Tender

800,000

  • National Physical Laboratory

F02: Contract notice

Notice identifier: 2023/S 000-033605

Procurement identifier (OCID): ocds-h6vhtk-041998

Published 14 November 2023, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

National Physical Laboratory

Hampton Road

Teddington

TW11 0LW

Contact

Charley Choules

Email

charley.choules@npl.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.npl.co.uk

one.3) Communication

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

https://lupc.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://lupc.bravosolution.co.uk/

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

800,000

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

The National Physical Laboratory [NPL] requirement is for a Variable Field Nuclear Magnetic Resonance (NMR) spectrometer for the measurement of T1, T2, T2*, apparent diffusion coefficient, and proton density fat fraction in the liquid state. The purpose is to enable traceable, high-precision measurements of these measurands, to allow for the development of metrological standards for Magnetic Resonance Imaging (MRI). The ITT is separated into two components; the Instrument, and the Facility. We welcome tenders for either or both.

The Instrument should comprise an NMR Spectrometer, with all associated componentry (e.g., the magnet, console, probe(s), temperature control system, shims, and workstation). This should be a fully programmable spectrometer, with the capability to measure the NMR spectra of chosen samples using appropriate pulse sequences and export the resulting data to an appropriate data storage or archival facility. The magnetic field should be variable, with the ability to change the field on a monthly basis. The magnetic field should be able to reach clinically relevant MRI fields (e.g., 1.5, 2.9, 3.0, 5.0, 7.0 T), and have the capability for lower field strengths down to 0.1 T or lower. The spectrometer should be compatible with the existing equivalent facility at NIST Boulder.

The Facility should comprise a ‘room-within-a-room’ NMR Laboratory, including a dedicated power supply. This Facility should be shielded from RF, magnetic, and vibrational interference sufficiently such that a future MRI scanner could be installed adjacent. It should include temperature regulation to ensure a set point of 20C +- 0.5C is always maintainable, with temperature, humidity, and pressure monitoring. The Facility should be access controlled in a manner compatible with the NPL access control system, and include provision for lone working, and appropriate safety features. It must follow all necessary safety regulations, including with regards to signage.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Instrument should comprise an NMR Spectrometer, with all associated componentry (e.g., the magnet, console, probe(s), temperature control system, shims, and workstation). This should be a fully programmable spectrometer, with the capability to measure the NMR spectra of chosen samples using appropriate pulse sequences and export the resulting data to an appropriate data storage or archival facility. The magnetic field should be variable, with the ability to change the field on a monthly basis. The magnetic field should be able to reach clinically relevant MRI fields (e.g., 1.5, 2.9, 3.0, 5.0, 7.0 T), and have the capability for lower field strengths down to 0.1 T or lower. The spectrometer should be compatible with the existing equivalent facility at NIST Boulder.

two.2.5) Award criteria

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

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

End date

31 January 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Facility should comprise a ‘room-within-a-room’ NMR Laboratory, including a dedicated power supply. This Facility should be shielded from RF, magnetic, and vibrational interference sufficiently such that a future MRI scanner could be installed adjacent. It should include temperature regulation to ensure a set point of 20C +- 0.5C is always maintainable, with temperature, humidity, and pressure monitoring. The Facility should be access controlled in a manner compatible with the NPL access control system, and include provision for lone working, and appropriate safety features. It must follow all necessary safety regulations, including with regards to signage.

two.2.5) Award criteria

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

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

End date

31 January 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Date

14 December 2023

Local time

3:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

14 December 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NPL Management

Teddington

Country

United Kingdom