Award

EC0745 fMRI equipment SINAPSE

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

24 May 2017 at 00:00

Tender

23 Nov 2016 at 00:00

Summary of the contracting process

The procurement process involves the University of Edinburgh as the primary buying organisation, seeking suppliers for the "EC0745 fMRI equipment SINAPSE" project. This initiative is situated in the education sector and focuses on the supply and installation of fMRI equipment for MRI centres within a consortium of Scottish universities, including the University of Aberdeen, University of Dundee, and University of Glasgow. The procurement method is an open procedure, and the tender period ended on 23rd December 2016, leading into the award stage following that date.

This tender presents significant opportunities for businesses specialising in medical equipment and technology, particularly those with experience in fMRI-compatible products. Companies that can demonstrate compliance with stringent selection criteria, including technical qualifications and relevant insurance coverage, would be well-suited to compete. The involvement of multiple universities within the consortium further highlights the potential for collaborative projects and ongoing engagement in the education sector.

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

EC0745 fMRI equipment SINAPSE

Notice Description

Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.

Lot Information

MRI Compatible Video Projectors

The video projector must have a shielding mechanism from the magnetic field up to 7 Tesla, have a resolution of at least 1920(H) by 1080(V) pixels and a frame rate of at least 60Hz for colour images. A screen to project the visual information must also be provided, the resolution of which shall be considered. The projector should be able to project through the waveguide (Projection horizontal screen size 60cm, Projection screen distance up to 474cm). The interfacing capabilities between the stimulation PC and the video projector are of primary importance. The device must not be software specific, i.e. any stimulation software able to send information. The capacity to interface with other (video or audio) devices other than the ones of the supplier shall also be considered. It must be specified how synchronization between the video card and the display is achieved (for instance, a buffer is used to achieve an exact timing on screen corresponding to N ms after the PC send the information).. 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: 12 months extension option

MRI Compatible Screen

The display must be a large screen (32 inches) with a resolution of 1920(H) by 1080(V) pixels and a refresh rate of at least 60Hz. The interfacing capabilities between the stimulation PC and the screen are of primary importance, in particular it must be specified how synchronization between the video card and the display is achieved (or if for instance there is a buffer to ensure a fixed delay).. 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: 12 months extension option

Eye Tracker

The eye tracker must be MRI compatible, up to 7 Tesla. It must have an acquisition rate of at least 60 Hz, have an easy interface with other fMRI related equipment. Importantly, training in setting up and acquire the data is also required at the installation.. 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: 12 months extension option

Eye Glasses

Eye glasses must be MRI compatible, up to 7 Tesla, and provide a range of optical corrections.. 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: 12 months extension option

Goggles with/without Eye Tracker

Goggles must have a resolution of at least 1920(H) x 1080(V) pixels and a refresh rate of at least 60Hz. They must have a built in diopter correction system. The interfacing capabilities between the stimulation PC and the googles are of primary importance, in particular it must be specified how synchronization between the video card and the display is achieved (or if for instance there is a buffer to ensure a fixed delay).. 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: 12 months extension option

Earphones

The system must allow bi-directional communication and earphones must be using electrodynamic or electrostatic technology. They must be MRI compatible, up to 7 Tesla. The interfacing capabilities between the stimulation PC and the earphones are of primary importance. The device must not be software specific, i.e. any stimulation software able to send information. It must be specified how synchronization between the audio card and the earphone is achieved (what is the delay between the audio card and the stimulus delivery).. 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: 12 month extension option

Head Phones

The system must allow bi-directional communication and earphones must be using electrodynamic or electrostatic technology. An important factor to specify is the thickness, with a maximum of 26mm. Detail of the frequency range and responses is requested and will be taken into consideration. The interfacing capabilities between the stimulation PC and the earphones are also of importance. The device must not be software specific, i.e. any stimulation software able to send information. It must be specified how synchronization between the audio card and the earphone is achieved (what is the delay between the audio card and the stimulus delivery).. 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: 12 month extension option

Response Pads

Response devices must be MRI compatible up to 7 Tesla. The device must not be software specific, i.e. any software must be able to read information from the device. The amount of pressure to apply to trigger a response must be specified. The lot must be composed of two sets of - The 1st set must include 2 devices with 1 or 2 buttons only. - The 2nd is composed of a single response device, which must have a least 4 buttons.. 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: 12 month extension option

MRI/PC synchronization device

The proposed device must interface easily with the scanner (electrical and optical input) and the PC use for stimulation (serial and USB).. 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: 12 month extension option

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000472063
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284192
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
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


CPV Codes

33110000 - Imaging equipment for medical, dental and veterinary use

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 May 20178 years ago
Submission Deadline
23 Dec 2016Expired
Future Notice Date
Not specified
Award Date
1 May 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Additional Buyers

UNIVERSITY OF ABERDEEN

UNIVERSITY OF DUNDEE

UNIVERSITY OF GLASGOW

Contact Name
Not specified
Contact Email
andrew.helmn@ed.ac.uk, jen.paterson@ed.ac.uk, kathy.watson@glasgow.ac.uk, procurement@abdn.ac.uk, t.templeman@dundee.ac.uk
Contact Phone
+44 1224274467, +44 1312427424, +44 1316514575, +44 1382386811, +44 1413304113

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
UKM25 Edinburgh, City of

Local Authority
Glasgow City
Electoral Ward
Hillhead
Westminster Constituency
Glasgow North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV265038
    EC0745 fMRI equipment SINAPSE - Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284192
    EC0745 fMRI equipment SINAPSE - Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.

