23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 149-366502
Offentliggjort
05.08.2019
Udbudstype
Offentligt udbud

Udbyder

Region Nordjylland

Tender for Synthesis Units for Production of [18F] Tracers


Region Nordjylland

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: Rasmus Jensen
Telephone: +45 24859240
E-mail: r.birkeholm@rn.dk
NUTS code: DK050

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=247161&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=247161&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:

Tender for Synthesis Units for Production of [18F] Tracers

Reference number: U100082TUS19
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Tender concerning the supply, delivery and installation of synthesis units for production of [18F] tracers.

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)
33100000
38940000
50000000
50400000
50410000
II.2.3) Place of performance
NUTS code: DK050
II.2.4) Description of the procurement:

Tender concerning the supply, delivery and installation of synthesis units for production of [18F] tracers.

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: 72
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: yes
II.2.11) Information about options
Options: yes
Description of options:

— options on education of technical staff,

— options on service,

— spare parts.

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 products in this tender are gathered in 1 single contract. North Denmark Region has chosen not to split the tender into multiple contracts, according to Udbudslovens § 49. We assess that the products has a natural correlation and therefore it would be beneficial with 1 supplier.

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
List and brief description of conditions:

Tenderers must complete and disclose the European Single Procurement Document (ESPD), as preliminary documentation for their suitability and to con-firm that tenderer are not subject to grounds for exclusion.

Only the winner of the procurement procedure will be requested to submit the original documentation (Section 7.1.3).

The ESPD is only accessible via the ESPD service provided by the European Commission: https://ec.europa.eu/growth/tools-databases/espd/welcome

As a standard, the following parts must be completed:

— Part II: information about the economic operator,

— Part III: exclusion grounds.

If a tenderer is part of a temporary association of enterprises, such as a consortium, this must be stated in part II, Section A of the ESPD and each of the participating economic operators must complete a separate ESPD with the information required.

III.1.2) Economic and financial standing
III.1.3) Technical and professional ability
List and brief description of selection criteria:

It is a minimum requirement, the tenderer can provide at least one reference from a similar assignment with similar sites with a production of radiopharmaceuticals for use in clinical or preclinical scanning within the last 5 years (or ongoing). The reference shall be from a country within the European Union.

Minimum level(s) of standards possibly required:

Information on references must be stated in the ESDP document and must include the following information:

— contact information on customer,

— description of the scope of the assignment,

— description of the delivered services,

— present status on the project.

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: 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: 27/09/2019
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 27/09/2019
Local time: 12:00

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 tenderers may ask clarifying questions to the request for tender and contract documents. Such questions shall be sent via the eSourcing System, CTM.

The contracting authority would appreciate the questions to specifying which document and to which section the question is referring.

The deadline for receipt of questions or comments is in accordance with the time schedule in Section 4.

Questions asked after this deadline may not be answered.

Q&A will be published in anonymous form in the eSourcing system, CTM.

If the contracting authority provides any additional information concerning the procurement documents and additional documents later than 6 days before the expiry of the time limit, the deadline for receipt of tenders shall be extended.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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

Pursuant to Danish Act on The Complaints Board for Public Procurement (Act No 492 of 12.5.2010 with subsequent amendments — available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 171(2) of of the Danish act on Public Procurement (Act No 1564 of 15.12.2015 — available at www.retsinformation.dk) or § 7(1) of the Danish Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.

Other complaints must be filed with The Complaints Board for Public Procurement within:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement.

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:
01/08/2019

Send til en kollega

0.049