Contract award notice

Information

Published

Date of dispatch of this notice: 10/12/2020

External Reference: 2020-277104

TED Reference: 2020/S 244-604263

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Royal College of Surgeons in Ireland
N/A
123 St Stephens Green
Dublin
Dublin 2
IE
Contact person: Ian Miller
Telephone: +353 14022394
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Other type:  University
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MicroCT Rerun The system must be a compact stand-alone instrument which provides the means of imaging samples and living animals using X-ray micro-computed tomography (microCT).
Reference number:  174984
II.1.2)

Main CPV code

33110000  -  Imaging equipment for medical, dental and veterinary use
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

A compact stand-alone instrument which provides the means of imaging samples and living animals using X-ray micro-computed tomography (microCT).
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  408309.34  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

33100000  -  Medical equipments
II.2.4)

Description of the procurement

The system must be a compact stand-alone instrument which provides the means of imaging samples and living animals using X-ray micro-computed tomography (microCT).
Product Requirement:
The microCT must contain a gantry with a micro-focus X-ray source and a high temporal resolution that performs continuous rotation during imaging.
The microCT must have adjustable X-ray source to Subject geometry, so that image resolution and field of view (FOV) can be user-defined.
The FOV, resolution, and scan times must be controlled with pre-determined scanning modes. No micro CT recalibration should be required when scanning modes are changed.
The microCT must have an X-ray shielding and interlocking mechanism that is approved by radiation safety authorities.
The microCT must allow imaging of samples and full-size live animals (e.g. mice, hamsters, rats, guinea pigs, rabbits), and must be equipped with a motor-controlled stage/bed upon which samples or animals are placed. The stage/bed must be translatable in X, Y, and Z directions to allow precise positioning inside the scanner. The position of the stage/bed must be displayed in real-time on a computer screen as a video image.
For live animal imaging, the microCT must provide real-time video display of the animal during the scan on the computer screen and through an X-ray protective transparent window.
The microCT must be equipped with easily removable and cleanable protective gantry covers which prevent sample or animal loss inside the scanner or contamination of its internal components.
For live animal imaging, the microCT must permit the use of external instrumentation such as gas anaesthesia, injection pumps, physiological monitoring equipment by the means of placing them in a near vicinity to the imaged subject or through X-ray shielded channels or openings.
The microCT must have a warranty of no less than 12 months from the date of installation.
The microCT must be manufactured by a company which has been certified and registered as ISO compliant. Copies of the certifications showing corresponding certification ID numbers must be provided.
The microCT supplier must have at least a 3-year-long record of peer reviewed publications showing that previous and current models of their microCT instrumentation were successfully used for dental, bone, pulmonary, cardio-vascular, metabolic, kidney, oncology, material sciences and specimen imaging.
The microCT supplier must provide five reference sites for already delivered within the EU systems where the instruments were used for microCT specific applications. The referenced deliveries must not be older than three years.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of equipment  /  Weighting:  50
Quality criterion  -  Name:  References and Experience of Seller  /  Weighting:  10
Quality criterion  -  Name:  Technical Support, Maintenance and after sales service offered  /  Weighting:  10
Price  -  Weighting:  30
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The funding for this is equipment is from Science Foundation Ireland and RCSI.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 165-400251
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: The system must be a compact stand-alone instrument which provides the means of imaging samples and living animals using X-ray micro-computed tomography (microCT).

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/12/2020
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

PERKIN ELMER IRELAND
9672593L
C17 The Excnange, CALMOUNT PARK
DUBLIN
BALLYMOUNT
IE
Telephone: +353 012501100
Fax: +353 012501199
Internet address: http://www.perkinelmer.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  408309.34  EUR
Total value of the contract/lot:  408309.34  EUR

Section VI: Complementary information

VI.3)

Additional information

This equipment is primarily funded by Science Foundation Ireland under their Infrastructure program and is part funded by RCSI.
VI.4)

Procedures for review

VI.4.1)

Review body

RCSI
Dublin
IE