Contract

EC0920 MicroPET-MRI Chancellors 2021

  • University Of Edinburgh

F03: Contract award notice

Notice identifier: 2022/S 000-002009

Procurement identifier (OCID): ocds-h6vhtk-02947b

Published 24 January 2022, 1:35pm



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Tony Newjem, Category Head - Labs & Medical

Email

Tony.Newjem@ed.ac.uk

Telephone

+44 1316509136

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

National registration number

SC005336

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EC0920 MicroPET-MRI Chancellors 2021

Reference number

EC0920

two.1.2) Main CPV code

  • 33113000 - Magnetic resonance imaging equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Integrated imaging solution capable of collecting in vivo PET data with simultaneous 7T MRI data and sequential CT data.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,386,005

two.2) Description

two.2.2) Additional CPV code(s)

  • 33113000 - Magnetic resonance imaging equipment
  • 33110000 - Imaging equipment for medical, dental and veterinary use

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh Preclinical Imaging Facility

The University of Edinburgh

Chancellors Building

49 Little France Crescent

BioQuarter

Edinburgh

EH16 4SB

two.2.4) Description of the procurement

Open Tender for an integrated imaging solution capable of collecting in vivo PET data with simultaneous 7T MRI data and sequential CT data.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

A number of costed options are detailed in the tender. These are not scored.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-003347


Section five. Award of contract

Contract No

EC0920

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bartec Technologies Ltd

Eelmoor Road

Farnborough

GU14 7XA

Email

sales@bartectechnologies.com

Telephone

+44 127620842

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Internet address

www.bartectechnologies.com

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,386,005


Section six. Complementary information

six.3) Additional information

This procurement includes additional procurement-specific pass/fail minimum requirements which are detailed in the Qualification Envelope in PCS-T and/or associated attachment.

NOTE: Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Forms (MO Excel document) attached to SPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.

Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under:

-the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),

-the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN)

-the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents)

-the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage

At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_18046 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

(SC Ref:680568)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LT

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/supreme-courts/about-the-court-of-session

six.4.2) Body responsible for mediation procedures

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LT

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/supreme-courts/about-the-court-of-session