Notice Information
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.
Notice Details
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
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
- 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
-
https://www.contractsfinder.service.gov.uk/Notice/621cf19f-c050-423b-93b8-f2948c498125
9th March 2022 - Early engagement 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-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"
}
}