Award

Hyperbaric Monitors-UK5

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

04 Feb 2026 at 16:28

Summary of the contracting process

The Ministry of Defence, located in Portsmouth, United Kingdom, has completed a procurement process for "Hyperbaric Monitors-UK5," a project involving the acquisition of two Corpuls C3 hyperbaric patient monitoring systems. This contract, under the direct award procurement method, was awarded to Ortus Technology Limited, recognising the necessity for specialised equipment compatible with existing military systems. The contract, valued at £140,750 excluding VAT, spans from 18th February 2026 to 17th February 2031, covering goods in the defence and security industries. The legal basis for this procurement is grounded in the Procurement Act 2023, with specific provisions supporting the absence of competition and technical compatibility requirements.

This contract presents opportunities for businesses focusing on niche medical equipment, particularly those offering high-tech solutions for defence applications. Companies specialising in medical devices with expertise in operational settings similar to those demanded by the Ministry of Defence could find potential growth avenues by aligning with government procurement needs. Particularly, firms that can deliver bespoke solutions and maintain and extend existing equipment frameworks stand to benefit. Ortus Technology Limited was selected due to its capability in providing hyperbaric-rated systems, a crucial requirement for ensuring operational compatibility and safety across military health facilities.

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

Hyperbaric Monitors-UK5

Notice Description

Procurement of 2 x Corpuls C3 Hyperbaric patient monitoring systems for UMD-INM.

Procurement Information

There is a requirement to contract for the purchasing of 2 new Corplus 3 Hyperbaric Monitors, associated maintenance and 4 additional years of Telemedicine for each monitor through Missionlive. The Royal Navy, part of the UK Ministry of Defence ("the Authority"), intends to award a 5-year contract to Ortus Technology Limited (d/b/a Ortus Group) who are able to fulfil the requirement. The estimated value of the contract is PS140,750 excluding VAT (PS168,900 including VAT). In accordance with the provisions of the Procurement Act 2023 ("PA 2023"), a Direct Award is justified under section 41 PA 23, under the following applicable grounds: (1) Schedule 5, Paragraph 6 PA 23 which states:- "The following conditions are met in relation to the public contract-- (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works." (2) Schedule 5, Paragraph 7 PA 23, which states:- The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where-- (a) a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b) the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. These justifications apply because Ortus Technology Limited (. d/b/a Ortus Group) are the only manufacturer able to provide specialist hyperbaric rated medical equipment and maintenance that will be compatible with existing military hyperbaric systems held by the Royal Navy. If different monitors were purchased elsewhere, there would be interoperability issues across partner NATO allies involved with Submarine Escape and Rescue who also use the same monitors. A change in supplier would therefore result in the MOD receiving goods and services which are incompatible with the existing military hyperbaric systems at St Richards Hospital, Chichester and NSRS in Glasgow. This incompatibility would result in disproportionate technical difficulties in operation and maintenance with the Institute of Naval Medicine being unable to use any equipment in a hyperbaric chamber to monitor patients. Additionally, if the MoD endorsed the use of non-hyperbaric monitors against manufacturer's recommendations, this would result in a significant explosion risk from the use of electronic equipment in a pressurised, oxygen-rich environment and a lack of evidence that any monitoring will be accurate at increased atmospheric pressures.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064764
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010172-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33195000 - Patient-monitoring system

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£140,750 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
4 Feb 20262 weeks ago
Contract Period
18 Feb 2026 - 17 Feb 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
olivia.bevel100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PORTSMOUTH
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
Not specified

Local Authority
Portsmouth
Electoral Ward
Nelson
Westminster Constituency
Portsmouth North

Supplier Information

Number of Suppliers
1
Supplier Name

ORTUS TECHNOLOGY

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-h6vhtk-064764-2026-02-04T16:28:18Z",
    "date": "2026-02-04T16:28:18Z",
    "ocid": "ocds-h6vhtk-064764",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Leach Building",
                "locality": "Portsmouth",
                "postalCode": "PO28BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "Olivia.Bevel100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLYN-4917-TPZT",
            "name": "Ortus Technology Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLYN-4917-TPZT"
            },
            "address": {
                "streetAddress": "Skyview Business Centre",
                "locality": "Sudbury",
                "postalCode": "CO10 2YA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH14"
            },
            "contactPoint": {
                "email": "hello@ortus.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "ocds-h6vhtk-064764",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Hyperbaric Monitors-UK5",
        "description": "Procurement of 2 x Corpuls C3 Hyperbaric patient monitoring systems for UMD-INM.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "There is a requirement to contract for the purchasing of 2 new Corplus 3 Hyperbaric Monitors, associated maintenance and 4 additional years of Telemedicine for each monitor through Missionlive. The Royal Navy, part of the UK Ministry of Defence (\"the Authority\"), intends to award a 5-year contract to Ortus Technology Limited (d/b/a Ortus Group) who are able to fulfil the requirement. The estimated value of the contract is PS140,750 excluding VAT (PS168,900 including VAT). In accordance with the provisions of the Procurement Act 2023 (\"PA 2023\"), a Direct Award is justified under section 41 PA 23, under the following applicable grounds: (1) Schedule 5, Paragraph 6 PA 23 which states:- \"The following conditions are met in relation to the public contract-- (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works.\" (2) Schedule 5, Paragraph 7 PA 23, which states:- The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where-- (a) a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b) the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. These justifications apply because Ortus Technology Limited (. d/b/a Ortus Group) are the only manufacturer able to provide specialist hyperbaric rated medical equipment and maintenance that will be compatible with existing military hyperbaric systems held by the Royal Navy. If different monitors were purchased elsewhere, there would be interoperability issues across partner NATO allies involved with Submarine Escape and Rescue who also use the same monitors. A change in supplier would therefore result in the MOD receiving goods and services which are incompatible with the existing military hyperbaric systems at St Richards Hospital, Chichester and NSRS in Glasgow. This incompatibility would result in disproportionate technical difficulties in operation and maintenance with the Institute of Naval Medicine being unable to use any equipment in a hyperbaric chamber to monitor patients. Additionally, if the MoD endorsed the use of non-hyperbaric monitors against manufacturer's recommendations, this would result in a significant explosion risk from the use of electronic equipment in a pressurised, oxygen-rich environment and a lack of evidence that any monitoring will be accurate at increased atmospheric pressures.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            },
            {
                "id": "defenceSecurityOperational"
            }
        ],
        "specialRegime": [
            "defenceSecurity"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "value": {
                "amountGross": 168900,
                "amount": 140750,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PLYN-4917-TPZT",
                    "name": "Ortus Technology Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "33195000",
                            "description": "Patient-monitoring system"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-02-18T00:00:00+00:00",
                "endDate": "2031-02-17T23:59:59+00:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "010172-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/010172-2026",
                    "datePublished": "2026-02-04T16:28:18Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-18T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}