|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Laboratory, optical and precision equipments (excl. glasses) [hot cells, dispensing system, mobile shielded waste container and synthesis units for fdg - medical]
Aalborg, Denmark
Purchaser: Region Nordjylland
25/10/2018 S206 - - Supplies - Contract notice - Competitive procedure with negotiation I.II.III.IV.VI. Denmark-Aalborg: Laboratory, optical and precision equipments (excl. glasses)
2018/S 206-469716
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Region Nordjylland 29190941 Niels Bohrs Vej 30 Aalborg Ø 9220 Denmark Contact person: Tania Sørensen Telephone: +45 61137936 E-mail: taus@rn.dk NUTS code: DK05 Internet address(es):
Main address: www.rn.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/252785
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222529&B=REGIONNORD Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222529&B=REGIONNORD Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Regional or local authority I.5) Main activity Health Section II: Object
II.1) Scope of the procurement II.1.1) Title: Hot cells, Dispensing System, Mobile Shielded Waste Container and Synthesis Units for FDG
Reference number: 2018-029856 NAU 2018 TUS II.1.2) Main CPV code 38000000 II.1.3) Type of contract Supplies II.1.4) Short description: The North Denmark Region is building a New University Hospital in Aalborg (NAU) which is expected to be completed in spring 2020. In the basement of NAU, new facilities are planned and build for a GE PETtrace 18 MeV cyclotron located in a vault with 3 isotope laboratories in connection to the cyclotron. This Tender includes equipment for production and handling of radiopharma-ceuticals/isotopes in the associated laboratories. As the Department of Nuclear Medicine is relocating in these new facilities at NAU in the period 2020-2021, NAU´s Project Department is seeking cooperation, with a supplier of equipment necessary for the production and handling of radioactive traces/isotopes.
II.1.5) Estimated total value 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: Hot Cells, Dispensing System and Mobile Shielded Waste Container
Lot No: 1 II.2.2) Additional CPV code(s) 31213400 31710000 33159000 50000000 II.2.3) Place of performance NUTS code: DK05 II.2.4) Description of the procurement: — hot cells,
— dispensing system primarily for 18F FDG,
— mobile shielded waste container.
II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 27/04/2019 End: 27/04/2040 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 3 Objective criteria for choosing the limited number of candidates: 7.1.1 Financial capacity
ESPD part VI section B: "Economic and financial standing" shall be completed.
It is a minimum requirement the equity for the latest financial year is positive.
7.1.2 Technical capacity
ESPD part VI section C "Technical and professional capacity" shall be completed.
In terms of technical capacity, the tenderer should provide references from similar assignments.
References:
Description of up to five (5) of the tenderer’s principal references regarding contracts from comparable deliveries within the last 5 years.
It is a minimum requirement that at least one of the references are in clinical production.
In this sense, the definition of comparable deliveries are equipment for associated laboratories for isotope production in a cyclotron center.
One contract regarding delivery of numerous comparable deliveries cannot be subject to more than one reference.
The references should illustrate that the Supplier has the necessary skills to perform regarding the scope of delivery.
Each of the references should describe:
— the client as well as the contact person at the client, including the telephone number of this contact person,
— the date of delivery,
— the time period for production,
— the time and place in which the delivery was ready for clinical use,
— the sum of the contract,
— a short description of the scope of delivery including numbers, type, size and capacity and how many third party Supplier involved in the delivery.
The above selection criteria’s and documentation can be changed in response to the incoming questions or publication of any corrections as long as this is done within the framework of the procurement.
Service set up:
Description of up to five (5) of the tenderer’s principal references regarding service on comparable deliveries within the last 5 years.
In this sense, the definition of comparable deliveries are service on equipment for isotope laboratories.
One contract regarding delivery of numerous comparable deliveries cannot be subject to more than one reference.
The references should illustrate that the Supplier has the necessary skills to perform regarding the scope of delivery.
