23948sdkhjf

Fakta om udbudet

EU-nr
Offentliggjort
08.05.2024
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

LIMS for radiopharmaceutical production


Danmarks Tekniske Universitet - DTU

271561-2024 - Resultater
Danmark – System- og supporttjenester – LIMS for radiopharmaceutical production
OJ S 90/2024 08/05/2024
Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Tjenesteydelser - Varer
1. Køber
1.1.
Køber
Officielt navn : Danmarks Tekniske Universitet - DTU
Køberens retlige status : Offentligretligt organ
Den ordregivende myndigheds aktiviteter : Uddannelse
2. Procedure
2.1.
Procedure
Titel : LIMS for radiopharmaceutical production
Beskrivelse : DTU requires a LIMS for radiopharmaceutical production for The Hevesy Laboratory of the Technical University of Denmark. The Hevesy Laboratory is the radiopharmaceutical unit, which combines cut-ting-edge research on radionuclides with the commercial production of radiopharmaceuticals. DTU intends to buy a LIMS which is a software that retrieve data from analytical equipment to pro-duce solely digital documentation. The system must also include step by step procedures of manufac-turing process and a quality management system. DTU wants this to be at software package, which is implemented, however, DTU needs support of the system afterwards. DTU is aware that there will ex-penses for licenses and service for the maintenance of the system in the contract period.
Identifikator for proceduren : 4a1a5b94-3a11-46b7-8ccd-b10ac6d6a4d7
Tidligere bekendtgørelse : 157fc33e-3a5b-4844-ac20-fa2f7e5c8dd6-01
Intern identifikator : 7620
Type af procedure : Åben
Proceduren er en hasteprocedure : nej
2.1.1.
Formål
Kontraktens art : Tjenesteydelser
Yderligere om kontraktens art : Varer
Primær klassificering   ( cpv ): 72250000   System- og supporttjenester
Yderligere klassificering   ( cpv ): 72000000   It-tjenester: rådgivning, programmeludvikling, internet og support, 72200000   Programmering af software og konsulentvirksomhed, 72260000   Programmelrelaterede tjenester
2.1.2.
Udførelsessted
Landespecifik underafdeling (NUTS) : Østsjælland   ( DK021 )
Land : Danmark
2.1.3.
Værdi
Anslået værdi eksklusiv moms : 1 600 000,00   DKK
2.1.4.
Generelle oplysninger
Yderligere oplysninger : The tender process is cancelled as the two tenders received were not compliant. DTU will proceed to a negotiated procedure without prior call for competition. All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tenderer relies on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion. If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide: - An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, subsection 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability by sending a copy of the Tenderers ISO 9000 serie certificate or equivalent.
Retsgrundlag :
Direktiv 2014/24/EU
5. Delkontrakt
5.1.
Delkontrakt : LOT-0000
Titel : LIMS for radiopharmaceutical production
Beskrivelse : DTU requires a LIMS for radiopharmaceutical production for The Hevesy Laboratory of the Technical University of Denmark. The Hevesy Laboratory is the radiopharmaceutical unit, which combines cut-ting-edge research on radionuclides with the commercial production of radiopharmaceuticals. DTU intends to buy a LIMS which is a software that retrieve data from analytical equipment to pro-duce solely digital documentation. The system must also include step by step procedures of manufac-turing process and a quality management system. DTU wants this to be at software package, which is implemented, however, DTU needs support of the system afterwards. DTU is aware that there will ex-penses for licenses and service for the maintenance of the system in the contract period.
Intern identifikator : 7620
5.1.1.
Formål
Kontraktens art : Tjenesteydelser
Yderligere om kontraktens art : Varer
Primær klassificering   ( cpv ): 72250000   System- og supporttjenester
Yderligere klassificering   ( cpv ): 72000000   It-tjenester: rådgivning, programmeludvikling, internet og support, 72200000   Programmering af software og konsulentvirksomhed, 72260000   Programmelrelaterede tjenester
5.1.2.
Udførelsessted
Landespecifik underafdeling (NUTS) : Østsjælland   ( DK021 )
Land : Danmark
5.1.5.
Værdi
Anslået værdi eksklusiv moms : 1 600 000,00   DKK
5.1.6.
Generelle oplysninger
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA)
Yderligere oplysninger : The tender process is cancelled as the two tenders received were not compliant. DTU will proceed to a negotiated procedure without prior call for competition. All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tenderer relies on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion. If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide: - An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, subsection 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability by sending a copy of the Tenderers ISO 9000 serie certificate or equivalent.
5.1.10.
Tildelingskriterier
Kriterium :
Type : Pris
Navn : Pris
Beskrivelse : See tender material.
Vægtning (procentdel, præcis) : 60

