Tender Details
Title

Germany – Painting work – KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten Place of performance: Germany,Bielefeld, Kreisfreie Stadt Main nature of the contract: Works Official name: Klinikum Bielefeld gem.GmbH Type of procedure: Open Germany – Painting work – KBM-HM-331.1 Extension building center, painting work Place of performance: Germany,Bielefeld, Kreisfreie Stadt Main nature of the contract: Works Official name: Klinikum Bielefeld gem.GmbH Type of procedure: Open

Country
Language
German
Organization
Published Date
23.10.2024
Deadline Date
25.11.2024
Overview
643196-2024 - Competition Competition Germany: Painting work KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten Germany, Bielefeld, Kreisfreie Stadt (DEA41) Bielefeld, Teutoburger Str 50 Estimated value excluding VAT: 1,00 EUR Type of procedure: Open Buyer Buyer: Klinikum Bielefeld gem.GmbH Email: vergabe.technik@klinikumbielefeld.de Germany, Bielefeld, Kreisfreie Stadt (DEA41), Bielefeld LOT-0001: KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten Painting work Start date: 30/01/2025 Duration end date: 19/12/2025 Deadline for receipt of tenders: 25/11/2024 - 10:00:00 (UTC+1) 643196-2024 - Competition Germany – Painting work – KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten OJ S 207/2024 23/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Klinikum Bielefeld gem.GmbH Email: vergabe.technik@klinikumbielefeld.de Legal type of the buyer: Public undertaking Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten Description: Putzarbeiten Kalkgipsputz: ca. 4.500 qm, Dispersionsbeschichtung inkl. Malervlies: ca. 13.430 qm, Lackierarbeiten Türen: ca. 45 St., Lackierarbeiten Zargen: ca. 280 St. Bodenbeschichtung, Epoxidharz und Staubbindender Anstrich: ca. 1.500 qm Procedure identifier: 956e64f0-be0a-4e0f-adee-e37f1fb632c7 Internal identifier: KBM-HM-331.1 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45442100 Painting work Additional classification (cpv): 45233228 Surface coating construction work, 45410000 Plastering work 2.1.2. Place of performance Town: Bielefeld, Teutoburger Str 50 Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany 2.1.3. Value Estimated value excluding VAT: 1,00 EUR 2.1.4. General information Legal basis: Directive 2014/24/EU vob-a-eu - 2.1.6. Grounds for exclusion Purely national exclusion grounds: Gemäß § 123, 124 GWB, § 57 VgV und § 16 EU VOB/A 5. Lot 5.1. Lot: LOT-0001 Title: KBM-HM-331.1 Erweiterungsbau Mitte, Malerarbeiten Description: Putzarbeiten Kalkgipsputz: ca. 4.500 qm, Dispersionsbeschichtung inkl. Malervlies: ca. 13.430 qm, Lackierarbeiten Türen: ca. 45 St., Lackierarbeiten Zargen: ca. 280 St. Bodenbeschichtung, Epoxidharz und Staubbindender Anstrich: ca. 1.500 qm Internal identifier: 21bbcee6-5058-412e-a058-9b149fe621d4 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45442100 Painting work Additional classification (cpv): 45233228 Surface coating construction work, 45410000 Plastering work 5.1.3. Estimated duration Start date: 30/01/2025 Duration end date: 19/12/2025 5.1.6. General information Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Description: 1.1. Eintragung in das Berufsregister ihres Sitzes oder Wohnsitzes Nachweis: Gewerbeanmeldung, Handelsregisterauszug und/oder Eintragung in der Handwerksrolle bzw. der Industrie- und Handelskammer Use of this criterion: Used Criterion: Type: Economic and financial standing Description: 2.1 Angaben zu Insolvenzverfahren und Liquidation Nachweis: Rechtskräftiger bestätigter Insolventsplan (Falls eine Erklärung über das Vorliegen eines solchen Insolvenzplanes abgegeben wurde 2.2. Angaben zur Zahlung von Steuern, Abgaben und Beiträgen zur gesetzlichen Sozialversicherung. Nachweise: Unbedenklichkeitsbescheinigung der tariflichen Sozialkasse, Unbedenklichkeitsbescheinigung des Finanzamtes bzw. Bescheinigung in Steuersachen und Freistellungsbescheinigung nach §48b EStG. 2.3 Umsatz der letzten 3 abgeschlossenen Geschäftsjahre, soweit er Bauleistungen und andere Leistungen betrifft, die mit der zu vergebenen Leistung vergleichbar sind unter Einfluss des Anteils bei gemeinsam mit anderen Unternehmen ausgeführten Leistungen. 