By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

816 Provision of the Supply, Installation and Servicing of an MRI Scanner.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Nottingham Trent University
Burton Street
Contact point(s): NTU Procurement Department
For the attention of: Mark Lucas
NG1 4BU Nottingham
United Kingdom
Telephone: +44 1158488747
E-mail:
Fax: +44 1158488770

Internet address(es):

General address of the contracting authority: https://www.ntu.ac.uk/

Address of the buyer profile: https://in-tendhost.co.uk/ntu

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
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:
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
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 contract or purchase(s)
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
This 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
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
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
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: 15.7.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.7.2016 - 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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of 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.4.1)Body responsible for appeal procedures
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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.7.2016