23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 220-503201
Offentliggjort
15.11.2018
Udbudstype
Offentligt udbud

Bestilling af materiale

https://tender.konnect.dk/invite/228

Udbyder

Aarhus Universitet

Vindere

(19.12.2018)
PulseTeq Ltd
64-66 High Street, Chobham
GU24 8AA Surrey

Purchase of 2 RF Coils for 1H/13C Brain Imaging and for 2H Multi-purpose Imaging


Aarhus Universitet

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Aarhus Universitet
41826614
Nordre Ringgade 1
Aarhus C
8000
Denmark
Contact person: Suheyla Savas
E-mail: schs@au.dk
NUTS code: DK042

Internet address(es):

Main address: http://www.au.dk

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://tender.konnect.dk/invite/228
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tender.konnect.dk/invite/228
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Purchase of 2 RF Coils for 1H/13C Brain Imaging and for 2H Multi-purpose Imaging

Reference number: 2018-153-000019
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Aarhus University puts out to tender the purchase of 2 RF coils for 1H/13C brain imaging and for 2H multi-purpose imaging.

The tender is related to 2 RF coils for 1H/13C brain imaging and for 2H multi-purpose imaging. In order to allow efficient 13C brain imaging in patients a dedicated 1H/13C coil is needed allowing optimal patient comfort similar to the standard 1H coil from our system. In order to investigate the use of 2H in multiple organs a new coil system is needed allowing flexible use, robustness and optimal coverage/efficiency.

II.1.5) Estimated total value
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)
38000000
II.2.3) Place of performance
NUTS code: DK042
Main site or place of performance:

East Jutland

II.2.4) Description of the procurement:

The tender is related to 2 RF coils for 1H/13C brain imaging and for 2H multi-purpose imaging.

In order to allow efficient 13C brain imaging in patients a dedicated 1H/13C coil is needed allowing optimal patient comfort similar to the standard 1H coil from our system.

In order to investigate the use of 2H in multiple organs a new coil system is needed allowing flexible use, robustness and optimal coverage/efficiency.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Kvalitet / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
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

The purchase is published in accordance with the Public Procurement Act (Udbudsloven) § 191, because this contract has a total estimated value below the EU thresholds, but are considered to have cross-border interest.

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
III.1.3) Technical and professional ability
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
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: no
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: 29/11/2018
Local time: 14:00
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 29/11/2018
Local time: 14:01

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Appeals regarding the award of the contract must be received by the Complaints Board for Public Procurement45 days from the day following date of the publication of the Contracting Authority's notice in the Official Journal of the European Union that the Contracting Authority has entered into a contract.

The Contracting Authority must hold a mandatory standstill period of 10 or 15 calendar days from the day following the day on which the Contracting Authority forwarded a notice to the tenderers regarding the contract award.

If the notification has been made by electronic means (e-mail), the Contracting Authority shall at the earliest enter into a contract after the expiry of a standstill period of 10 calendar days.

If the notification has been sent by email, the Contracting Authority shall at the earliest enter into the contract after 15 calendar days.

If the appeal is received by the Complaints Board for Public Procurement before the expiry of the standstill period, the appeal will automatically have temporary suspensive effect until the Complaints Board for Public Procurement has taken a decision on whether the appeal should have suspensive effect or not.

At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the Contracting Authority of the alleged infringement, and whether the appeal is to be referred to the Board.

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 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
13/11/2018

Send til en kollega

0.047