Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Portable Low-Field MRI System

  • First published: 24 January 2024
  • Last modified: 24 January 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0422f1
Published by:
Kent and Medway NHS and Social Care Partnership Trust
Authority ID:
AA24322
Publication date:
24 January 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent and Medway NHS and Social Care Partnership Trust (the "Trust") has awarded a contract for the provision of a portable low-field (0.064 Tesla) magnetic resonance imaging (MRI) system. The contract will also include associated peripherals, training, support and maintenance services for a period of five (5) years commencing on the date of delivery of the products to the agreed final shipping location.<br/><br/>The MRI scanner will be used for the purpose of accelerating and developing local place-based neuroimaging research into the process of assessment and diagnosis of dementia, in which timely access to neuroimaging is frequently a rate-limiting step. The scanner will also be available for researchers addressing other mental health disorders, such as research aligned to the new Kent Complex Psychosis Service and investigation of non-dementia mental illness in older and younger adults.<br/><br/>A key focus will be to aid the development of new AI algorithms in the assessment of structural change in dementia and cognitive decline – to decrease the need for high field MRI brain assessment in specialist centres and avoid the associated restrictive environment.<br/><br/>In order to support the its research objectives, the Trust required a system which fulfilled the following requirements:<br/><br/>• Approved for commercial sale in the UK (UKCA marked);<br/>• Small and highly portable design in order to fit through doorways and elevators, and to provide ease of manoeuvrability;<br/>• Magnetic configuration to enable researchers to work safely with participants during testing;<br/>• Ability to be powered through standard electrical outlets;<br/>• Low power consumption to reduce running costs;<br/>• Open design to reduce participant anxiety; and<br/>• Controlled through portable user-friendly wireless device (e.g. tablet).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Kent and Medway NHS and Social Care Partnership Trust

Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane

Aylesford

ME20 6WT

UK

Contact person: Jo Newton-Smith

Telephone: +44 1622926745

E-mail: kmpt.procurement@nhs.net

NUTS: UKJ44

Internet address(es)

Main address: https://www.kmpt.nhs.uk

Address of the buyer profile: https://www.kmpt.nhs.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Portable Low-Field MRI System

II.1.2) Main CPV code

33113000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Kent and Medway NHS and Social Care Partnership Trust has awarded a contract via a negotiated procedure without prior publication for the provision of a portable low-field (0.064 Tesla) magnetic resonance imaging (MRI) system. The contract will also include associated peripherals, training, support and maintenance services for a period of five (5) years.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 280 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

33113100

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Kent and Medway NHS and Social Care Partnership Trust (the "Trust") has awarded a contract for the provision of a portable low-field (0.064 Tesla) magnetic resonance imaging (MRI) system. The contract will also include associated peripherals, training, support and maintenance services for a period of five (5) years commencing on the date of delivery of the products to the agreed final shipping location.<br/><br/>The MRI scanner will be used for the purpose of accelerating and developing local place-based neuroimaging research into the process of assessment and diagnosis of dementia, in which timely access to neuroimaging is frequently a rate-limiting step. The scanner will also be available for researchers addressing other mental health disorders, such as research aligned to the new Kent Complex Psychosis Service and investigation of non-dementia mental illness in older and younger adults.<br/><br/>A key focus will be to aid the development of new AI algorithms in the assessment of structural change in dementia and cognitive decline – to decrease the need for high field MRI brain assessment in specialist centres and avoid the associated restrictive environment.<br/><br/>In order to support the its research objectives, the Trust required a system which fulfilled the following requirements:<br/><br/>• Approved for commercial sale in the UK (UKCA marked);<br/>• Small and highly portable design in order to fit through doorways and elevators, and to provide ease of manoeuvrability;<br/>• Magnetic configuration to enable researchers to work safely with participants during testing;<br/>• Ability to be powered through standard electrical outlets;<br/>• Low power consumption to reduce running costs;<br/>• Open design to reduce participant anxiety; and<br/>• Controlled through portable user-friendly wireless device (e.g. tablet).

