Awarded contract

Positron Emission Tomography (PET) and Cyclotron (CT) - PET CT Scanner

  • Cardiff University

F03: Contract award notice

Notice reference: 2024/S 000-010678

Published 3 April 2024, 8:56am



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Email

ScoleyP@cardiff.ac.uk

Telephone

+44 2920879648

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Positron Emission Tomography (PET) and Cyclotron (CT) - PET CT Scanner

Reference number

CU.696.JD

two.1.2) Main CPV code

  • 33113110 - Nuclear magnetic resonance scanners

two.1.3) Type of contract

Supplies

two.1.4) Short description

PET CT Scanner

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33113110 - Nuclear magnetic resonance scanners
  • 33115100 - CT scanners

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

Procurement of a replacement PET CT Scanner for Cardiff University that will be used for both treatment/diagnosis of patients as well as for research purposes. The successful supplier will be responsible for:

1. Procurement of the new PET CT Scanner;

2. Removal and onward sale of the existing equipment;

3. Installation of the PET CT Scanner through a Turnkey Works Project;

4. Managing the Service Maintenance for up to 10 years;

5. Training staff to use the new equipment;

two.2.5) Award criteria

Quality criterion - Name: as per procurement docs / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-007111


Section five. Award of contract

Contract No

CU.696.JD

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

Delivery will be in three Phases as follows:

1. Phase 1 - The Procurement Phase;

2. Phase 2 - The Works/Turnkey Phase;

3. Phase 3 - The Maintenance Service Phase.

(WA Ref:140430)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom