Tender Details
Title

Germany – Detection and analysis apparatus – Fluorometer im Plattenformat Place of performance: Germany,Köln, Kreisfreie Stadt Main nature of the contract: Supplies Official name: Universitätsklinikum Köln AöR Type of procedure: Open Germany – Detection and analysis apparatus – Fluorometer in plate format Place of performance: Germany,Köln, Kreisfreie Stadt Main nature of the contract: Supplies Official name: Universitätsklinikum Köln AöR Type of procedure: Open

Country
Language
German
Organization
Published Date
24.10.2024
Deadline Date
22.11.2024
Overview
647926-2024 - Competition Competition Germany: Detection and analysis apparatus Fluorometer im Plattenformat Germany, Köln, Kreisfreie Stadt (DEA23) Köln Type of procedure: Open Buyer Buyer: Universitätsklinikum Köln AöR Email: vergabestelle@uk-koeln.de Germany, Köln, Kreisfreie Stadt (DEA23), Köln LOT-0001: Fluorometer im Plattenformat Detection and analysis apparatus Germany, Köln, Kreisfreie Stadt (DEA23) Köln Start date: 17/03/2025 Duration end date: 04/04/2025 Deadline for receipt of tenders: 22/11/2024 - 12:00:00 (UTC+1) 647926-2024 - Competition Germany – Detection and analysis apparatus – Fluorometer im Plattenformat OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Universitätsklinikum Köln AöR Email: vergabestelle@uk-koeln.de Legal type of the buyer: Body governed by public law, controlled by a regional authority Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: Fluorometer im Plattenformat Description: 1 Stk Fluorometer im Plattenformat Procedure identifier: 7ab00768-2e49-44a7-a93a-e87bec448194 Internal identifier: 2024 78 EU US Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38430000 Detection and analysis apparatus 2.1.2. Place of performance Postal address: Universitätsklinikum Köln AöR Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany 2.1.4. General information Additional information: Bekanntmachungs-ID: CXS0YYLY1WL9TS23 Im Rahmen der Angebotswertung und zur Überprüfung der angebotenen Produkte erfolgt eine Bemusterung. Es gelten die Bestimmungen des Vergaberechts. Legal basis: Directive 2014/24/EU vgv - 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Bankruptcy: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Corruption: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Arrangement with creditors: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Participation in a criminal organisation: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Agreements with other economic operators aimed at distorting competition: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Breaching of obligations in the fields of environmental law: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Money laundering or terrorist financing: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Fraud: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Child labour and other forms of trafficking in human beings: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Insolvency: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Breaching of obligations in the fields of labour law: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Assets being administered by liquidator: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Conflict of interest due to its participation in the procurement procedure: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Direct or indirect involvement in the preparation of this procurement procedure: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Guilty of grave professional misconduct: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Early termination, damages or other comparable sanctions: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Breaching of obligations in the fields of social law: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Payment of social security contributions: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Business activities are suspended: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Payment of taxes: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB Terrorist offences or offences linked to terrorist activities: Zwingende bzw. fakultative Ausschlussgründe nach §§ 123 bis 126 GWB 5. Lot 5.1. Lot: LOT-0001 Title: Fluorometer im Plattenformat Description: 1 Stk Fluorometer im Plattenformat Internal identifier: 2024 78 EU US 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38430000 Detection and analysis apparatus 5.1.2. Place of performance Postal address: Universitätsklinikum Köln AöR Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany 5.1.3. Estimated duration Start date: 17/03/2025 Duration end date: 04/04/2025 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: \\ Besonders geeignet für:selbst\\ 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Wirtschaftliche und finanzielle Leistungsfähigkeit Description: -Mindestanforderung: Der Bewerber weist in den letzten drei abgeschlossenen Geschäftsjahren mindestens