Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870124227
Country
United Kingdom
NUTS code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
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) Decommissioning, 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 Health Sciences 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.2.5) Award criteria
Price
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The products involved are manufactured purely for the purpose of research, experiment, study or development
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
- 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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-010105
Section five. Award of contract
Contract No
26905
Title
Static Medical Imaging Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 April 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Medray Imaging Systems Ltd
Unit B5 Clonlara Avenue
Dublin 22
Country
Ireland
NUTS code
- IE0 - Ireland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £237,645
Total value of the contract/lot: £237,645
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Irleand
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
The University incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to all tenderers. The standstill period provided time for unsuccessful tenderers to challenge the award decision before the contract was 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 (Northern Ireland).