Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


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.