2.4. Nachweis wirtschaftlichkeit und finanzielle Leistungsfähigkeit durch Vorlage entsprechender Bankerklärung, oder gegebenenfalls einer entsprechenden Berufshaftpflichtversicherung Nachweis: Berufshaftpflichtversicherung 2.5. Vorlage von Jahesabschlüssen der letzen 3 abgeschlossenen Geschäftsjahre Der Auftraggeber behält sich vor, weitere Eignungsnachweise auch für in Bezug genommene andere Unternehmen/ Nachunternehmer – gegebenenfalls ergänzend -nachzufordern. Geforderte Mindeststandards: zu 2.4 Haftpflichtversicherung (bei einem in der EU zuglassenen Versicherungsunternehmen) Deckungssumme: 5.000.000,00 € für Personenschäden, 5.000.000,00 € für Sach- und / oder Vermögensschäden. Die Jahreshöchstleistung beträgt mindestens das 2-fache der jeweiligen Deckungssumme Use of this criterion: Used Criterion: Type: Technical and professional ability Description: Die nachstehenden Angaben und Erklärungen sind von den Bewerbern bzw. den Mitgliedern der Bewervergemeinschaft vorzulegen: 3.1. Nachweis der Zuverlässigkeit: Angabe, dass nachweislich keine schwere Verfehlung begangen wurde, die die Zuverlässigkeit als Bieter in Frage stellt. Ab einer Auftragssumme von 30.000 Euro wird der Auftraggeber für den Bieter, auf dessen Angebot der Zu¬schlag erteilt werden soll, einen Auszug aus dem Gewerbezentralregister gem. § 150a GewO beim Bundesamt für Justiz anfordern. 3.2. Angaben zur Mitgliedschaft bei der Berrufsgenossenschaft Nachweise: Qualifizierte Unbedenklichkeitsbescheinigung der Berufsgenossenschaft mit Angaben der Lohnsummen. 3.3. Angaben zu Leistungen, die mit der zu vergebenen Leistung vergleichbar sind: Angabe zu drei Referenzen von vergleichbaren Leistungen, deren Nutzungsaufnahme zum Zeitpunkt des Schlusstermins für den Eingang der Angebotes nicht länger als 5 Jahre zurück liegen. Bestätigung des Auftraggebers des Referensobjektes über die vertragsgemäße Ausführung der Leistung. Nachweise: Referenznachweise 3.4. Angaben zu Arbeitskräften: Anzahl der in den letzten 3 abgeschlossenen Geschäftsjahren jahresdurchschnittlich beschäftigten Arbeitskräfte, gegliedert nach Berufs- bzw. Lohngruppen mit extra ausgewiesenen Führungskräften. 3.5. frei 3.6. frei 3.7. frei 3.8. frei 3.9. frei 3.10. frei 3.11. Angabe, welche Teile des Auftrags der Unternehmer unter Umständen als Unteraufträge zu vergeben beabsichtigt Geforderte Mindeststandards: zu 3.3 Die Referenzen sollen mindestens folgende Angaben enthalten: Ansprechpartner; Art der ausgeführten Leistung; Auftragssumme; Ausführungszeitraum; stichwortartige Benennung des mit eigenem Personal ausgeführten maßgeblichen Leistungsumfanges einschl. Angabe der ausgeführten Mengen; Zahl der hierfür durchschnittlich eingesetzten Arbeitnehmer; stichwortartige Beschreibung der besonderen technischen und gerätespezifischen Anforderungen bzw. (bei Komplettleistung) Kurzbeschreibung der Baumaßnahme einschließlich eventueller Besonderheiten der Ausführung; Angabe zur Art der Baumaßnahme (Neubau, Umbau, Denkmal); Angabe zur vertraglichen Bindung (Hauptauftragnehmer, ARGE-Partner, Nachunternehmer); ggf. Angabe der Gewerke, die mit eigenem Leitungspersonal koordiniert wurden; Bestätigung des Auftraggebers über die vertragsgemäße Ausführung der Leistung , Formblatt B444 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Preis Description: Preis Weight (percentage, exact): 100 5.1.11. Procurement documents Languages in which the procurement documents are officially available: German Deadline for requesting additional information: 18/11/2024 12:00:00 (UTC+1) Address of the procurement documents: https://bieter.ehealth-evergabe.de/bieter/api/external/deeplink/subproject/6f3be2d4-63ba-4cdb-8c11-88a20bb745a3 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://bieter.ehealth-evergabe.de/bieter/api/external/deeplink/subproject/6f3be2d4-63ba-4cdb-8c11-88a20bb745a3 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 Description of the financial guarantee: Vertragserfüllungsbürgschaft in Höhe von 5% der Auftragssumme Mängelansprüchebürgschaft in Höhe von 3% der Abrechnungssumme Deadline for receipt of tenders: 25/11/2024 10:00:00 (UTC+1) Deadline until which the tender must remain valid: 60 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: Bedingung für die Ausführung des Auftrags sind die Einhaltungen der inhaltlichen Vorgabe des Tariftreue- und Vergabegesetzes NRW (TVgG NRW). Dies beinhaltet insbesondere die Verpflichtung zur Einhaltung von Mindestarbeitsbedingungen. Das Sanktionspaket 5 EU ist zu beachten. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No A non-disclosure agreement is required: no Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: Gesamtschuldnerisch haftend mit bevollmächtigtem Vertreter Information about review deadlines: Der Nachprüfungsantrag ist nach § 160 GWB unzulässig, soweit: 1. der Antragsteller den geltend gemachten Verstoß gegen Vergabevorschriften vor Einreichen des Nachprüfungsantrags erkannt und gegenüber dem Auftraggeber nicht innerhalb einer Frist von zehn Kalendertagen gerügt hat; der Ablauf der Frist nach § 134 Absatz 2 GWB bleibt unberührt, 2. Verstöße gegen Vergabevorschriften, die aufgrund der Bekanntmachung erkennbar sind, nicht spätestens bis zum Ablauf der in der Bekanntmachung benannten Frist zur Bewerbung oder zur Angebotsabgabe gegenüber dem Auftraggeber gerügt werden, 3. Verstöße gegen Vergabevorschriften, die erst in den Vergabeunterlagen erkennbar sind, nicht spätestens bis zum Ablauf der Frist zur Bewerbung oder zur Angebotsabgabe gegenüber dem Auftraggeber gerügt werden, 4. mehr als 15 Kalendertage nach Eingang der Mitteilung des Auftraggebers, einer Rüge nicht abhelfen zu wollen, vergangen sind 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 Mediation organisation: Vergabekammer Westfalen Review organisation: Vergabekammer Westfalen Organisation providing additional information about the procurement procedure: Klinikum Bielefeld gem. GmbH (Abteilung Technik) Organisation providing offline access to the procurement documents: Klinikum Bielefeld gem. GmbH (Abteilung Technik) Organisation receiving requests to participate: Klinikum Bielefeld gem.GmbH Organisation processing tenders: Klinikum Bielefeld gem. GmbH (Abteilung Technik) TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) 8. Organisations 8.1. ORG-0001 Official name: Klinikum Bielefeld gem.GmbH Registration number: 936efa67-cf5d-4d3a-affc-90ea38d59404 Postal address: Teutoburger Str. 50 Town: Bielefeld Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany Email: vergabe.technik@klinikumbielefeld.de Telephone: +49 5215810 Internet address: http://www.klinikumbielefeld.de Roles of this organisation: Buyer Organisation receiving requests to participate 8.1. ORG-0002 Official name: Vergabekammer Westfalen Registration number: 0a2212a7-f7eb-4653-b89e-224eca3aca27 Postal address: Albrecht-Thaer-Straße 9 Town: Münster Postcode: 48147 Country subdivision (NUTS): Münster, Kreisfreie Stadt (DEA33) Country: Germany Email: vergabekammer@bezreg-muenster.nrw.de Telephone: +49 2514111691 Fax: +49 2514112165 Internet address: https://www.bezreg-muenster.de Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: Klinikum Bielefeld gem. GmbH (Abteilung Technik) Registration number: 034a6d8d-c2df-456b-9f57-d61eaa88a356 Department: Abteilung Technik Postal address: Teutoburger Str. 50 Town: Bielefeld Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany Contact point: Abteilung Technik Email: vergabe.technik@klinikumbielefeld.de Telephone: +49 5219437306 Fax: +49 5215812399 Internet address: http://www.klinikumbielefeld.de Roles of this organisation: Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation processing tenders 8.1. ORG-0004 Official name: Vergabekammer Westfalen Registration number: 5553c092-4370-4fa1-9982-e921ac44f72c Postal address: Albrecht-Thaer-Str. 9 Town: Münster Postcode: 48147 Country subdivision (NUTS): Münster, Kreisfreie Stadt (DEA33) Country: Germany Email: vergabekammer@bezreg-muenster.nrw.de Telephone: +49 2514111691 Fax: +49 2514112165 Internet address: https://www.bezreg-muenster.de/de/wirtschaft_finanzen_kommunalaufsicht/vergabekammer_westfalen/rechtsmittelinstanz/index.html Roles of this organisation: Mediation organisation 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: a4701cc4-dc0c-4c0d-a9dd-05dcd0d84cf1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 00:00:10 (UTC+2) Languages in which this notice is officially available: German 