. 50 Hz / 60 Hz +/- 2 Hz. 0.8 Ohm line resistance 2. Collimator Lead shielded, detachable, rectangular. Shape to match KUR 4. Must be compatible with current positioning aids. 3. Tubehead - Peak tube potential Voltage to be between 60 - 70 kVp. 4. Tubehead current To be provided by the manufacturer to meet the voltage requirement. 5. Tubehead - Radiation Output Must be greater than 40 micro Gy per exposure (minimum exposure for the digital sensors), and less than 1.7mGy for an adult mandibular molar exposure (measured at the end of the collimator). 6. Tubehead - Filtration Filtration must be>1.5mm Al. 7. Timer - Selectable exposure times Simple operator input to select appropriate exposure times. 8. \"X-Ray ON\" indication Visual (LED) and audible (Buzzer) on hand-held device. 9. Timer - compensation of mains fluctuations By automatic correction of exposure time. 10. Ambient Temperature Operation +10@C to +40@C Transport and storage -40@C to +70@C 11. Relative humidity Operation (No Condensation) 30% to 90% Transport and storage 10% to 95% 12. Pressure Operation 700hPa to 1060hPa Transport and storage 500hPa to 1060hPa 13. Extension operating cable attached to hand-held xray tubehead to allow a minimum of 1.5m controlled distance from the hand-held x-ray tubehead and patient. In accordance with Local Rules for Radiation Protection in IRR 99 and IR(ME)R 2017.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "33111000",
            "description": "X-ray devices"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "33111500",
                "description": "Dental X-ray"
            }
        ],
        "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"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-199646",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services (DMS), Whittington, Coltman House",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Joanna Chirwa",
                "email": "Joanna.Chirwa100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-199646",
        "name": "Ministry of Defence"
    }
}