Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/010172-2026
4th February 2026 - Transparency notice on Find a Tender
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-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"
}