II.2.5) Award criteria

Cost criterion: Value for Money / Weighting: N/A

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 Trust considers that the award of the contract without prior publication of a contract notice was permitted by Part 2 of the Public Contract Regulations 2015.<br/><br/>The Trust published a voluntary ex ante transparency notice (2023/S 000-036285) on 8th December 2023, expressing its intention to award a contract via a negotiated procedure without prior publication.<br/><br/>Prior to the award of contract, the Trust observed a standstill period of at least 10 days following the publication of the voluntary ex ante transparency notice (2023/S 000-036285), beginning with the day after the date on which the notice was published.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The products involved are manufactured purely for the purpose of research, experiment, study or development under the condition stated in the Directive (for supplies only)

Explanation

It is considered that the award of the contract following a negotiated procedure without prior publication is lawful in accordance with regulation(s) 32(5)(a) of the Public Contract Regulations 2015, whereby the portable low-field MRI system will be "manufactured purely for the purpose of research, experimentation, study or development, and shall not include quantity production to establish commercial viability or to recover research and development costs".<br/><br/>The portable low-field MRI scanner will be used for the purpose of accelerating and developing local place-based neuroimaging research into the process of assessment and diagnosis of dementia, in which timely access to neuroimaging is frequently a rate-limiting step. The scanner will also be available for researchers addressing other mental health disorders, such as research aligned to the new Kent Complex Psychosis Service and investigation of non-dementia mental illness in older and younger adults.<br/><br/>A key focus will be to aid the development of new AI algorithms in the assessment of structural change in dementia and cognitive decline – to decrease the need for high field MRI brain assessment in specialist centres and avoid the associated restrictive environment.<br/><br/>The portable low field scanner will therefore be used in clinical research in alignment with current NHS England priorities, including reducing time to diagnosis and increasing dementia diagnosis rates, and to the priorities of clinical services both nationwide and internationally.<br/><br/>The portable low field MRI scanner has previously been used for Clinical Research in the NHS, gaining Health Research Authority (HRA) and UK Ethics approvals:<br/><br/>• 12/LO/1247 – West London & GTAC Research Ethics Committee,<br/>• 19/LO/1384 – City & East Research Ethics Committee.<br/><br/>It is also considered that the award of the contract following a negotiated procedure without prior publication is lawful in accordance with regulation(s) 32(2)(a)(ii) of the Public Contract Regulations 2015, whereby "competition is absent for technical reasons".<br/><br/>Following market research, the Trust is confident the required product and associated services are only capable of being provided by a single supplier. The Trust’s guiding principles being the requirement for a portable low field MRI system most suitable for the acceleration and development of local place-based neuroimaging clinical research. This includes:<br/><br/>• Approved for commercial sale in the UK (UKCA marked);<br/>• Small and highly portable design in order to fit through doorways and elevators, and to provide ease of manoeuvrability;<br/>• Magnetic configuration to enable researchers to work safely with participants during testing;<br/>• Ability to be powered through standard electrical outlets;<br/>• Low power consumption to reduce running costs;<br/>• Open design to reduce participant anxiety; and<br/>• Controlled through portable user-friendly wireless device (e.g. tablet).<br/><br/>It is the Trust’s belief that the awarded contractor was the only economic operator capable of supplying an existing product within the Trust's timescales, and which fulfils these requirements in order to support the Trust’s objectives for undertaking local place-based neuroimaging clinical research.

IV.1.8) Information about 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:

2023/S 000-036285

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2023

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from non-EU Member States: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Hyperfine Operations, Inc.

351 New Whitfield Street

Guilford

CT 06437

US

Telephone: +1 8667966767

E-mail: info@hyperfine.io

NUTS: US

Internet address(es)

URL: https://hyperfine.io/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 280 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

E-mail: royalcourtsofjustice.jc@gov.uk

Internet address(es)

URL: https://www.gov.uk/

VI.5) Date of dispatch of this notice

23/01/2024

Coding

Commodity categories

ID Title Parent category
33113000 Magnetic resonance imaging equipment Imaging equipment for medical, dental and veterinary use
33113100 Magnetic resonance scanners Magnetic resonance imaging equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kmpt.procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.