einen Nettoumsatz mit vergleichbaren Leistungen in Höhe von 0,5 Mio. Euro auf. Der Bieter muss diesen Umsatz auf Nachfrage der Vergabestelle durch entsprechende Referenzen nachweisen. -Anlage 1 Erklärung zur Berufs- oder Betriebshaftpflichtversicherung (§ 122 Abs. 2 Nr. 2 GWB i.V.m. § 45 Abs. 1 Nr. 3 VgV): Nachweis der aufgeführten Versicherungen durch Eigenerklärung Anlage 1 oder Bescheinigung des Versicherungsgebers oder Bescheinigung eines Versicherungsgebers, dass eine entsprechende Versicherung im Auftragsfall abgeschlossen wird (jeweils Kopie ausreichend). Im Einzelnen mindestens: - Personenschäden 3.000.000,00 Euro - Sach- und Umweltschäden 1.000.000,00 Euro -Vermögensschäden: 1.000.000,00 Euro (jeweils 2 fache Jahresmaximierung der Versicherungssumme) -Jahresabschlüsse oder Auszüge von Jahresabschlüssen, falls deren Veröffentlichung in dem Land, in dem der Bewerber oder Bieter niedergelassen ist, gesetzlich vorgeschrieben ist, auf Anfrage. Criterion: Type: Suitability to pursue the professional activity Name: Eignung zur Berufsausübung Description: -Eigenerklärung über den Eintrag im Handelsregister -Eigenerklärung, dass keine Eintragungen im Vergaberegister bzgl. Vergabeverstöße vorliegen -Eigenerklärung, aus denen hervorgeht, dass der Bieter seinen Verpflichtungen zur Zahlung der Sozialbeiträge, der Steuern und Abgaben (BG) nachkommt -Darstellung des Bewerbers (Leistungsspektrum und Kerngeschäft des Unternehmens) und der Unternehmensorganisation (Hauptsitz, ggf. Niederlassungen, Struktur/Aufbau) sowie - falls zu-treffend - ausführliche Darstellung der Konzernverbundenheit/-angehörigkeit mit anderen Unternehmen. -Konformitätsbescheinigung (nach Bedarf) Criterion: Type: Technical and professional ability Name: Technische und berufliche Leistungsfähigkeit Description: - Anlage 2 Referenzformular: Der Bewerber weist in den letzten höchstens drei Jahren mindestens drei geeignete vergleichbare Referenzen über früher ausgeführte Liefer- und Dienstleistungsaufträge nach. Gehen Sie bei der Angabe der Referenzen auf folgende Punkte ein: - Auftraggeber inkl. Adresse - (detaillierte) Darstellung des Auftragsgegenstands / der Leistungen - Umfang, Dauer, Zeitpunkt und Auftragsvolumen - Durchführendes Unternehmen: Bieter oder Unterauftragnehmer -Aus den Ausführungen muss ersichtlich werden, warum die beschriebenen Projekte aus Ihrer Sicht die genannten Anforderungen erfüllen und somit als Referenz geeignet sind. Die Darstellung sollte eine DIN A4-Seite pro Referenzprojekt umfassen. -Falls Leistungen nicht vom Auftragnehmer selbst, sondern von Dritten (sog. Nachunternehmer oder Subunternehmer) ausgeführt werden sollen: Erklärung zum Einsatz von Nachunternehmern nebst Verpflichtungserklärung des Nachunternehmers. -Beruft sich ein Bieter zum Nachweis seiner Eignung (wirtschaftliche und finanzielle sowie technische und berufliche Leistungsfähigkeit) auf die Kapazitäten anderer Unternehmen (sog. Eignungsleihe), so nachweisen, dass ihm die für den Auftrag erforderlichen Mittel tatsächlich zur Verfügung stehen (für die technische und berufliche Leistungsfähigkeit muss der Eignungs-leihende Nachunternehmer sein, nimmt der Bieter für die wirtschaftliche und finanzielle Leistungsfähigkeit die Kapazitäten anderer Unternehmen in Anspruch, müssen diese gemeinsam für die Auftragsausführung haften; die Haftungserklärung ist gleichzeitig mit der "Verpflichtungserklärung" abzugeben). -Nachweis nach DIN ISO 9001:2015 (Qualitätsmanagementsystem) oder vergleichbar durch Eigenerklärung des Bieters. -Erklärung zur beruflichen Leistungsfähigkeit (§ 122 Abs. 2 Nr. 3 GWB i.V.m. § 46 Abs. 3 Nr. 2 VgV) durch Eigenerklärung des Bieters: Der Bewerber weist einen Personalstamm und Ausrüstung nach, der die Durchführung der mit diesem Projekt verbundenen Aufgaben sicherstellt. Der Nachweis der erforderlichen Personalkapazität- und -fachlichkeit ist durch geeignete Nachweise zu erbringen Skillprofile der Mitarbeiter weisen mehrjährige Berufserfahrung in Leistungsart, die Gegenstand der Vergabe ist, nach. 5.1.10. Award criteria Criterion: Type: Price Name: Preis Weight (points, exact): 100 5.1.11. Procurement documents Languages in which the procurement documents are officially available: German Deadline for requesting additional information: 13/11/2024 23:59:00 (UTC+1) Address of the procurement documents: https://www.evergabe.nrw.de/VMPSatellite/notice/CXS0YYLY1WL9TS23/documents Ad hoc communication channel: URL: https://www.evergabe.nrw.de/VMPSatellite/notice/CXS0YYLY1WL9TS23 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.evergabe.nrw.de/VMPSatellite/notice/CXS0YYLY1WL9TS23 Languages in which tenders or requests to participate may be submitted: German Electronic catalogue: Not allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 22/11/2024 12:00:00 (UTC+1) Deadline until which the tender must remain valid: 46 Days Information that can be supplemented after the submission deadline: At the discretion of the buyer, all missing tenderer-related documents may be submitted later. Additional information: Es erfolgt eine Bemusterung der angebotenen Produkte. Information about public opening: Opening date: 22/11/2024 12:00:00 (UTC+1) Place: Zentrale Beschaffung Uniklinik Köln Additional information: Bieter sind nicht zugelassen. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: Zur Überprüfung der Angebote wird eine Bemusterung der angebotenen Produkte vorgenommen. Diese Bemusterung ist für den Auftraggeber kostenlos. Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes Financial arrangement: Zahlungsziel 30 Tage netto 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Vergabekammer Rheinland (Spruchkörper Köln) bei der Bezirksregierung Köln Organisation providing additional information about the procurement procedure: Universitätsklinikum Köln AöR Organisation receiving requests to participate: Universitätsklinikum Köln AöR TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) 8. Organisations 8.1. ORG-0001 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Zentrale Beschaffung/Vergabestelle Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Zentrale Beschaffung/Vergabestelle Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Organisation providing additional information about the procurement procedure 8.1. ORG-0003 Official name: Vergabekammer Rheinland (Spruchkörper Köln) bei der Bezirksregierung Köln Registration number: 05315-03002-81 Postal address: Zeughausstraße 2 - 10 Town: Köln Postcode: 50567 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Geschäftsstelle Vergabekammer Rheinland Email: VKRheinland@bezreg-koeln.nrw.de Telephone: +49 2211473045 Fax: +49 2211472889 Roles of this organisation: Review organisation 8.1. ORG-0004 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Zentrale Beschaffung/Vergabestelle Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Organisation receiving requests to participate 8.1. ORG-0005 Official name: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) Registration number: 0204:994-DOEVD-83 Town: Bonn Postcode: 53119 Country subdivision (NUTS): Bonn, Kreisfreie Stadt (DEA22) Country: Germany Email: noreply.esender_hub@bescha.bund.de Telephone: +49228996100 Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 020a6615-aadf-4417-b17b-8910237108c6 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 16:57:28 (UTC+2) Languages in which this notice is officially available: German 11.2. Publication information Notice publication number: 647926-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/647926-2024/pdf Danish document download: https://ted.europa.eu/da/notice/647926-2024/pdf German document download: https://ted.europa.eu/de/notice/647926-2024/pdf Greek document download: https://ted.europa.eu/el/notice/647926-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/647926-2024/pdf English document download: https://ted.europa.eu/en/notice/647926-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/647926-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/647926-2024/pdf French document download: https://ted.europa.eu/fr/notice/647926-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/647926-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/647926-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/647926-2024/pdf Italian document download: https://ted.europa.eu/it/notice/647926-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647926-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/647926-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647926-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/647926-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647926-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/647926-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647926-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/647926-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647926-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/647926-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647926-2024/pdf 647926-2024 - Competition Competition Germany: Detection and analysis apparatus Fluorometer in plate format Germany, Cologne, Kreisfreie Stadt (DEA23) Cologne Type of procedure: Open Buyer Buyer: Universitätsklinikum Köln AöR Email: vergabestelle@uk-koeln.de Germany, Cologne, Kreisfreie Stadt (DEA23), Cologne LOT-0001: Fluorometer in plate format Detection and analysis apparatus Germany, Cologne, Kreisfreie Stadt (DEA23) Cologne Start date: 17/03/2025 Duration end date: 04/04/2025 Deadline for receipt of tenders: 22/11/2024 - 12:00:00 (UTC+1) 647926-2024 - Competition Germany – Detection and analysis apparatus – Fluorometer in plate format OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Universitätsklinikum Köln AöR Email: vergabestelle@uk-koeln.de Legal type of the buyer: Body governed by public law, controlled by a regional authority Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: Fluorometer in plate format Description: 1 piece Fluorometer in plate format Procedure identifier: 7ab00768-2e49-44a7-a93a-e87bec448194 Internal identifier: 2024 78 EU US Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38430000 Detection and analysis apparatus 2.1.2. Place of performance Postal address: Universitätsklinikum Köln AöR Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany 2.1.4. General information Additional information: Announcement ID: CXS0YYLY1WL9TS23 As part of the tender evaluation and to check the products offered, sampling will be carried out. The provisions of procurement law apply. Legal basis: Directive 2014/24/EU vgv - 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Bankruptcy: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Corruption: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Arrangement with creditors: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Participation in a criminal organisation: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Agreements with other economic operators aimed at distorting competition: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Breaching of obligations in the fields of environmental law: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Money laundering or terrorist financing: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Fraud: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Child labour and other forms of trafficking in human beings: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Insolvency: Mandatory orOptional grounds for exclusion according to Sections 123 to 126 GWB Breaching of obligations in the fields of labour law: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Assets being administered by liquidator: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Conflict of interest due to its participation in the procurement procedure: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Direct or indirect involvement in the preparation of this procurement procedure: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Guilty of grave professional misconduct: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Early termination, damages or other comparable sanctions: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Breaching of obligations in the fields of social law: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Payment of social security contributions: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Business activities are suspended: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Payment of taxes: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB Terrorist offences or offences linked to terrorist activities: Mandatory or optional grounds for exclusion according to Sections 123 to 126 GWB 5. Lot 5.1. Lot: LOT-0001 Title: Fluorometer in plate format Description: 1 piece Fluorometer in plate format Internal identifier: 2024 78 EU US 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38430000 Detection and analysis apparatus 5.1.2. Place of performance Postal address: University Hospital Cologne AöR Kerpener Straße 62 Town: Cologne Postcode: 50937 Country subdivision (NUTS): Cologne, District Free City (DEA23) Country: Germany 5.1.3. Estimated duration Start date: 17/03/2025 Duration end date: 04/04/2025 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: \\ Particularly suitable for:self\\ 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial standing Description: -Minimum requirement: The applicant must have a net turnover of at least EUR 0.5 million with comparable services in the last three completed financial years.The bidder must provide evidence of this turnover by providing appropriate references upon request from the awarding authority. -Appendix 1 Declaration of professional or business liability insurance (Section 122 Paragraph 2 No. 2 GWB in conjunction with Section 45 Paragraph 1 No. 3 VgV): Evidence of the listed insurance policies by self-declaration (Appendix 1) or certificate from the insurer or certificate from an insurer that appropriate insurance will be taken out in the event of an order being placed (a copy is sufficient in each case). In detail, at least: - Personal injury 3,000,000.00 euros - Property and environmental damage 1,000,000.00 euros - Financial loss: 1,000,000.00 euros (in each case twice the annual maximum of the insured sum) -Annual financial statements or extracts from annual financial statements, if their publication is required by law in the country in which the applicant or bidder is established, upon request. Criterion: Type: Suitability to pursue the professional activity Name: Suitability to pursue the professional activity Description: -Self-declaration of entry in the commercial register -Self-declaration that there are no entries in the procurement register regarding procurement violations -Self-declaration showing that the tenderer meets its obligations to pay social security contributions, taxes