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-r6ebe6-0000472063-2017-05-24T00:00:00Z",
    "date": "2017-05-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000472063",
    "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-16",
            "name": "University of Aberdeen",
            "identifier": {
                "legalName": "University of Aberdeen"
            },
            "address": {
                "streetAddress": "University Office, King's College",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB24 3FX"
            },
            "contactPoint": {
                "email": "procurement@abdn.ac.uk",
                "telephone": "+44 1224274467",
                "faxNumber": "+44 1224273875"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-17",
            "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": "andrew.helmn@ed.ac.uk",
                "telephone": "+44 1312427424",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "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-18",
            "name": "University of Aberdeen",
            "identifier": {
                "legalName": "University of Aberdeen"
            },
            "address": {
                "streetAddress": "University Office, King's College",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB24 3FX"
            },
            "contactPoint": {
                "email": "procurement@abdn.ac.uk",
                "telephone": "+44 1224274467",
                "faxNumber": "+44 1224273875"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-19",
            "name": "University of Dundee",
            "identifier": {
                "legalName": "University of Dundee"
            },
            "address": {
                "streetAddress": "Procurement, 3rd Floor, Tower Building, Nethergate",
                "locality": "Dundee",
                "region": "UKM21",
                "postalCode": "DD1 4HN"
            },
            "contactPoint": {
                "email": "T.Templeman@dundee.ac.uk",
                "telephone": "+44 1382386811"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-20",
            "name": "University of Glasgow",
            "identifier": {
                "legalName": "University of Glasgow"
            },
            "address": {
                "streetAddress": "Procurement Office, (Tay House)",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G12 8QQ"
            },
            "contactPoint": {
                "email": "Kathy.Watson@glasgow.ac.uk",
                "telephone": "+44 1413304113",
                "faxNumber": "+44 0000000000"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-17"
    },
    "tender": {
        "id": "EC0745",
        "title": "EC0745 fMRI equipment SINAPSE",
        "description": "Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "33110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "9"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2016-12-23T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2016-12-23T13:00:00Z"
        },
        "documents": [
            {
                "id": "NOV265038",
                "documentType": "contractNotice",
                "title": "EC0745 fMRI equipment SINAPSE",
                "description": "Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV265038",
                "format": "text/html"
            },
            {
                "id": "MAY284192",
                "documentType": "awardNotice",
                "title": "EC0745 fMRI equipment SINAPSE",
                "description": "Supply and installation of fMRI equipment in the MRI centres involved in SINAPSE, a consortium of Scottish universities aiming to create a strong dynamic network for a shared environment for strategic research development in brain imaging (http://www.sinapse.ac.uk/). Institutions include University of Edinburgh, University of Aberdeen, University of Glasgow and University of Dundee. 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284192",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "MRI Compatible Video Projectors",
                "description": "The video projector must have a shielding mechanism from the magnetic field up to 7 Tesla, have a resolution of at least 1920(H) by 1080(V) pixels and a frame rate of at least 60Hz for colour images. A screen to project the visual information must also be provided, the resolution of which shall be considered. The projector should be able to project through the waveguide (Projection horizontal screen size 60cm, Projection screen distance up to 474cm). The interfacing capabilities between the stimulation PC and the video projector are of primary importance. The device must not be software specific, i.e. any stimulation software able to send information. The capacity to interface with other (video or audio) devices other than the ones of the supplier shall also be considered. It must be specified how synchronization between the video card and the display is achieved (for instance, a buffer is used to achieve an exact timing on screen corresponding to N ms after the PC send the information).. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension option"
                }
            },
            {
                "id": "2",
                "title": "MRI Compatible Screen",
                "description": "The display must be a large screen (32 inches) with a resolution of 1920(H) by 1080(V) pixels and a refresh rate of at least 60Hz. The interfacing capabilities between the stimulation PC and the screen are of primary importance, in particular it must be specified how synchronization between the video card and the display is achieved (or if for instance there is a buffer to ensure a fixed delay).. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension option"
                }
            },
            {
                "id": "3",
                "title": "Eye Tracker",
                "description": "The eye tracker must be MRI compatible, up to 7 Tesla. It must have an acquisition rate of at least 60 Hz, have an easy interface with other fMRI related equipment. Importantly, training in setting up and acquire the data is also required at the installation.. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension option"
                }
            },
            {
                "id": "4",
                "title": "Eye Glasses",
                "description": "Eye glasses must be MRI compatible, up to 7 Tesla, and provide a range of optical corrections.. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension option"
                }
            },
            {
                "id": "5",
                "title": "Goggles with/without Eye Tracker",
