Awarded contract

Specialist Sports Equipment

  • Manchester Metropolitan University

F03: Contract award notice

Notice reference: 2021/S 000-023074

Published 16 September 2021, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

Manchester Metropolitan University

All Saints Building

Manchester

Email

michael.kelly@mmu.ac.uk

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://www2.mmu.ac.uk/

Buyer's address

https://in-tendhost.co.uk/mmu/aspx/Home

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

Specialist Sports Equipment

Reference number

MMU1037

two.1.2) Main CPV code

  • 37400000 - Sports goods and equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Manchester Metropolitan University is seeking to appoint through a competitive tender process, a supplier(s) of Specialist Sport Equipment for our Institute of Sport which is currently approaching building construction completion and opens in January 2022

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Package 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 37400000 - Sports goods and equipment

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester

two.2.4) Description of the procurement

We require a specialist instrumented treadmill for sports science and sports medicine research providing measurements of three-dimensional ground reaction forces and torques. With a deck size of at approximately 170/65cm or larger, it should also provide a range of belt speeds, elevation to +20%, reverse belt rotation (for downhill running), safety arch plus harness and matt black colour finish to reduce interference with motion capture devices (Mocap).A computer interface and all necessary software, cables, synchronisation and other peripherals needed for operating the treadmill and integrating additional devices should be included, along with software license options, installation and training.Additional devices, including IMUs and EMG may be included in the tender response, but must be clearly priced and identified as optional extras. Mocap will be sourced separately and should not be included in the tender response. The treadmill will be housed in a biomechanics research laboratory on the first floor of the building with double-height clearance. Maximum 32A 3 phase commando socket supply available. Stairway (1.3m wide x 3.0m long x 2.0m high with 1.3m x 3.0m half landing) and service lift to the rear of the building 1.85m deep x 1.45m wide x 2.10m high (900mm wide door) and rated to 1,350kg access are possible. For use, the treadmill will be moved from its storage location at the edge of the laboratory to its testing location towards the centre of the laboratory. Installation and floor fixings should be included. The floor provides 75mm concrete screed with rubber floor finish.

two.2.5) Award criteria

Price

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

two.2) Description

two.2.1) Title

Package 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 37400000 - Sports goods and equipment

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester

two.2.4) Description of the procurement

We require FOUR performance testing treadmills for sports science and sports medicine research.1. One single wide-belt treadmill of approximately 250/125 cm for running and wheelchair testing. Must have matt black finish, wheelchair ramp and stability harness. To be situated on the ground floor laboratory with floor-ceiling clearance of 3.3m (TBC). Maximum 32A 3 phase commando socket supply available.2. One treadmill suitable for use in our extreme environment chamber with temperature ranging from -20 to 40 C. To be situated on the ground floor laboratory with floor-ceiling clearance of 3.0m generally (2.80m at the sides). Maximum 16A 3 phase commando socket supply available.3. Two performance testing treadmills. To be situated on a first-floor laboratory with floor-ceiling clearance of 3.0m. 240v standard power socket supplies available.With a deck size at least 170/65cm or larger, these treadmills must provide a range of belt speeds, elevation to +20% and safety arch plus harness.Where appropriate, a computer interface and all necessary software, cables, synchronisation and other peripherals needed for operating the treadmill and integrating additional devices should be included, along with software license options, installation and training. Reverse belt rotation (for downhill running) should be priced clearly as optional extras.These treadmills should be delivered and installed in November or December 2021, or an agreed date soon afterwards.

two.2.5) Award criteria

Price

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

two.2) Description

two.2.1) Title

Package 3

Lot No

3

two.2.2) Additional CPV code(s)

  • 37400000 - Sports goods and equipment

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester

two.2.4) Description of the procurement

We require a Dual-Energy X-Ray Absorptiometer for sports medicine and other clinical research purposes. A large bed size and scanning window with high weight limit are needed to accommodate the full range of body sizes, including large athletes and obese patients. A phantom and other necessary calibration or peripherals should be included. Research-grade image resolution and quality are of high importance.Computer interface, software and scanning sequences should enable analytics for bone, fat and lean mass of total body and regional sites, as well as bone characteristics at clinically relevant regions of interest including the femur and spine. Tender responses should include the scanner, computer interface, software license options, servicing options, installation and training. The scanner will be located in a ground-floor laboratory and should be installed in November or December 2021, or an agreed date soon afterwards.

two.2.5) Award criteria

Price

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019028


Section five. Award of contract

Contract No

MMU1037A

Lot No

1

Title

Package 1

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

MMU1037A

Lot No

2

Title

Package 2

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

MMU1037A

Lot No

3

Title

Package 3

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.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales, Technology and Construction Court

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom