Award

Static Medical Imaging Equipment

  • University of Ulster

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-010105

Procurement identifier (OCID): ocds-h6vhtk-032e15

Published 14 April 2022, 5:07pm



Section one: Contracting authority/entity

one.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

e.coyle1@ulster.ac.uk

Telephone

+44 2870124227

Country

United Kingdom

NUTS code

UKN - Northern Ireland

National registration number

NCI100166

Internet address(es)

Main address

www.ulster.ac.uk

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

Static Medical Imaging Equipment

Reference number

26905

two.1.2) Main CPV code

  • 33111800 - Diagnostic X-ray system

two.1.3) Type of contract

Supplies

two.1.4) Short description

Static Medical Imaging Equipment

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: £237,645

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

(1) Purchase of Static Medical Imaging Equipment for clinical training of Radiography Students.

(2) Decomissioning, Removal, Transportation, Reinstallation and Re-Commissioning of existing static medical imaging equipment from Ulster University Campus, Jordanstown to Ulster University Campus, Magee as part of the relocation of the Allied Health Professional Services courses to Magee Campus.

(3) Planned preventative maintenance for 3 x years for new equipment plus planned preventative maintenance for 3 x years for existing equipment.

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the contract for the purchase of new equipment and the relocation of existing equipment will be a one-off purchase.

A contract for planned preventative maintenance will be awarded for a 3 year period.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The estimated total value stated above in Section II.1.7 includes the following:

(1) Purchase of new equipment : £172,500.00

(2) Relocation of Existing equipment: £39,000.00

(3) Planned preventative maintenance for both machines for a 3 year period: £26,145.00


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The products involved are manufactured purely for the purpose of research, experiment, study or development
  • Additional deliveries by the original supplier

Explanation:

(1) Removal/Reinstallation & Commissioning of Existing Equipment

Allowing a supplier other than the original supplier to remove, transport and reinstall the existing equipment from the Jordanstown Campus to the Magee campus would result in technical difficulties in operation and maintenance of the equipment.

(2) Purchase of Additional Equipment

Regulation 32(5)(b) allows for the extension of the existing Carestream equipment. By purchasing the equipment via Medray, this will allow the University to achieve its teaching objectives of providing a clinical environment for training radiography students in line with an NHS environment. The additional equipment will run parallel to the existing equipment, sharing the same instrument control, data processing and archiving software packaging, thereby ensuring complete compatibility across the radiography suite.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Title

Static Medical Imaging Equipment

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

14 April 2022

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Medray Imaging Systems Ltd

Unit B5 Clonlara Avenue

Dublin 22

Country

Ireland

NUTS code
  • IE0 - Ireland
The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: £237,645

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

The University shall instruct a mandatory 10 standstill period commencing on Friday 15 April 2022 ending on Midnight on Wednesday 27 April 2022 and will not enter into a contract until after this standstill period finishes.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any proceedings alleging that the University is in breach of its duties under the Public Contract Regulations 2015 must be started in the High Court of Northern Ireland, in accordance with the time limits set out in those Regulations. The University will not enter into the contract before the end of a period of at least 10 days beginning with the day after the date on which this voluntary transparency notice is published in the Official Journal.