Opportunity

Provision of MRI Scanners and Associated Partnership: Gray’s Inn Road Neuroscience Centre

  • University College London Hospitals NHS FT

F02: Contract notice

Notice reference: 2021/S 000-019422

Published 11 August 2021, 10:26am



Section one: Contracting authority

one.1) Name and addresses

University College London Hospitals NHS FT

250 Euston Road

London

NW1 2PG

Contact

Tom Lawson

Email

tomlawson@nhs.net

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.uclh.nhs.uk

Buyer's address

https://www.uclh.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of MRI Scanners and Associated Partnership: Gray’s Inn Road Neuroscience Centre

Reference number

UCLH-2722

two.1.2) Main CPV code

  • 33113100 - Magnetic resonance scanners

two.1.3) Type of contract

Supplies

two.1.4) Short description

The contracting authority (UCLH), in conjunction with University College London (UCL), wish to procure MRI scanners for the new UCL/UCLH Gray’s Inn Road Neuroscience Centre currently under construction, with the imaging facility planned to open in Q1 2024.The facility requires six (6) new MRI scanners; a combination of 3T and 7T systems UCL and UCLH are also joining efforts to establish a world leading Quantitative Neuroradiology Innovation and Adoption Centre (QUINIAC) to accelerate the clinical adoption of new quantitative neuroradiology tools to improve patient care through providing earlier and more certain diagnosis or treatment management decisions. To accomplish this objective QUINIAC are looking to form a partnership with the successful supplier.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London

two.2.4) Description of the procurement

Competitive Procurement with NegotiationThe contracting authority wish to procure MRI scanners for the new UCL/UCLH Gray’s Inn Road Neuroscience Centre currently under construction, with the imaging facility planned to open in Q1 2024.The facility requires six (6) new MRI scanners; a combination of 3T and 7T systems UCL and UCLH are also joining efforts to establish a world leading Quantitative Neuroradiology Innovation and Adoption Centre (QUINIAC) to accelerate the clinical adoption of new quantitative neuroradiology tools to improve patient care through providing earlier and more certain diagnosis or treatment management decisions. To accomplish this objective QUINIAC are looking to form a partnership with the successful supplier.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

132

This contract is subject to renewal

Yes

Description of renewals

Contract Award - Feb 2022, Install Scanner ~ 2023.Up to 10 years of maintenance from install resulting in a contract of ~132 months.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Top 3 scores in SQ

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

As detailed in tender documentation

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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.2.2) Time limit for receipt of tenders or requests to participate

Date

10 September 2021

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 September 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals