Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Augmented Reality Assisted Surgical Reachback for the Defence Medical Services

  • First published: 24 May 2019
  • Last modified: 24 May 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
24 May 2019
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Full notice text

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


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Augmented Reality Assisted Surgical Reachback for the Defence Medical Services

II.1.2)

Type of service contract

13

Main site or location of works, place of delivery or performance

UNITED KINGDOM.


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
48100000
48180000
48814000

II.1.7)

Information about subcontracting

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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 options

Option 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 completion

30

Section III: Legal, Economic, Financial and Technical Information

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

6

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems
48814000 Medical information systems Information systems
48180000 Medical software package Industry specific software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.