web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Nottingham: Magnetic resonance scanners

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 130-233412/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Nottingham Trent University
Burton Street
Nottingham
Postal code: NG1 4BU
United Kingdom
Contact points(s): NTU Procurement Department
For the attention of: Mark Lucas
Phone: +44 1158488747
Email: mark.lucas@ntu.ac.uk
Fax: +44 1158488770
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
816 Provision of the Supply, Installation and Servicing of an MRI Scanner.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: University Clifton Campus.
Nuts code: UKF14
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Provision of the Supply, Installation and Servicing of an MRI Scanner.
Instrument must be supplied with a range of RF coils, including: at least 1 flex coil, Knee coil, Breast coil and body matrix.
Instrument must be provided with a helium level over 75 % with a cold head in the first quarter of its lifetime.
Software modules at a minimum including: Tim. Cardiac, Ortho, Neuro, Body, Breast, Angio, Scientific, 3D, Flow quantification, Single Voxel Spectroscopy and fMRI.
The instrument must have a minimum static magnetic field of at least 1.5 T
The software must include facilities for pulse programming and method development.
The hardware and software should have protocols for bone imaging, such as ultra-short echo time imaging or equivalent
The system should be capable of single click whole body imaging.
The system must be provided with all system manuals.
The software should be provided with the highest possible level of service key for a period of at least 1 year.
Instrument comes with NTU-compatible PC, monitor, keyboard, mouse and operating system.
Minimum of 12 months warranty and 1 year additional service contract including unlimited telephone support plus projected service costs for up to five years including indicative future spare part and consumables costs.
The system should have the option of future upgrade should the user needs change.
It is to be installed into an empty room and costs must include full transportation, siting, installation of a faraday cage, commissioning, shimming to a minimum of 0.2 ppm, testing and training for a minimum of 10 people.
Construction of free-standing or fixed partitions for the equipment room, control room and changing room must also be included in the costs. Please see attached details and dimensions of room layout provided.
Filter plates must have a sufficiency of remaining capacity to allow for the users to feed through a number of electrical and physical connections. An unused additional consumer plate is desirable.
Installation costs must also include a suitably specified cooler to be sited outside of the room.
Systems which can achieve very low echo times and have strong gradients are preferred.
We will allow use of the installed instrumentation as a manufacturers’ demonstration site (max. 12 per year up to 10 years).
Optional disposal services for end of life.
II.1.6) Common procurement vocabulary (CPV): 33113100, 38520000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
Options:yes
Description of these options:Servicing and support agreements.
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
See Tender Documentation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Tender Documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See Tender Documentation.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See Tender Documentation.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: See Tender Documentation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: See Tender Documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See Tender Documentation.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
NTU/16/816/ML
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:15.07.2016
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
20.07.2016 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 21.7.2016
Place: NTU Procurement Department
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The University is using a shorter time-scale for receipt of bids than the standard due to time constraints and lead-times in getting the accommodation for the scanner prepared and then installing the equipment in readiness for the new academic year.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Precise information on deadline(s) for lodging appeals: Nottingham Trent University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice:
05.07.2016