Contract notice

Information

Published

Date of dispatch of this notice: 24/06/2022

Expire date: 05/08/2022

External Reference: 2022-220858

TED Reference: 2022/S 123-349211

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Siobhan Ryan
Telephone: +353 61234664
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=217390&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LA1911C NUIG RFT for the Provision of Advanced Cardiovascular MRI & CT Imaging Analysis Software (2 Lots)
II.1.2)

Main CPV code

48180000  -  Medical software package
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The CORRIB Core Lab is looking for expanding current post-processing imaging analysis software portfolio by acquiring suit(S)/platform(S) for advanced computed tomography and magnetic imaging software for analysis of cardiovascular imaging datasets. Tenders are sought for the Provision of Advanced Cardiovascular MRI & CT Imaging Analysis Software solution.. This tender consists of 2 lots, Tenderers can submit proposal for multiple or individual lots. Cloud based and on premises solutions will be considered as part of the overall tender evaluation.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - MRI Imaging Analysis Software
Lot No:  1
II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48190000  -  Educational software package
48211000  -  Platform interconnectivity software package
48328000  -  Image-processing software package
48422000  -  Software package suites
48461000  -  Analytical or scientific software package
48800000  -  Information systems and servers
48810000  -  Information systems
48814000  -  Medical information systems
48814400  -  Clinical information system
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1 MRI Imaging Analysis Software
This lot is designed to include all technical and support needs required by the CORRIB Core Lab for the analysis of MRI materials. It includes items such as general technical requirements that the software must comply with, specific MRI requirements, data processing, security and validation requirements.
The MRI software must allow for analysis of basic cardiac MRI parameters in line with the most recent guidelines including functional areas and lesions, and analysing cardiovascular dimensions, morphology and myocardial function.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term of warranty and/or service contracts for a period or periods of up to twelve months [1 Year] with a maximum of (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Lot 2 - CT Imaging Analysis Software
Lot No:  2
II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48190000  -  Educational software package
48211000  -  Platform interconnectivity software package
48328000  -  Image-processing software package
48422000  -  Software package suites
48461000  -  Analytical or scientific software package
48800000  -  Information systems and servers
48810000  -  Information systems
48814000  -  Medical information systems
48814400  -  Clinical information system
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 CT Imaging Analysis Software
This lot is designed to include all technical and support needs required by the CORRIB Core Lab for the analysis of Cardiovascular CT materials. It includes items such as general technical requirements that the software must comply with, CT specific requirements, data processing, security and validation requirements.
It includes items such as general technical requirements that the software must comply with, specific CT requirements, data processing, security and validation requirements.
The CT software must allow for analysis of basic cardiac CT parameters in line with the most recent guidelines including morphologic assessments of cardiovascular tissue, coronary and non-coronary calcium quantification in both arbitrary units (Hounsfield units) and in volumetric units, chamber and tissues quantifications in dimensions and areas.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term of warranty and/or service contracts for a period or periods of up to twelve months [1 Year] with a maximum of (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
II.2.10)

Information about variants

Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please see RFT document for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see RFT document for further details.

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/08/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 60  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/08/2022
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Office of the High Court
HighCourtCentralOffice@courts.ie
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Office of the High Court
HighCourtCentralOffice@courts.ie
Dublin
IE