Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222529&B=REGIONNORD
Udbyder
Region Nordjylland
Vindere
Synthesis Unit
(26.03.2021)
Trasis S.A.
4430 Ans
Hot Cells, Dispensing System and Mobile Shielded Waste Container
(26.03.2021)
GE Healthcare Danmark
2605 Brøndby
Hot cells, Dispensing System, Mobile Shielded Waste Container and Synthesis Units for FDG
Region Nordjylland
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
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
Section II: Object
Hot cells, Dispensing System, Mobile Shielded Waste Container and Synthesis Units for FDG
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.
Hot Cells, Dispensing System and Mobile Shielded Waste Container
— hot cells,
— dispensing system primarily for 18F FDG,
— mobile shielded waste container.
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.
— options on the equipment,
— spare parts,
— service,
— education and training.
Variants will be accepted.
Synthesis unit
— Synthesis units primarily for 18F FDG
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.
— options on the equipment,
— spare parts,
— service,
— education and training.
Variants will be accepted.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Section VI: Complementary information
The Contracting Authority expect to hold 2 rounds of negotiation.
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
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715100
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk