CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, C&C, Other |
jHub Med, We Work Aldgate Tower |
London |
E1 8FA |
UK |
Lauren Milkins
|
+44 7966295467 |
lauren.milkins100@mod.gov.uk |
|
https://www.gov.uk/government/organisations/ministry-of-defence
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAugmented Reality Assisted Surgical Reachback for the Defence Medical Services |
II.1.2)
|
Type of service contract13Main site or location of works, place of delivery or performance
UNITED KINGDOM. UK |
II.1.3)
|
Information on framework agreement
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Software package and information systems. Industry specific software package. Medical software package. Medical information systems. The Authority is seeking to procure a digital platform that enables real-time telemedicine support to deployed surgical teams, from Defence specialists in the UK, utilising military communication networks and bearers and optimally, cloud connected personal electronic devices.
This platform will allow (24/7) real-time visual and audio interaction between an internationally stationed surgical team within a tented/hard standing/afloat hospital and UK specialists. This product will provide a ‘Reach-in’ capability, utilising mixed or augmented reality. This will allow the deployed surgeon to visualise annotations or directions overlaid onto the real-time surgical field by the advising surgeon (likely to be in the UK). The product will also allow the real-time overlay of diagnostics in digital form (such as X-rays) onto the surgical field to assist both active and advisory surgeons.
Please refer to the 'Additional Information' section of this Contract Notice for a full description.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
1 000 0001 400 000 GBP |
II.2.2)
|
Information about optionsOption to extend duration of contract by 6 months at the end of the 2 year contract term. |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion30 |
Section III: Legal, Economic, Financial and Technical Information
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate6 |
|
Objective criteria for choosing the limited number of candidates
The DPQQ will down select the 6 compliant respondents who achieved the highest scores on the scored questions in Section 2: Part F. The 6 compliant respondents who achieve the highest scores at DPQQ will be invited to submit an ITN response.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
700004471
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 24-06-2019
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Full Description of Contract:
The Authority is seeking to procure a digital platform that enables real-time telemedicine support to deployed surgical teams, from Defence specialists in the UK, utilising military communication networks and bearers and optimally, cloud connected personal electronic devices.
This platform will allow (24/7) real-time visual and audio interaction between an internationally stationed surgical team within a tented/hard standing/afloat hospital and UK specialists. This product will provide a ‘Reach-in’ capability, utilising mixed or augmented reality. This will allow the deployed surgeon to visualise annotations or directions overlaid onto the real-time surgical field by the advising surgeon (likely to be in the UK). The product will also allow the real-time overlay of diagnostics in digital form (such as x-rays) onto the surgical field to assist both active and advisory surgeons.
The digital platform should not require specialist hardware, any IT/ AV equipment should be Commercial Off the Shelf (COTS) and readily integrate-able/replaceable. Specialist network hardware will be provided by the Authority and will integrate with existing communication systems/bearers.
To ensure accuracy of visualisation the digital platform must provide a minimum visual quality of 480 Dots per inch (DPI) to both the deployed and advising surgeon. To ensure ease of integration the platform’s bandwidth requirements are not to exceed 2 Megabits per second (Mbps). The product must be able to operate (without service interruption) with a data packet delay of 600 milliseconds (ms) Round Trip Time (RTT), noting that this will result in an acceptable lag in the service. The platform session must be simple and easy to re-boot in the case of total power failure to the supporting hardware and, optimally, be able to fall back on 2-way Audio when Bandwidth is overly contested.
The data passed by this platform must be encrypted at source, in transit and in storage. Data handling must be GDPR and Caldicott compliant. Any Servers providing data storage for the product are to be located within UK sovereign territory.
The initial contract will allow the authority to establish an integration route via MOD Information Services and Support and will enable testing of the product in simulated deployed overseas environments across encrypted/secure military communications systems. If the situation occurs that initial testing precludes the integration of the platform, then the authority reserves the right to end the contract.
The full Statement of Requirement will be released at the ITN stage.
There is a Pre-Qualification Questionnaire (PQQ) as part of this Contract Notice — The access code for the PQQ is W7KN9WQX2B
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your response manager and add the following Access Code: W7KN9WQX2B. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 24.6.2019 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call 0800 282 324.
All questions within the PQQ will be scored on a pass/fail basis, except for Section 2: Part F which contains scored questions designed to assess the technical capacity and capability of the tenderer. Scoring will range from 0 to 5. The PQQ will down select the 6 compliant respondents who achieved the highest scores on the scored questions Section 2: Part F. The 6 compliant respondents who achieve the highest scores at DPQQ will be invited to submit an ITN response.
The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and/or capacity to deliver the advertised requirement. Failure of any pass/fail element will result in the prospective supplier not being brought forward to the ITN stage. Additionally, prospective suppliers who score a 0 against any of the scored project questions in Section 2 of the PQQ will not be invited to tender.
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2019523-DCB-14922188
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, C&C, Other |
jHub, We Work Aldgate Tower |
London |
E1 8FA |
UK |
lauren.milkins100@mod.gov.uk |
+44 7966295467 |
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 23-05-2019 |