Each of the references should describe:
— a description of the service set up within the EU,
— the client as well as the contact person at the client, including the telephone number of this contact person,
— the sum of the contract,
— a short description of the extent of the service,
— a short description of whether the service set up includes a third party Supplier.
The above selection criteria’s and documentation can be changed in response to the incoming questions or publication of any corrections as long as this is done within the framework of the procurement.
It is a minimum requirement that the tenderer has a service set up within the EU.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: yes Description of options: — options on the equipment,
— spare parts,
— service,
— education and training.
II.2.12) Information about electronic catalogues 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 Variants will be accepted.
II.2) Description II.2.1) Title: Synthesis unit
Lot No: 2 II.2.2) Additional CPV code(s) 31213400 31710000 33159000 50000000 II.2.3) Place of performance NUTS code: DK05 II.2.4) Description of the procurement: — Synthesis units primarily for 18F FDG
II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 27/04/2019 End: 27/04/2040 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 3 Objective criteria for choosing the limited number of candidates: 7.1.1 Financial capacity
ESPD part VI section B: "Economic and financial standing" shall be completed.
It is a minimum requirement the equity for the latest financial year is positive.
7.1.2 Technical capacity
ESPD part VI section C "Technical and professional capacity" shall be completed.
In terms of technical capacity, the tenderer should provide references from similar assignments.
References:
Description of up to five (5) of the tenderer’s principal references regarding contracts from comparable deliveries within the last 5 years.
It is a minimum requirement that at least one of the references are in clinical production.
In this sense, the definition of comparable deliveries are equipment for associated laboratories for isotope production in a cyclotron center.
One contract regarding delivery of numerous comparable deliveries cannot be subject to more than one reference.
The references should illustrate that the Supplier has the necessary skills to perform regarding the scope of delivery.
Each of the references should describe:
— the client as well as the contact person at the client, including the telephone number of this contact person,
— the date of delivery,
— the time period for production,
— the time and place in which the delivery was ready for clinical use,
— the sum of the contract,
— a short description of the scope of delivery including numbers, type, size and capacity and how many third party Supplier involved in the delivery.
The above selection criteria’s and documentation can be changed in response to the incoming questions or publication of any corrections as long as this is done within the framework of the procurement.
Service set up:
Description of up to five (5) of the tenderer’s principal references regarding service on comparable deliveries within the last 5 years.
In this sense, the definition of comparable deliveries are service on equipment for isotope laboratories.
One contract regarding delivery of numerous comparable deliveries cannot be subject to more than one reference.
The references should illustrate that the Supplier has the necessary skills to perform regarding the scope of delivery.
Each of the references should describe:
— a description of the service set up within the EU,
— the client as well as the contact person at the client, including the telephone number of this contact person,
— the sum of the contract,
— a short description of the extent of the service,
— a short description of whether the service set up includes a third party Supplier.
The above selection criteria’s and documentation can be changed in response to the incoming questions or publication of any corrections as long as this is done within the framework of the procurement.
It is a minimum requirement that the tenderer has a service set up within the EU.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: yes Description of options: — options on the equipment,
— spare parts,
— service,
— education and training.
II.2.12) Information about electronic catalogues 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 Variants will be accepted.
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 III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Competitive procedure with negotiation IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.5) Information about negotiation IV.1.6) Information about electronic auction 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 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 22/11/2018 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Languages in which tenders or requests to participate may be submitted: Danish, English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 12/10/2019 IV.2.7) Conditions for opening of tenders Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information: The Contracting Authority expect to hold 2 rounds of negotiation.
VI.4) Procedures for review VI.4.1) Review body Klagenævnet for Udbud Nævnenes Hus, Toldboden 2 Viborg 8800 Denmark Telephone: +45 35291095 E-mail: klfu@erst.dk Internet address: https://www.erhvervsstyrelsen.dk/om-klagenaevnet-for-udbud
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained Konkurrence- og Forbrugerstyrelsen Carl Jacobsens Vej 35 Valby 2500 Denmark Telephone: +45 41715100 E-mail: kfst@kfst.dk Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice: 22/10/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|