|
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
Organisation of a european interlaboratory comparison on whole body counting
Europe
Purchaser: European Commission-Directorate General for Energy
24/04/2019 S80 European Commission - Services - Contract notice - Open procedure I.II.III.IV.VI. Luxembourg-Luxembourg: Organisation of a European Interlaboratory Comparison on Whole Body Counting
2019/S 080-191140
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses European Commission-Directorate General for Energy European Commission-Directorate General Energy — Directorate D — Nuclear energy, safety and ITER, 1 rue Henri Schnadt, Zone d'activités Cloche d'Or Luxembourg 2530 Luxembourg E-mail: ENER-RADPROT@ec.europa.eu NUTS code: LU Internet address(es):
Main address: https://ec.europa.eu/energy/en
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4724 Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4724 I.4) Type of the contracting authority European institution/agency or international organisation I.5) Main activity General public services Section II: Object
II.1) Scope of the procurement II.1.1) Title: Organisation of a European Interlaboratory Comparison on Whole Body Counting
Reference number: ENER/D3/2019-158 II.1.2) Main CPV code 33100000 II.1.3) Type of contract Services II.1.4) Short description: The objective of this project is to assess the implementation of the individual monitoring requirements in EU Member States based on in-vivo measurements and receive an overview of the performance of in-vivo measurements using whole body counters.
II.1.5) Estimated total value Value excluding VAT: 100 000.00 EUR II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) II.2.3) Place of performance NUTS code: 00 II.2.4) Description of the procurement: The contractor will perform the following tasks:
— design, development, fabrication and testing of a whole body phantom add (i.e representative of a human body in terms of size/shape/matrix/density) with a radionuclide content including appropriate gamma emitting radionuclides of certified radioactivity content,
— establishment of contacts with European laboratories performing whole body counting ensuring an appropriate geographical coverage in the EU,
— development of a reporting template to include information on whole body counter characteristics (type/size/number of detectors, counting geometry, positioning of detectors relative to the subject, calibration protocol, quality assurance, quality control, accreditation), shielding characteristics (materials and thicknesses), counting characteristics (number of measurements, counting time, detector to phantom distance), measurements results (calculated radioactivity and associated uncertainties) and estimated measurement precision and Minimum Detectable Activity (MDA) for the radionuclides contained in the phantom,
— organisation and management of a measurement campaign involving participating laboratories over the EU (transport to and measurements of the phantom by the participating whole body counters),
— collection of the filled reporting templates and evaluation of the reported measurement results,
— organisation of a workshop to present results and exchange experience,
— preparation of a publishable report summarising the organisation of the intercomparison exercise and presenting the participating whole body counters, their characteristics, an overview of their counting precisions and MDAs, the applied counting configurations, and the evaluation of the reported results.
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 Duration in months: 24 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no 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 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.2.1) Information about a particular profession 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 Open procedure 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.1.6) 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: 28/05/2019 Local time: 16:00 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: Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish IV.2.6) Minimum time frame during which the tenderer must maintain the tender IV.2.7) Conditions for opening of tenders Date: 29/05/2019 Local time: 10:00 Place: European Commission, Directorate-General for Energy, Euroforum Building, 1 rue Henri Schnadt, Zone d'Activités Cloche d'Or, L-2530 Luxembourg.
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body General Court of the European Union rue du Fort Niedergrünewald Luxembourg 2925 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 4303-2100 Internet address: http://curia.europa.eu/
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 General Court of the European Union rue du Fort Niedergrünewald Luxembourg 2925 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 4303-2100 Internet address: http://curia.europa.eu/
VI.5) Date of dispatch of this notice: 17/04/2019
http://ted.europa.eu/, TED database, © European Communities, 1995-2019.
|
|