Award

HfSA MRI

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

21 Mar 2017 at 00:00

Tender

24 Nov 2016 at 00:00

Summary of the contracting process

The University of Edinburgh is seeking suppliers for the "HfSA MRI" contract, which involves the supply, delivery, and installation of a new or refurbished MRI scanner, alongside an off-site manufactured building to house the scanner. This open procedure tender is situated in the education sector, specifically within the healthcare services provided at the Hospital for Small Animals, Easter Bush Campus, Mid Lothian (EH25 9RG). The tender is currently in the active stage, with submissions due by 12:00 on 6th January 2017. The total contract value is approximately £1,000,000, and the award of the contract will follow shortly after the submission deadline.

This tender presents significant growth opportunities for businesses specialising in medical equipment supply, construction, and facilities management. Companies that provide durable, secure building solutions and advanced medical imaging technologies would be particularly well-suited to compete. Additionally, businesses with a strong track record in managing complex projects effectively and those able to demonstrate relevant experience and financial stability will find this tender aligns with their capabilities. The contract has the potential for a longer-term engagement, creating an ongoing business relationship with the University of Edinburgh.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

HfSA MRI

Notice Description

Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.

Lot Information

Lot 1

This requirement includes the provision of a new or refurbished minimum 1.5T MRI scanner and external, weather proof, and secure facility to house the scanner. The facility must include a faraday caged scan room, control room and plant room, provided as a turnkey package. We anticipate the facility will be required for 5 to 7 years in the first instance, however this timescale could increase; as such the tendered system and facility must have the necessary longevity and durability to account for this. The facility will be staffed by our own imaging specialists, including MR trained staff. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Renewal: This Contract period is initially for 1 year, with the option to extend for a period of 7 years for a maintenance contract

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000470164
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR277782
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

33113100 - Magnetic resonance scanners

44211100 - Modular and portable buildings

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
£1,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Mar 20178 years ago
Submission Deadline
6 Jan 2017Expired
Future Notice Date
Not specified
Award Date
21 Feb 20179 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Not specified
Contact Email
jen.paterson@ed.ac.uk
Contact Phone
+44 1316514575

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
UKM25 Edinburgh, City of

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV265041
    HfSA MRI - Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR277782
    HfSA MRI - Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000470164-2017-03-21T00:00:00Z",
    "date": "2017-03-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000470164",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-12",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "jen.paterson@ed.ac.uk",
                "telephone": "+44 1316514575",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-28",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "jen.paterson@ed.ac.uk",
                "telephone": "+44 1316514575",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-28"
    },
    "tender": {
        "id": "EC0697",
        "title": "HfSA MRI",
        "description": "Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44211100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Hospital for Small Animals (HfSA), Easter Bush Campus, Mid Lothian, EH25 9RG."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-01-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-01-06T14:00:00Z"
        },
        "documents": [
            {
                "id": "NOV265041",
                "documentType": "contractNotice",
                "title": "HfSA MRI",
                "description": "Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV265041",
                "format": "text/html"
            },
            {
                "id": "MAR277782",
                "documentType": "awardNotice",
                "title": "HfSA MRI",
                "description": "Contract for the supply, delivery and installation of a new or refurbished MRI scanner, together with the supply, delivery and positioning of an off-site manufactured building solution to house the scanner and link corridor/walkway. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR277782",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This requirement includes the provision of a new or refurbished minimum 1.5T MRI scanner and external, weather proof, and secure facility to house the scanner. The facility must include a faraday caged scan room, control room and plant room, provided as a turnkey package. We anticipate the facility will be required for 5 to 7 years in the first instance, however this timescale could increase; as such the tendered system and facility must have the necessary longevity and durability to account for this. The facility will be staffed by our own imaging specialists, including MR trained staff. This requirement is not divided into Lots due to the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Contract period is initially for 1 year, with the option to extend for a period of 7 years for a maintenance contract"
                }
            }
        ],
        "bidOpening": {
            "date": "2017-01-06T14:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 4A.1 Statement If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015)."
                },
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 2,000,000 GBP for the last 3 years. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance = 2,000,000 GBP Product Liability Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and to confirm that they have available their 2 most recent sets of annual audited accounts including profit and loss information, which will be requested at a later stage."
                },
                {
                    "type": "technical",
                    "description": "ESPD 4C.1.2 Statement Bidders will be required to provide 3 examples from the previous 5 years that demonstrate that they have the relevant experience to deliver the goods and services as described in part II.2.4 of the OJEU Contract Notice. These examples must be of comparable value and complexity to the current requirement of a self-contained outdoor MRI facility that will operate on a medium to long term basis. Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T. Responses should contain the following information for each example: Project Value Dates Client contact information Description of project Client testimonials if available Colour photographs if available NOTE: If you are unable to provide examples please explain why",
                    "minimum": "ESPD 4D.1 1st Statement Quality Management. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). ESPD 4D.1 2nd Statement Health and Safety. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D1.1 2nd Statement Health and Safety. If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "33113100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 229-417090"
        }
    ],
    "description": "(SC Ref:488853)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000470164"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000470164"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0697",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0697",
            "awardID": "EC0697",
            "status": "active",
            "dateSigned": "2017-02-21T00:00:00Z"
        }
    ]
}