Kriterium :
Type : Kvalitet
Navn : Quality and functionality
Beskrivelse : See tender material.
Vægtning (procentdel, præcis) : 40
5.1.12.
Udbudsvilkår
Oplysninger om undersøgelsesfrister : DEADLINES FOR SUBMISSION OF COMPLAINTS 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.
5.1.15.
Teknikker
Rammeaftale : Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem : Intet dynamisk indkøbssystem
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klager : Klagenævnet for Udbud
Organisation, der leverer oplysninger om den generelle lovgivningsramme på det sted, hvor kontrakten skal udføres, hvad angår skatter : Konkurrence- og Forbrugerstyrelsen
Organisation, der leverer supplerende oplysninger om udbudsproceduren : Danmarks Tekniske Universitet - DTU
Organisation, der sikrer adgang til udbudsdokumenterne offline : Danmarks Tekniske Universitet - DTU
6. Resultater
6.1.
Resultat delkontrakt-ID : LOT-0000
Der er ikke udvalgt en vinder, og konkurrencen er afsluttet.
Begrundelsen for ikke at udvælge en vinder : Alle tilbud, ansøgninger om deltagelse eller projekter blev trukket tilbage eller eller ikke fundet antagelige
6.1.4.
Statistiske oplysninger :
Modtagne tilbud og ansøgninger om deltagelse :
Type modtagne indgivelser : Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse 2
8. Organisationer
8.1.
ORG-0001
Officielt navn : Danmarks Tekniske Universitet - DTU
Registreringsnummer : 30060946
Postadresse : Anker Engelunds Vej 1    
By : Kgs. Lyngby
Postnummer : 2800
Landespecifik underafdeling (NUTS) : Københavns omegn   ( DK012 )
Land : Danmark
Kontaktpunkt : Marianne Dauding
E-mail : mardau@dtu.dk
Telefon : +45 33344398
Internetadresse : https://www.dtu.dk
Denne organisations roller
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, der sikrer adgang til udbudsdokumenterne offline
8.1.
ORG-0002
Officielt navn : Klagenævnet for Udbud
Registreringsnummer : 37795526
Postadresse : Nævnenes hus, Toldboden 2    
By : Viborg
Postnummer : 8800
Landespecifik underafdeling (NUTS) : Østjylland   ( DK042 )
Land : Danmark
Telefon : +45 35291000
Denne organisations roller
Organisation med ansvar for klager
8.1.
ORG-0003
Officielt navn : Konkurrence- og Forbrugerstyrelsen
Registreringsnummer : klfu@naevneneshus.dk
Postadresse : Carl Jacobsens Vej 35    
By : Valby
Postnummer : 2500
Landespecifik underafdeling (NUTS) : Københavns omegn   ( DK012 )
Land : Danmark
E-mail : kfst@kfst.dk
Telefon : +45 41715000
Denne organisations roller
Organisation, der leverer oplysninger om den generelle lovgivningsramme på det sted, hvor kontrakten skal udføres, hvad angår skatter
8.1.
ORG-0004
Officielt navn : Mercell Holding ASA
Registreringsnummer : 980921565
Postadresse : Askekroken 11    
By : Oslo
Postnummer : 0277
Landespecifik underafdeling (NUTS) : Oslo   ( NO081 )
Land : Norge
Kontaktpunkt : eSender
Telefon : +47 21018800
Fax : +47 21018801
Internetadresse : http://mercell.com/
Denne organisations roller
TED eSender
11. Oplysninger om bekendtgørelsen
11.1.
Oplysninger om bekendtgørelsen
Identifikator for bekendtgørelsen : 5ac35144-f48a-4759-8b22-2b4c00256562   - 01
Formulartype : Resultater
Bekendtgørelsestype : Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Afsendelsesdato for bekendtgørelsen : 06/05/2024   13:36:45 (UTC)
Dato for afsendelse af bekendtgørelse (eSender) : 06/05/2024   13:36:45 (UTC)
Sprog, som denne bekendtgørelse er officielt tilgængelig på : dansk
11.2.
Oplysninger om offentliggørelsen
Bekendtgørelsesnummer : 271561-2024
EUT-S-nummer : 90/2024
Offentliggørelsesdato : 08/05/2024

Send til en kollega

0.047