                "description": "Goggles must have a resolution of at least 1920(H) x 1080(V) pixels and a refresh rate of at least 60Hz. They must have a built in diopter correction system. The interfacing capabilities between the stimulation PC and the googles are of primary importance, in particular it must be specified how synchronization between the video card and the display is achieved (or if for instance there is a buffer to ensure a fixed delay).. 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": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months extension option"
                }
            },
            {
                "id": "6",
                "title": "Earphones",
                "description": "The system must allow bi-directional communication and earphones must be using electrodynamic or electrostatic technology. They must be MRI compatible, up to 7 Tesla. The interfacing capabilities between the stimulation PC and the earphones are of primary importance. The device must not be software specific, i.e. any stimulation software able to send information. It must be specified how synchronization between the audio card and the earphone is achieved (what is the delay between the audio card and the stimulus delivery).. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 month extension option"
                }
            },
            {
                "id": "7",
                "title": "Head Phones",
                "description": "The system must allow bi-directional communication and earphones must be using electrodynamic or electrostatic technology. An important factor to specify is the thickness, with a maximum of 26mm. Detail of the frequency range and responses is requested and will be taken into consideration. The interfacing capabilities between the stimulation PC and the earphones are also of importance. The device must not be software specific, i.e. any stimulation software able to send information. It must be specified how synchronization between the audio card and the earphone is achieved (what is the delay between the audio card and the stimulus delivery).. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 month extension option"
                }
            },
            {
                "id": "8",
                "title": "Response Pads",
                "description": "Response devices must be MRI compatible up to 7 Tesla. The device must not be software specific, i.e. any software must be able to read information from the device. The amount of pressure to apply to trigger a response must be specified. The lot must be composed of two sets of - The 1st set must include 2 devices with 1 or 2 buttons only. - The 2nd is composed of a single response device, which must have a least 4 buttons.. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 month extension option"
                }
            },
            {
                "id": "9",
                "title": "MRI/PC synchronization device",
                "description": "The proposed device must interface easily with the scanner (electrical and optical input) and the PC use for stimulation (serial and USB).. 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",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 month extension option"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2016-12-23T13:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": 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.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 = 1,000,000 GBP Product Liability Insurance = 1,000,000 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 have available their 2 most recent sets of annual audited accounts including profit and loss information."
                },
                {
                    "type": "technical",
                    "description": "NOTE: In PCS-T, response to [4C.1.2] should be given as clearly labelled attachments to this question. Where multiple statements correspond to a single ESPD question, suppliers must have regard for all statements when submitting responses. ESPD 4C.1.2 Statement Bidders will be required to provide three examples/testimonials, from the past three years, that demonstrate that they have the relevant experience to deliver the MRI compatible supplies as described in part II.2.4 of the OJEU Contract Notice."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 9
            }
        },
        "classification": {
            "id": "33110000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "This procurement includes additional procurement-specific minimum requirements which are detailed in the Concluding Statements box of the Qualification Envelope in PCS-T. Lot 5 was not awarded as the suppliers that bid for this equipment failed the minimum standards. (SC Ref:490225)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000472063"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000472063"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0745-1",
            "title": "MRI Compatible Video Projectors",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "EC0745-2",
            "title": "MRI Compatible Screen",
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "EC0745-3",
            "title": "Eye Tracker",
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "EC0745-4",
            "title": "Eye Glasses",
            "relatedLots": [
                "4"
            ]
        },
        {
            "id": "EC0745-5",
            "title": "Earphones",
            "relatedLots": [
                "6"
            ]
        },
        {
            "id": "EC0745-6",
            "title": "Head Phones",
            "relatedLots": [
                "7"
            ]
        },
        {
            "id": "EC0745-7",
            "title": "Response Pads",
            "relatedLots": [
                "8"
            ]
        },
        {
            "id": "EC0745-8",
            "title": "MRI/PC synchronization device",
            "relatedLots": [
                "9"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0745-1",
            "awardID": "EC0745-1",
            "title": "MRI Compatible Video Projectors",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-2",
            "awardID": "EC0745-2",
            "title": "MRI Compatible Screen",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-3",
            "awardID": "EC0745-3",
            "title": "Eye Tracker",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-4",
            "awardID": "EC0745-4",
            "title": "Eye Glasses",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-5",
            "awardID": "EC0745-5",
            "title": "Earphones",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-6",
            "awardID": "EC0745-6",
            "title": "Head Phones",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-7",
            "awardID": "EC0745-7",
            "title": "Response Pads",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "EC0745-8",
            "awardID": "EC0745-8",
            "title": "MRI/PC synchronization device",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 228-414916"
        }
    ]
}