and duties (BG) -Description of the applicant (range of services and core business of the company) and the company organization (headquarters, branches if applicable, structure/organization) and - if applicable - detailed description of group ties/affiliation with other companies. -Certificate of conformity (as required) Criterion: Type: Technical and professional ability Name: Technical and professional ability Description: - Appendix 2 Reference form: The applicant must provide at least three suitable, comparable references for previously executed delivery and service contracts over the last three years at the most. When providing references, address the following points: - Client including address - (detailed) description of the object of the contract / services - scope, duration, time and volume of the contract - company carrying out the work: bidder or subcontractor -The explanations must make it clear why, in your opinion, the projects described meet the requirements mentioned and are therefore suitable as a reference. The description should cover one DIN A4 page per reference project. -If services are not to be carried out by the contractor himself, but by third parties (so-called subcontractors or sub-contractors): declaration on the use of subcontractors together with a declaration of commitment from the subcontractor. -If a bidder relies on the capacities of other companies (so-called loan of suitability) to prove his suitability (economic and financial as well as technical and professional performance), then prove,that the resources required for the contract are actually available to him (for the technical and professional performance, the subcontractor lending the suitability must be a subcontractor; if the bidder uses the capacities of other companies for the economic and financial performance, these must be jointly liable for the execution of the contract; the declaration of liability must be submitted at the same time as the "declaration of commitment"). -Proof in accordance with DIN ISO 9001:2015 (quality management system) or comparable through a self-declaration by the bidder. -Declaration of professional performance (Section 122 Paragraph 2 No. 3 GWB in conjunction with Section 46 Paragraph 3 No. 2 VgV) through a self-declaration by the bidder: The applicant provides evidence of a staff base and equipment that ensures the tasks associated with this project can be carried out. Proof of the required staff capacity and expertise must be provided by suitable evidence. Skill profiles of the employees demonstrate several years of professional experience in the type of service that is the subject of the contract. 5.1.10. Award criteria Criterion: Type: Price Name: Price Weight (points, exact): 100 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: German Deadline for requesting additional information: 13/11/2024 23:59:00 (UTC+1) Address of the procurement documents: https://www.evergabe.nrw.de/VMPSatellite/notice/CXS0YYLY1WL9TS23/documents Ad hoc communication channel: URL: https://www.evergabe.nrw.de/VMPSatellite/notice/ CXS0YYLY1WL9TS23 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.evergabe.nrw.de/VMPSatellite/notice/CXS0YYLY1WL9TS23 Languages ​​in which tenders or requests to participate may be submitted: German Electronic catalog: Not allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 22/11/2024 12:00:00 (UTC+ 1) Deadline until which the tender must remain valid: 46 Days Information that can be supplemented after the submission deadline: At the discretion of the buyer, all missing tenderer-related documents may be submitted later. Additional information: The products offered are sampled. Information about public opening: Opening date: 22/11/2024 12:00:00 (UTC+1) Place: Central Procurement University Hospital Cologne Additional information: Bidders are not permitted. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: In order to check the offers, samples of the products offered will be taken. This sampling is free of charge for the client. Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes Financial arrangement: Payment term 30 days net 5.1.15. Techniques Framework agreement:No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Vergabekammer Rheinland (Spruchkörper Köln) bei der Bezirksregierung Köln Organisation providing additional information about the procurement procedure: Universitätsklinikum Köln AöR Organisation receiving requests to participate: Universitätsklinikum Köln AöR TED eSender: Datenservice Öffentlicher Einkauf (in responsibility of the Procurement Office of the BMI) 8. Organisations 8.1. ORG-0001 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Central Procurement/Procurement Office Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Zentrale Beschaffung/Vergabestelle Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Organisation providing additional information about the procurement procedure 8.1. ORG-0003 Official name: Vergabekammer Rheinland (Spruchkörper Köln) bei der Bezirksregierung Köln Registration number: 05315-03002-81 Postal address: Zeughausstraße 2 - 10 Town: Köln Postcode: 50567 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Geschäftsstelle Vergabekammer Rheinland Email: VKRheinland@bezreg-koeln.nrw.de Telephone: +49 2211473045 Fax: +49 2211472889 Roles of this organisation: Review organisation 8.1. ORG-0004 Official name: Universitätsklinikum Köln AöR Registration number: DE215420431 Postal address: Kerpener Straße 62 Town: Köln Postcode: 50937 Country subdivision (NUTS): Köln, Kreisfreie Stadt (DEA23) Country: Germany Contact point: Central Procurement/Procurement Office Email: vergabestelle@uk-koeln.de Telephone: +49 221478-96619 Fax: +49 221478-87805 Roles of this organisation: Organisation receiving requests to participate 8.1. ORG-0005 Official name: Data Service Public Procurement (in responsibility of the Procurement Office of the BMI) Registration number: 0204:994-DOEVD-83 Town: Bonn Postcode: 53119 Country subdivision (NUTS): Bonn, Kreisfreie Stadt (DEA22) Country: Germany Email: noreply.esender_hub@bescha.bund.de Telephone: +49228996100 Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 020a6615-aadf-4417-b17b-8910237108c6 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 16:57:28 (UTC+2) Languages ​​in which this notice is officially available:German 11.2. Publication information Notice publication number: 647926-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/647926-2024/pdf Danish document download: https://ted.europa.eu/da/notice/647926-2024/pdf German document download: https://ted.europa.eu/de/notice/647926-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/647926-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/647926-2024/pdf English document download: https://ted. europa.eu/en/notice/647926-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/647926-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/647926-2024/pdf French document download: https:// ted.europa.eu/fr/notice/647926-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/647926-2024/pdf Croatian document download: https://ted.europa. eu/hr/notice/647926-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/647926-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/647926-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647926-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/647926-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647926-2024/pdf Dutch document download: https:// ted.europa.eu/nl/notice/647926-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647926-2024/pdf Portuguese document download: https://ted.europa. eu/pt/notice/647926-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647926-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/647926-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647926-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/647926-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647926-2024/pdf//ted.europa.eu/it/notice/647926-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647926-2024/pdf Latvian document download: https://ted. europa.eu/lv/notice/647926-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647926-2024/pdf Dutch document download: https://ted.europa.eu/ nl/notice/647926-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647926-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/ 647926-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647926-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/647926-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647926-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/647926-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647926-2024/pdf//ted.europa.eu/it/notice/647926-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647926-2024/pdf Latvian document download: https://ted. europa.eu/lv/notice/647926-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647926-2024/pdf Dutch document download: https://ted.europa.eu/ nl/notice/647926-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647926-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/ 647926-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647926-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/647926-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647926-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/647926-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647926-2024/pdf
NAICS
Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation InformationT Corporate
CPVS
System, storage and content management software package System, storage and content management software development services Grain mill products, starches and starch products
UNSPSC
Agents affecting water and electrolytes Financial Instruments, Products, Contracts and Agreements
Regions
Europe Western Europe
Sectors
Travel and Tourism Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert