Back to tenders & grants page
North Macedonia-Skopje: Medical equipments Machinery & Equipment North Macedonia-Skopje: Medical equipments
Receive Tenders like this by email

North Macedonia-Skopje: Medical equipments

North Macedonia-Skopje: Medical equipments has been closed on 15 Mar 2022. It no longer accepts any bids. For further information, you can contact the Ss. Cyril and Methodius University Faculty of Medicine Skopje

Bellow, you can find more information about this project: 

Location: Macedonia

General information

Donor:

Ss. Cyril and Methodius University Faculty of Medicine Skopje

Industry:

Machinery & Equipment

Status:

Closed

Timeline

Published:

15 Feb 2022

Deadline:

15 Mar 2022

Value:

Not available

Contacts

Name:

Irena Georgievska

Phone:

+389 3103728

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ss. Cyril and Methodius University Faculty of Medicine Skopje
Postal address: 50 Divizija, No.6
Town: Skopje
NUTS code: MK Северна Македонија / Severna Makedonija
Postal code: 1000
Country: North Macedonia
Contact person: Irena Georgievska
E-mail: [email protected]
Telephone: +389 3103728
Internet address(es):
Main address: http://www.medf.ukim.edu.mk/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.e-nabavki.gov.mk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.e-nabavki.gov.mk/
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:

MEDICAL AND LABORATORY EQUIPMENT

II.1.2)Main CPV code
33100000 Medical equipments
II.1.3)Type of contract
Supplies
II.1.4)Short description:

MEDICAL AND LABORATORY EQUIPMENT

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Digestor for working with strong acids and alkalis, air flow 0.3-0.8m / s, microprocessor control with LCD display, operating noise less than or equal to 68db

Lot No: 1
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Digestor for working with strong acids and alkalis, air flow 0.3-0.8m / s, microprocessor control with LCD display, operating noise less than or equal to 68db, body made of white porcelain resistant to strong acids and alkalis with thickness not less than 8 mm, compartments with partitions and at least 3 protective covers in the lower part of the digester placed on the original (factory) stand, built-in speed control motor, front window made of reinforced glass with a minimum thickness of 5 mm resistant to acids and alkaline compounds moves in a direction up and down, with a working chamber that has a ceramic plate at the base, with internal dimensions: width 1280-1380mm, depth 570-870mm and height 700-900mm, with external dimensions: width 1540-1590mm, depth 800-840mm, height 2000-2200mm (with hose connection) internal LED lighting with total power of all lamps at least 60W, safe anti-corrosion water tap, remote control for gas supply and drain tap, minimum two integrated waterproof voltage connections, to operate on mains voltage of 220V AC, with memory function in case of power failure, included installation and connection of a drain hose or duct in the existing evaporative drainage system, with materials resistant to strong acids and chemicals evaporations, as well as mandatory connection and synchronization of the offered digester with the existing frequency regulator for speed of operation of the system ceiling electric motor.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Laboratory centrifuge with a minimum speed of 5000 rpm, with a minimum of 12 test tube bearings with a capacity of minimum 12ml to a maximum of 15ml

Lot No: 2
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Laboratory centrifuge with a minimum speed of 5000 rpm, with a minimum of 12 test tube bearings with a capacity of minimum 12ml to a maximum of 15ml, with a certificate for calibration of speed and time and a minimum warranty period of one year, with 220V to 240V and frequency from 50Hz to 60Hz

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Echo device for examination of superficial organs, thyroid gland and cervical region.

Lot No: 3
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Echo device for examination of superficial organs, thyroid gland and cervical region. Main screen type LED min. 23.8 ”1920x1080x24bit viewing angle min. 178 ° contrast 1000: 1, response 14ms, luminance 350 cd / m2 with movement in all directions and angle of rotation -360 ° / + 360 °. Auxiliary touch screen type LED min 14 ”1920x1080x24bit with mechanical adjustment of the angle of min. 35-65 degrees, with digital TGC with min. 5 memories. Operating modes: 2D, M, 2D / 2D, Quad 2D, 2D / CDP, CDP, PWD, DPWD, Triplex, automatic Doppler measurements in real time, 3D, 4D, Trapezoid, elastography. Processing channels: min 2,580,480max. Frame rate: min. 5000Hz max. depth: min 55cm. Dynamic band: min 300dB. Applied advanced technologies and hardware: cleaner display by reducing blurry parts of the image, noise suppression by highlighting the contrast of the edges, display of structures in acoustic shadow by combining different intrusive angles, display of structures in acoustic shadow by combining different frequencies, magnified biopsy needle visualization. USB3.0, 2xHDMI output, 1GB Ethernet, Firewall, Antivirus, SSD Encryption, PHI secure erase. Implemented standards: MDR 2017/745: EU Medical Device Regulation. Quantitative one-touch elastographic mode and dual display for comparison and measurement. Linear broadband probe in the band 2MHz (max) -14MHz (min) with syngle cristal technology, with min. 256 elements, min. FOV 50mm, and support for Fusion mode, Shearwave. Upgrade options that the device must support: Battery with a capacity of min 36 hours standby and a minimum of 40 min. Scanning, Microvascular flow visualization mode with particularly high sensitivity, Shearwave elastography mode, Elastography with quantitative analysis and measurement of elasticity ratio IOS / EOS, Gel heater, 3D / 4D multiplanar mode. Possibility for 4D post processing functions: multi slice. Possibility for automatic volume determination of the right cross section for accurate and automatic measurement of NT. Software for online education, webinars, congresses, lectures and presentations, remotely controlled, to enable live transmission of ultrasound image and sound from the device to multiple users simultaneously in both directions. Connection to DICOM communication system through software built into the device. Possibility for DICOM verification, Print, Store, Worklist, MPPS, Query / Retrieve, Structure report. Warranty period: minimum 24 months from the date of installation.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Thermal mixer that provides intensive mixing and temperature control of samples in PCR-tubes or PCR-plates

Lot No: 4
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Thermal mixer that provides intensive mixing and temperature control of samples in PCR-tubes or PCR-plates and the possibility of cooling the samples from + 4 ° C to + 100 ° C; The required device should satisfy the rapid achievement of the specified mixing speed and maintain an equal amplitude of rotation through the block; The apparatus is applicable for the extraction of DNA and RNA on samples, for the biochemical study of enzymatic reactions and processes as well as for the extraction of metabolites from cellular material; It should provide stability of maintaining the preset temperature in a wide range across the surface of the block; Speed ​​control range from 250-1400 rpm; LCD display showing preset and current values ​​of temperature, speed and operating time; Maximum continuous working time of 168 hours; Timer and beep for timer; Possess quiet engine operation; The heating and mixing functions must be performed simultaneously and independently; Contain available heating and cooling blocks for 1.5ml and 2ml test tube volumes, which are easy and simple to replace and install, including a plastic cover block for PCR plates; Have a temperature calibration function by which the user can calibrate the unit approximately ± 6% of the selected temperature to compensate for differences in the thermal behavior of the tubes from different manufacturers and services provided

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

test tube mixer for gentle mixing to vigorous resuspension of cells and biological and chemical liquid components in test tubes by eccentric rotation

Lot No: 5
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

test tube mixer for gentle mixing to vigorous resuspension of cells and biological and chemical liquid components in test tubes by eccentric rotation; The mixer should have 2 modes for continuous operation and pulse operation which is activated by pressing the cap with the bottom of the tube; Speed control range from 500-3000 rpm; Acceleration time <1; Maximum continuous operating time 24 hours; Mixing module for test tubes from 0.2ml to 50ml; Maximum mixing volume of 30ml and service provided

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Spectrophotometer: to cover UV and VIS area, with a range of 190-1100 nm wavelength; Spectral bandwidth: 0.5, 1, 2, 5, 20nm

Lot No: 6
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Spectrophotometer: to cover UV and VIS area, with a range of 190-1100 nm wavelength; Spectral bandwidth: 0.5, 1, 2, 5, 20nm; With cuvette bearing (without flow cuvette); Optical system - Double beam; Photometric range 0-200% T, -0.3 - 3.0 A; USB Data Output, Parallel port; Scanning speed high, medium, low, maximum 3000 nm / min; Basic functions: Photometry and kinetic measurements; With software installed; With PC System (Pentium or above), with CD-ROM, USB port (at least 2), With 32 MB memory (recommended 256 MB or more), Hard-disc space, PC with Windows 10 operating system or equivalent.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Laboratory centrifuge for spinning samples with a maximum capacity of up to 12 positions for test tubes

Lot No: 7
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Laboratory centrifuge for spinning samples with a maximum capacity of up to 12 positions for test tubes with a volume of 10-15 ml, with a maximum speed of 4500 rpm and RCF not higher than 2,490 xg with the ability to adjust the speed in the minimum range of 300 - 4500 rpm per minute in increments of 100 rpm, to possess: fixed acceleration rate and fixed braking rate, timer in the minimum range of 30 sec. - 99 min with HOLD position in time of maximum 10 seconds, digital display for speed display in RPM / RCF and time, to be controlled by a programmable microprocessor control system, the centrifuge motor must be induction without brushes in order not to be subject to maintenance, to be able to lock the lid as well as display the process and alarm for the end of the operation.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Fully automated system for identification of microorganisms and testing of antimicrobial susceptibility to bacteria and yeasts.

Lot No: 8
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Fully automated system for identification of microorganisms and testing of antimicrobial susceptibility to bacteria and yeasts. To work on the principle of phenotypic recognition with expert software for determination of common and unusual resistances. Have a capacity of a minimum of 60 analyzes / tests with the possibility of continuous addition and sampling; The apparatus must contain all the necessary parts for performing the analysis with the following minimum: Independent computer unit, Bar Code reader, Reagent holder, Suspension transfer pipettes. The device should be able to separately identify microorganisms and determine antimicrobial susceptibility to bacteria and yeast, Colorimetric technique for working with bacteria or equivalent, Turbidimetric technique for working with yeast or equivalent, Automatic inoculation of bacterial / analgesic be made in the appliance itself to avoid possible contamination. The device should identify: Gram Negative bacteria for a minimum of 4 hours, Gram Positive bacteria for a minimum of 4 hours, Bacillus species for a minimum of 14 hours, Anaerobes and Corynebacterium for a minimum of 6 hours, Yeast for a minimum of 18 hours, Neisseria, Haemophilus. The device should be tested for susceptibility to: Minimum gram negative bacteria: Acinetobacter baumannii, Proteus spp, Pseudomonas aeruginosa, E. coli, K. pneumoniae, C. freundii, C. koseri, E. aerogenes, E. cloacae, K. oxytoca, M. morganii, P. mirabilis, P. vulgaris, S. marcescens, Enterobacter spp. At a minimum of the following gram-positive bacteria: Staphylococcus spp., Enterococcus spp., S. agalactiae, S. pneumoniae, beta-hemolytic Streptococcus: On minimum of the following yeasts: Candida albicans, C. glabrata, C. guilliermondii, C. krusei, C. parapsilosis, C. tropicalis. The device should use hermetically sealed reagents that incorporate all the necessary reagents for work so that there is no risk to employees and risk of contamination and / or equivalent. The appliance has the ability to work independently on a vacuum chamber and a reader / incubator in the event of a malfunction of the computer unit. The appliance should have no liquid waste. The device itself should interpret the results through phenotypic recognition of the results or equivalent with MIC according to EUCAST 2021/2022. guidelines or equivalent. The device must have a validation package (IQ, OQ, PQ) so that it can be accredited in a microbiological laboratory. IQ- Quality control of results. OQ- Validation of the appliance. PQ - Validation of finished results. Have a database with more than 100,000 references. Have more than 2000 described phenotypes. Have more than 20,000 MIK concentrations. Have more than 100 resistance mechanisms.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

NEPHROLOGICAL GAMA CAMERA, for recording kidneys with radiopharmaceuticals, which includes an integrated detection module

Lot No: 9
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

NEPHROLOGICAL GAMA CAMERA, for recording kidneys with radiopharmaceuticals, which includes an integrated detection module (consisting of a detector with a large square field of view, minimum 500x350mm, with NaI crystal thickness 9.5mm) with a chair for patient energy, (LEGP low energy general purpose) with the possibility of upgrading with low energy and high resolution collimator (LEHR low energy high resolution), separate work unit with personal computer and printer with installed compatible software for acquisition data processing obtained with dynamic and static renal studies. The software should include programs for calculating the clearance of mercaptoacetyl-triglycine (Bubeck method), diethyl triamcinopentaacetate clearance (after Gates), perfusion index in transplanted kidney, analysis of static renal scintigraphy with relative function and correction with kidney correction, with the inclusion of a suitable device for uninterruptible power supply (UPS) with service included and maintenance of the load of the economic operator within a warranty period of at least 2 years.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

pH-meter The instrument should be accurate to ± 1 unit, reproducible and easy to use with low consumption of consumables

Lot No: 10
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

pH-meter The instrument should be accurate to ± 1 unit, reproducible and easy to use with low consumption of consumables, easy to analyze data with practical control measurement through RS, to have a calibration reminder from a minimum of 1 hour to a maximum of 7 days, be able to communicate with PC Software, directly or have the option of two-way control, have a certificate of compliance: CE.WEEE, have the option to export data and store data such as: date and time, instrument ID, ID on a sample, to have the following dimensions (H x W x D): minimum 110 mm x 350 mm x 201 mm and to weigh a maximum of 1100 g, to have a screen with 128 x 64 pixels and the display type to be graphic LCD with backlight, to have an electrode stand, to be able to work in an environment with relative humidity up to a maximum of <80% and it does not condense, to be able to operate a temperature range from minimum 0 ° C to a maximum of 40 ° C ( 41 - 104 ° F, to possess GLP characteristics, to have input for: 1 pH / ORP; 1 Ref; 1 Temperature probe Pt1000; 1 magnetic mixer (integrated); printer or computer; keyboard, to have option for multiple languages: English, German, French, Spanish, Italian and Portuguese, to have output type RS232, to have a capacity for storing up to a maximum of 330 data, to be able to measure pH in the maximum range ± 2000 mV, to have a resolution up to a maximum of 0.1 mV, to measure the following parameters: pH, mV, ORP / Redox, temperature, to have: manual or automatic temperature compensation, to measure temperature within the minimum -20.0 ° C degrees up to a maximum of 150.0 ° C degrees (-4.0 - 302.0 ° F), with a temperature resolution of 0.1 ° C pH accuracy from a maximum of ≤0.002 pH, pH resolution in the range 0.001 / 0.01 / 0.1 pH, external power supply up to a maximum of 100 -240 V, 0.4 A, 47-63 Hz with plug adapters, can be calibrated to 1 to 3 points for pH, to measure pH in the range from minimum - 2 pH to maximum 16.00 pH, to include a probe for general purpose with integrated temperature sensor. The instrument must have a warranty of at least 36 months.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Fully automated biochemical analyzer of closed type, with built-in or external computer with software interface, Working capacity of at least 250 photometric tests per hour

Lot No: 11
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Fully automated biochemical analyzer of closed type, with built-in or external computer with software interface, Working capacity of at least 250 photometric tests per hour, Work with reusable cuvettes, Minimum 100 sampling positions, Possibility of continuous sampling, work with STAT samples, Possibility to automatically determine the integrity of the sample, Possibility to automatically dilute the sample, Possibility to automatically repeat the sample, Possibility to detect the liquid level of the sample, Possibility to detect coagulum in the sample, Possibility to determine test specific serum indices (lipemia, hemolysis, jaundice), Contactless mixing of reactants (serum, reagent, water), Ability to work with a maximum of 40 µL sample, Ability to work with the following types of samples: (Serum, Plasma, Blood, Urine, , Cerebrospinal fluid, Hemolysis), Possibility to make HbA1c from previously untreated whole blood set one directly on the appliance, Possibility to work directly from serum tubes with dimensions min. Ø 13 to 16 mm, length min. 75 to 100 mm as well as Possibility to insert the sample in the device in non-specific containers characteristic of the manufacturer, Ready to Use reagents in liquid state, Possibility to place at least 40 different reagents (analyzes) on the device at the same time (On-Board), Possibility to cool the reagent positions, Possibility to work with at least 100 different programmable parameters (applications), Built-in barcode for samples, Built-in barcode for reagents, Possibility to connect the apparatus with laboratory software, Possibility for online connection due to update and remote services, the offered analyzer must have the opportunity to perform at least the following analyzes: (ALP, ALT / GPT, Ammonia, AST / GOT, Bilirubin Direct, Bilirubin Total, GGT, LDH, Ethanol, Albumin, Creatinine, Urea, Uric Acid, Total Protein, Iron, Ferritin, Transferrin, Magnesium, Calcium, Phosphorus, Amylase, Lipase, ASLO, CRP, IgA, IgG, IgM, C3c, C4, RF, Cholesterol, HDL-Cholesterol, LDL-Cho cholesterol, APO A1, APO B, CK, CK-MB, CRP High Sensitive, D-Dimer, Homocysteine, Lipoprotein (a), Triglycerides, Glucose, HbA1c Whole Blood, Lactate, Amphetamines, Methamphetamine, Barbiturates, Cannabinoids, Cocaine , Opiates, Valproic Acids, Salicylate)

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Human ejaculate analysis system consisting of: microscopic camera with a minimum of 200fps and a minimum resolution of 1280x1024 pixels, type of sensor CMOS or equivalent, sensor format 1/2

Lot No: 12
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Human ejaculate analysis system consisting of: microscopic camera with a minimum of 200fps and a minimum resolution of 1280x1024 pixels, type of sensor CMOS or equivalent, sensor format 1/2``, type of lens C-mount with software compatible with the software of human ejaculate; micron microscope adapter compatible with Nicon Eclipse E400 FLUO or equivalent for computerized human ejaculate analysis; desktop or laptop computer compatible with computerized human ejaculate analysis software, sperm motility analysis software, expressed as a percentage by categories of progressively motile, motile and stationary sperm, trajectory and velocity determination; sperm concentration analysis software calculated for 1ml of ejaculate as well as for the whole volume of ejaculate; module for detecting and measuring the concentration of circular cells, the ability to customize the report, the ability to report images and graphics and export them in Word, PDF, Excel, XML, TXT, as well as multiple configurations (including WHO4, WHO5, WHO6 standard configuration) and option to change all analysis parameters, software for analysis of sperm morphology with percentage display of differential morphological image of sperm, with the possibility of creating databases and comparative statistical analysis of the examined ejaculate samples; automatic detection and analysis of all sperm in the field, teratozoospermia index, deformity index and multiple anomaly index, the system for all components with a minimum of two years warranty, the economic operator to have provided service and maintenance of its load during the warranty period and education on system use included.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

IVD device for massive parallel new generation sequencing. Working on the principle of sequencing by synthesis, base by base, or equivalent

Lot No: 13
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

IVD device for massive parallel new generation sequencing. Working on the principle of sequencing by synthesis, base by base, or equivalent, with fluorescent labeling of nucleotides using two-channel technology for automatic parallel sequencing; to have the ability to generate clusters of identical copies, clonal amplification, sequencing with the ability to integrate the analysis of the instrument itself through different modules of interest. Possibility to monitor reagents through radio frequency technology and detection; work in two independent modules - diagnostic or equivalent and research or equivalent; by automatically scanning and creating image files of scanned samples. The appliance to generate min. 600 million parallel readings per analysis in diagnostic module and a minimum of 700 million parallel readings per analysis in research module with the ability to read an entire exome; minimum 100 gigabytes of databases generated by analysis; sequencing up to min. 300 base pairs in length; min. 2 different softwares: primary analysis software and local integrated software for preparation, creation and monitoring of analysis, monitoring of libraries and analysis of interest in real time, possibility to connect cloud for direct network analysis, remote monitoring of analysis and operation of the instrument with the possibility of automatic transfer of analyzed data; creating minimum BAM, FASTQ, VCF and txt files compatible for analysis with third-party software; UPS system for protection of the appliance, warranty of at least 2 years, to have SE certificate.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Device for automatic preparation of libraries The device should be of open type, with a minimum of 20 working positions, possibility of pipetting of min. 0.5 μl and max. 5,000 μl

Lot No: 14
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Device for automatic preparation of libraries The device should be of open type, with a minimum of 20 working positions, possibility of pipetting of min. 0.5 μl and max. 5,000 μl, with automatic active plastic positioner, including magnetic stand and orbital mixer, integrated thermocycler for a minimum of 96 positions, safety light protection included, pipette level monitoring sensors, rotating hand manipulator for min. 700 grams, 360oC rotation acceptance element, built-in camera for direct monitoring of the process and display of protocol errors, status light line to indicate the current state of the appliance, LED lighting, possibility to integrate the instrument with additional equipment in min. 4 directions, Windows 10 operating system or equivalent software for programming own (in house) protocols and to have validated and approved protocols for work on the Illumina platform or equivalent with the same security protection, display with step by step guide when setting up consumables material, UPS system for protection of the appliance, warranty of at least 2 years, to have CE certificate.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Automatic diagnostic DNA sequencer. IVD diagnostic sequencer with a minimum of 15 channels on the principle of Sanger sequencing platform

Lot No: 15
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Automatic diagnostic DNA sequencer. IVD diagnostic sequencer with a minimum of 15 channels on the principle of Sanger sequencing platform based on capillary electrophoresis and analysis of STR (short tandem repeats); have an increased excitation fluorescence efficiency of at least 30%, with a thermal temperature control system with an accuracy of less than or equal to 0.2oC; include a desktop computer running Windows 10 or equivalent and compatible software; to have appropriate compatible software with the following functionalities for data analysis and data retrieval, and software for reaction analysis for sequencing, fragment analysis and forensic analysis with the following optical components: laser wavelength 505 nm, fluorescent test module with 6 fluorescent paints, CCD detector, automated 3D sampler, automated gel injection module or equivalent; must be equipped with a capillary flow with capillary lengths of 36, 50 and 80 cm, buffer, gel, formamide, fluorescent calibration substance and at least POP4 polymer for sequencing and fragment analysis; recognize 1bp difference between DNA fragments and with SD од0.12bp accuracy; clearly display in real time the ratio of the peak height and identify the position of the heterozygote accurately without diverging, analyzing fragments with a length of at least 800bp and a resolution of ≤0.5bp; perform fragment analysis, to provide intact and clear maps of DNA samples that are identical to the result of the main product; the interpretation of the bases can be individually proven by the Phred Q20 standard, and the length can be extended to 900 + bp with 98.5% accuracy; The instrument should be intended for fragment analysis, disease related analysis, SNP analysis, SNPlex analysis, methylation analysis, SNPshort analysis, AFLP analysis, MLPA analysis, LOH analysis, SSCP analysis. The instrument has validation for forensic application and is compatible with the following 21Plex STR, A27Plex STR and Y27 STR detection kits. UPS system for protection of the appliance, warranty of at least 2 years, to have CE certificate.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

AUTOMATIC HISTOSTINER (Automatic dye for paraffin tissue sections)

Lot No: 16
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

AUTOMATIC HISTOSTINER (Automatic dye for paraffin tissue sections). The device should be a stand-alone unit with a capacity of at least 22 reagent wells with caps, a minimum of 5 washable wells, a minimum of 20 plastic holders with a single capacity of at least 30 histostacks, 1 integrated oven, 2 caps with holes for reagent wells, C filter for 3/4 inlet hose, 1 drain hose, inlet hose with washer, smoke cover, wax collection tray, work instructions, training of the staff, warranty minimum 2 years, to have CE certificate .

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

DEVICE FOR AUTOMATIC CASTING OF TISSUES

Lot No: 17
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

DEVICE FOR AUTOMATIC CASTING OF TISSUES. The device should contain the following components: independent hot and cold plate with the possibility of use as a stand-alone appliance, with a plate capacity of at least 100 cartridges, tank capacity of at least 4l with the possibility of accelerated melting, possibility of controlled paraffin flow, programmed regulation at a temperature in the range of 50C - 75C; integrated cold plate for mega-supercassettes and capacity of at least 60 cassettes, cassette storage drawer, automatic programming of working hours, display of operation error message, electric tweezers with holder, with the possibility of heating from 55C to 70C in 1C steps, warranty minimum 2 years The required equipment must be CE certified.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

AUTOMATIC TISSUE PROCESSOR

Lot No: 18
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

AUTOMATIC TISSUE PROCESSOR. The processor should function according to the principle of automatic rotation of reagents and use of pressure - vacuum cycle, with a capacity of at least 300 cartridges, automatic filling of paraffin baths with automatic paraffin exchange, sensory monitoring of alcohol concentration up to 100%, setting temperature from minimum 30 to 60oC, setting the rinsing temperature from minimum 50 to maximum 67oC, in case of power failure to be able to fill the retort with a compatible reagent for sample protection; reagent age control system, xylene-free operation, remote internet monitoring, retort safety lock, rinsing activated carbon, built-in USB connector, integrated cable and suitable UPS protection system, warranty from at least 2 years from the moment of installation, to have CE certificate.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

AUTOMATIC ROTATIONAL MICROTOM

Lot No: 19
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

AUTOMATIC ROTATIONAL MICROTOM. Motorized rotary microtome for sections from 0.5 to 100 microns with three speeds and programmed kickback, with the possibility of cutting large samples, minimum dimensions 55x50x30mm and 68x48x15mm; cutting depth min. 24mm, vertical movement min. 69mm, reference zero point, holder for microtome blades with possibility of lateral movement, 2 locking systems for the cutting handle, control screen, antistatic waste container with a minimum volume of 1350ml; cold plate with control screen for temperature up to minimum -6oC with a capacity of at least 60 standard cartridges, water bath with digital screen and temperature range up to 70oC, overheating protection, minimum height of the bath 80mm and maximum height 90mm, electric tweezers with holder, with heating control from 50oC to 70oC; warranty of at least 2 years from the moment of installation, the required equipment must be CE certified.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Device for uninterruptible power supply with online dual conversion technology that provides complete protection against load

Lot No: 20
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Device for uninterruptible power supply with online dual conversion technology that provides complete protection against load. With power characteristic of 4800W (Pn), ie 6000VA (Sn). Automatic bypass that secures the load in case of overload or malfunction. Which has no special configuration at first startup. Easy connections via IEC 320 connectors or terminals. With wide input voltage tolerance that limits switching to battery mode in order to extend battery life. With the option of manual bypass for periodic or emergency maintenance. Input parameters: For voltage of 230V (1ph) 160 ÷ 300V, Frequency of 50Hz, Power factor of 0.99%. Output parameters: Rated voltage of 208/220/230 / 240V, Voltage tolerance up to a maximum of 1%, Rated frequency 50 / 60Hz (46 ÷ 54 Hz / 56 ÷ 64 Hz), (in battery mode 50/60 ± 0.1 Hz) . Other features: To have a built-in RS232-USB communication port, To have efficiency in Online mode up to 90%, To have a degree of protection IP20, To have a security standardEN62040-1.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Advanced Generation Sequencing System (Next Generation Sequencing - NGS technology), automated library preparation and automated system for forensic DNA profiles

Lot No: 21
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Advanced Generation Sequencing System (Next Generation Sequencing - NGS technology), automated library preparation and automated system for forensic DNA profiles. Fully automated system for fast identification of forensic DNA profiles with the following features: Simple and fast system for identification of forensic DNA in a maximum of 90 minutes; An integrated system that performs sample preparation, capillary electrophoresis, and the generation of DNA profiles at the same time, which are collected in software for direct placement in the database of choice or for further review and analysis. The system to offer complete control of DNA results with family search, kinship and database elimination applications; Software to perform data management and enable real-time access, review and control of short tandem replication (STR) profiles generated in a laboratory or remotely located system; Use an integrated sample cartridge containing all the necessary forensic reagents for analysis and sample preparation, without prior sample preparation, by inserting the swab into the cartridge and then inserting the cartridge into the system to identify the DNA profile; To be able to be used in the field and in a forensic laboratory; Validated for forensics including integrated cartridges; Next Generation Sequencing (NGS) technology with automatic rapid sequencing library preparation tool, applicable to a wide range of forensic sequencing applications (mitochondrial DNA sequencing, STR analysis, and SNP) and Sequencing of genes and gene panels of clinical significance, having the following characteristics: To support a variety of applications for sequencing panels, microbes, exosomes and transcripts. Be connected to a fast and simple automated solution for generating a library of DNA and RNA for a minimum of 8 samples in one test, as well as preparing a template with clonal amplification with a single system with experimental automation with a maximum of 15 minutes practical set-up time. The automated solution for the preparation of the library and templates to use pre-prepared disposable reagents. The total practical flow for an entire sequencing workflow consisting of library preparation, template preparation, and sequencing should be less than 45 minutes. The system should come with results analysis software with all the necessary software components for baseline determination, read alignment and variant detection. Have the option to monitor the workflow of the system remotely using static or mobile devices. Obtain results in standard FASTQ, SFF, BAM, VCF or equivalent formats that enable subsequent analysis of other bioinformatics software. To support a wide range of sequencing applications (mitochondrial DNA sequencing, STR analysis, and SNP genotyping) as well as sequencing of genes and gene panels of clinical significance, microbiological genomes, and gene panels, exomes, and transcriptomes. Have quality control implemented at every step, from library preparation to sequencing. To support simultaneous analysis of multiple samples. To be in accordance with ISO 13485. To have a minimum warranty of 1 year. Have an authorized and trained service technician and application support.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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
II.2)Description
II.2.1)Title:

