23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 140-287309
Offentliggjort
26.07.2017
Udbudstype
Offentligt udbud

Udbyder

Region Nordjylland

Vindere

Cyclotron, switching system and lead shielded housing

(23.12.2017)
GE Healthcare Danmark A/S
Park Allé 295
2605 Brøndby

Cyclotron, switching system and lead shielded housing


Region Nordjylland

Contract notice

Supplies

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 97648476
E-mail: taus@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) 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=191534&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=191534&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:

Cyclotron, switching system and lead shielded housing.

Reference number: 2017-009463 Cyklotron NAU 2017
II.1.2) Main CPV code
31643000
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 level of NAU new facilities are planned and build for a cyclotron located in a vault with its associated laboratories in immediate connection to the cyclotron. 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 partner-ship with a supplier of equipment necessary for the production of radioactive traces/isotopes.

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

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 level of NAU new facilities are planned and build for a cyclotron located in a vault with its associated laboratories in immediate connection to the cyclotron. 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 partner-ship with a supplier of equipment necessary for the production of radioactive traces/isotopes.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Functionality / Weighting: 30
Quality criterion - Name: Technical quality and service / Weighting: 20
Quality criterion - Name: Working environment and safety protection / Weighting: 10
Quality criterion - Name: Education and training / Weighting: 10
Price - Weighting: 30
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 11/12/2017
End: 11/12/2030
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: yes
Description of options:

Additional targets (gas, liquid, and solid)

Service options

Education and training options.

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
List and brief description of conditions:

Tenderers must complete and disclose the European Single Procurement Doc-ument (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 con-sortium, 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 in-formation required.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

There are no specific requirements in terms of Financial Capacity. Therefore ESPD part VI section B: ‘Economic and financial standing’ is not relevant and is not to be completed.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

ESPD part VI section C ‘Technical and professional capacity’ must be completed.

In terms of technical capacity the tenderer should provide references from similar assignments.

Minimum level(s) of standards possibly required:

It is a minimum requirement, the tenderer can provide at least one reference from a similar assignment with similar sites with a production of radiopharma-ceuticals 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.

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: 29/09/2017
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: 29/03/2018
IV.2.7) Conditions for opening of tenders
Date: 29/09/2017
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
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 be-fore 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 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
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:
21/07/2017

Send til en kollega

0.047