23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på MedTechNews
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2023/S 191-596889
Offentliggjort
04.10.2023
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet - DTU

PET-, SPECT- and CT-Scanner


Danmarks Tekniske Universitet - DTU

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Tekniske Universitet - DTU
National registration number: 30060946
Postal address: Anker Engelunds Vej 1
Town: Kgs. Lyngby
NUTS code: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: Katrine Freiesleben Petersen
E-mail: kafre@dtu.dk
Telephone: +45 40420446
Internet address(es):
Main address: http://www.dtu.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/165863
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=371471&B=DTU
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=371471&B=DTU
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:

PET-, SPECT- and CT-Scanner

II.1.2) Main CPV code
33110000 Imaging equipment for medical, dental and veterinary use
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Together with and as partner in the national consortium, Danish BioImaging (DBI), DTU has received funding from the Danish roadmap for Research Infrastructure to build an open access platform - danish bioimaging infrastructure, referred to as DBI-infra. DBI-infra consists of bio-imaging facilities located at Danish universities, research institutions and supported by commercial companies.

We, the Translational bioImaging Center (TIC) hosted by institute for Health Technology at the Danish Technical University, are specifically in this context looking to extending our small animal bioimaging capabilities to include radiochemistry and radionuclide imaging and radionuclie therapy. With the specific investment in a radiochemistry-bioimaging facility, TIC, aims to further strengthen technical developments at DTU and national and international collaboration with academic and commercial groups for research, innovation, and teaching.

II.1.5) Estimated total value
Value excluding VAT: 5 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33000000 Medical equipments, pharmaceuticals and personal care products
33100000 Medical equipments
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.2.3) Place of performance
NUTS code: DK012 Københavns omegn
Main site or place of performance:

Lyngby

II.2.4) Description of the procurement:

Together with and as partner in the national consortium, Danish BioImaging (DBI), DTU has received funding from the Danish roadmap for Research Infrastructure to build an open access platform - danish bioimaging infrastructure, referred to as DBI-infra. DBI-infra consists of bio-imaging facilities located at Danish universities, research institutions and supported by commercial companies. It covers a broad range of imaging groups from microscopy- to preclinical- and image computing groups with an interest in developing and providing bioimaging as a tool for life science.

We, the Translational bioImaging Center (TIC) hosted by institute for Health Technology at the Danish Technical University, are specifically in this context looking to extending our small animal bioimaging capabilities to include radiochemistry and radionuclide imaging and radionuclie therapy. This Request is thus made on behalf of TIC.

As member of DBI-infra we will develop the new infrastructure as open access and invite all types of collaborations from the public sector, academia, and the private sector. And we will support innovation and provide commercial access. The principles behind the DBI consortium and now the open access DBI-infra collaboration that we work from are:

- share knowledge and best practice within the BioImaging community

- promote the development of new bioimaging applications

- facilitate the mobility of students, core facility staff and researchers between bioimaging institutions

- ensure access to state-of-the-art research infrastructures and advanced bioimaging techniques

- promote innovation and collaboration with the industry.

With the specific investment in a radiochemistry-bioimaging facility, TIC, aims to further strengthen technical developments at DTU and national and international collaboration with academic and commercial groups for research, innovation, and teaching.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Product / Weighting: 40
Quality criterion - Name: Operating Performance and Conditions / Weighting: 20
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 5 000 000.00 DKK
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: yes
Description of options:

DTU may purchase/exercise an anasthesia solution. The option available for purchase/exercise under this agreement may be purchased/exercised by DTU during a period of 24 months from the date of signing of the agreement.

II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) Economic and financial standing
List and brief description of selection criteria:

For the last 3 audited financial years, as a minimum the Tenderer must on average have had a:

- Net turnover of DKK 2.500.000.

If the Tenderer cannot comply with the required figures for financial standing, the Tenderer can document their financial standing by sending an on-demand guarantee from a bank or similar with a value of DKK 2.500.000 (the amount equivalent to the minimum level for net turnover standing).

If the Tenderer cannot comply with the requirement, the Tenderer can rely on the capacities of other entities or establish a consortium. If the tender is submitted by a consortium with several liable Tenderers, all participants in the consortium must be stated clearly as their separate legal entity and a joint authorised must be chosen who with binding authority can enter into contracts with DTU on behalf of the consortium.

Minimum level(s) of standards possibly required:

For the last 3 audited financial years, as a minimum the Tenderer must on average have had a:

- Net turnover of DKK 2.500.000.

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

As a minimum the Tenderer must provide 3 references for comparable agreements.

Comparable agreements mean agreements with a value of at least DKK 1.000.000 concerning PET, SPECT- or CT-Scanner or a comparable services. The agreement, to which the reference refers, must not be more than 3 years old. The date is calculated from the last signature on the agreement referred to.

If the Tenderer cannot comply with the requirement, the Tenderer can rely on the capacities of other entities or make a consortium. If the tender is submitted by a consortium with several liable Tenderers, all participants in the consortium must be stated clearly as their separate legal entity and a joint authorised must be chosen who with binding authority can enter into contracts with DTU on behalf of the consortium.

Minimum level(s) of standards possibly required:

As a minimum the Tenderer must provide 3 references for comparable agreements.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/11/2023
Local time: 10:00
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: 01/11/2023
Local time: 10:00

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
VI.3) Additional information:

The Tenderer can only participate in the tender, if the Tenderer is not encompassed by any of the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act.

Please note that: Under section 134 a of the Public Procurement Act, DTU shall exclude an applicant or tenderer from participation in the tender procedure if the applicant or tenderer is established in a country on the EU list of noncooperative jurisdictions for tax purposes and has not acceded the WTO’s Agreement on Government Procurement or other commercial agreements obligating Denmark to open the market of public contracts to tenderers established in the country in question. DTU will ensure the absence of a ground for exclusion prior to the award decision.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaint regarding prequalification:

Complaint regarding prequalification must be submitted no later than 20 calendar days after notification has been sent to the concerned Candidates informing them who has been selected, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 1.

Complaint regarding award of contract:

Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a notice in the European Union Official Journal informing that the Contracting Authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 1.

Complaint regarding award of a contract under a framework agreement with a reopening of the competition (mini-tender):

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition must be submitted no later than 30 calendar days from the date after the Contracting Authority has notified the concerned Tenderers that a contract based on a framework agreement with a reopening of the competition has been awarded/concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 2.

Complaint regarding the award of a framework agreement:

Complaint regarding the award of a contract must be submitted no later than 6 months from the date after the Contracting Authority has notified the concerned Candidates and Tenderers that a framework agreement has been concluded, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 3.

Complaint regarding direct award of contract:

Complaint that the Contracting Authority, contrary to the Public Procurement Act, has concluded a contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the Contracting Authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 3.

Compliant regarding public procurements below the EU threshold:

Complaint regarding violation of public procurements below the EU threshold must be submitted no later than 45 calendar days from the date after the Contracting Authority has notified the Tenderers about the award of contract, if this notification includes the grounds for the decision; and no later than 6 months from the date after the Contracting Authority has notified the concerned Candidates and Tenderers that a framework agreement has been concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 4, no. 1 and 2. Compliant regarding prequalification on procurement below the EU threshold must be submitted no later than 20 calendar days from the date after the Contracting Authority has sent a notification to the concerned Candidates who has been selected and this notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders)) § 7, Section 5.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
29/09/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.094|