Vertical refrigerator with one door, body made of one whole, with exterior and interior of stainless steel (inox) sheet metal with quality Asis 304 or equivalent,

Lot No: 22
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Vertical refrigerator with one door, body made of one whole, with exterior and interior of stainless steel (inox) sheet metal with quality Asis 304 or equivalent, exterior of glossy stainless steel with sanded finish, stainless steel legs adjustable in height, interior equipment minimum 5 stainless steel grilles with the possibility of adding additional accessories sealing with suitable magnetic tires, external dimensions not larger than 80x80x210 cm, volume of usable space of minimum 600L, insulation of environmentally friendly polyurethane at least 6 cm thick, temperature range from + 2 ° C to + 10 ° C with sensitivity +/- 1 ° C, cooling unit: monoblock with hermetic compressor and air condensation 220V-50Hz, digital control display for switching on and setting, additional possibility to monitor the temperature range of operation, the price includes purchase, and delivery, installation and commissioning, warranty period of at least 12 months.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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.2.13)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:

List and brief description of conditions:

— statement by the economic operator that it has not been sentenced, in the last 5 years, with effective court

decision for participation in criminal organisation, corruption, fraud or money laundering,

— certificate that it is not subject to bankruptcy procedure issued by competent authority,

— certificate that it is not subject to liquidation procedure issued by competent authority,

— certificate for paid taxes, contributions and other public dues by the competent authority in the country where

that economic operator is established,

— certificate from the legal entities penal registry that it is not being imposed a side sanction — prohibition to

participate in public competitions, public procurement contract award and public — private partnership contract

award procedures,

— certificate from the legal entities penal registry that it is not being imposed a side sanction — temporary or

permanent prohibition to perform certain professional activity,

— certificate that it is not being sanctioned for misdemeanor with an effective court decision, resulting in

prohibition for pursuing professional activity or duty, i.e. temporary prohibition for performing certain business

activity.

Ability of the economic operator to perform business activity:

— document for registered business activity

- Certificate for wholesale of medical devices in accordance with the Law on Drugs and Medical Devices

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

Warranty statement to ensure the quality of the products offered and Catalog with photos, description and indication for which position of the technical specification the bid refers, and whose authenticity the economic operator is obliged to confirm (if requested by the contracting authority

Minimum level(s) of standards possibly required:

Warranty statement to ensure the quality of the products offered and Catalog with photos, description and indication for which position of the technical specification the bid refers, and whose authenticity the economic operator is obliged to confirm (if requested by the contracting authority)

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Bank guarantee of 5%

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/03/2022
Local time: 09:00
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:
Macedonian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 15/03/2022
Local time: 09:00
Place:

Electronically, ESJN (https://www.e-nabavki.gov.mk/); Ss. Cyril and Methodius University, Faculty of Medicine —

Skopje, 50 Divizija No 6, 1000 Skopje, Republic of Macedonia

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

https://www.e-nabavki.gov.mk/PublicAccess/home.aspx#/dossie/9edb25cd-15a7-4ac2-b83e-bfccf2d3c0bf/1

VI.4)Procedures for review
VI.4.1)Review body
Official name: State Appeals Commission for Public Procurement
Town: Skopje
Country: North Macedonia
Internet address: http://www.dkzjn.gov.mk/
VI.5)Date of dispatch of this notice:
10/02/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:83285-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more