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.
United Kingdom-Nottingham: Magnetic resonance scanners
2016/S 130-233412
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: mark.lucas@ntu.ac.uk
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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)
II.1.5)Short description of the contract or purchase(s)
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)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: Servicing and support agreements.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: See Tender Documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
See Tender Documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
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
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
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:
Related Posts
Devon Independent Living Integrated Service
Telecare and Assistive Technology Services Purchase
Minimally Invasive Surgery Products Supply Framework
Framework Agreement for the Supply of Endoscopy Consumables