11.2. Publication information Notice publication number: 643196-2024 OJ S issue number: 207/2024 Publication date: 23/10/2024 Czech document download: https://ted.europa.eu/cs/notice/643196-2024/pdf Danish document download: https://ted.europa.eu/da/notice/643196-2024/pdf German document download: https://ted.europa.eu/de/notice/643196-2024/pdf Greek document download: https://ted.europa.eu/el/notice/643196-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/643196-2024/pdf English document download: https://ted.europa.eu/en/notice/643196-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/643196-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/643196-2024/pdf French document download: https://ted.europa.eu/fr/notice/643196-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/643196-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/643196-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/643196-2024/pdf Italian document download: https://ted.europa.eu/it/notice/643196-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/643196-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/643196-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/643196-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/643196-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/643196-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/643196-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/643196-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/643196-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/643196-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/643196-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/643196-2024/pdf 643196-2024 - Competition Competition Germany: Painting work KBM-HM-331.1 Extension building in the middle, painting work Germany, Bielefeld, Kreisfreie Stadt (DEA41) Bielefeld, Teutoburger Str 50 Estimated value excluding VAT: 1.00 EUR Type of procedure: Open Buyer Buyer: Klinikum Bielefeld gem.GmbH Email: vergabe.technik@klinikumbielefeld.de Germany, Bielefeld, Kreisfreie Stadt (DEA41), Bielefeld LOT-0001: KBM-HM-331.1 Extension building in the middle, painting work Start date: 30/01/2025 Duration end date: 19/12/2025 Deadline for receipt of tenders: 25/11/2024 - 10:00:00 (UTC+1) 643196-2024 - Competition Germany – Painting work – KBM-HM-331.1 Extension building in the middle, painting work OJ S 207/2024 23/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Klinikum Bielefeld gem.GmbH Email: vergabe.technik@klinikumbielefeld.de Legal type of the buyer: Public undertaking Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: KBM-HM-331.1 Central extension, painting work Description: Plastering work, lime gypsum plaster: approx. 4,500 sqm, dispersion coating including painter's fleece: approx. 13,430 sqm, painting work on doors: approx. 45 pieces, painting work on frames: approx. 280 pieces, floor coating, epoxy resin and dust-binding paint: approx. 1,500 sqm Procedure identifier: 956e64f0-be0a-4e0f-adee-e37f1fb632c7 Internal identifier: KBM-HM-331.1 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45442100 Painting work Additional classification (cpv): 45233228 Surface coating construction work, 45410000 Plastering work 2.1.2. Place of performance Town: Bielefeld, Teutoburger Str 50 Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfrei Stadt (DEA41) Country: Germany 2.1.3. Value Estimated value excluding VAT: EUR 1.00 2.1.4. General information Legal basis: Directive 2014/24/EU vob-a-eu - 2.1.6. Grounds for exclusion Purely national exclusion grounds: According to § 123, 124 GWB, § 57 VgV and § 16 EU VOB/A 5. Lot 5.1. Lot: LOT-0001 Title: KBM-HM-331.1 Central extension, painting work Description: Plastering work, lime gypsum plaster: approx. 4,500 sq.m., dispersion coating including painting fleece: approx. 13,430 sq.m., painting work on doors: approx. 45 pieces, painting work on frames: approx. 280 pieces, floor coating, epoxy resin and dust-binding coat: approx. 1,500 sq.m. Internal identifier: 21bbcee6-5058-412e-a058-9b149fe621d4 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45442100 Painting work Additional classification (cpv): 45233228 Surface coating construction work, 45410000 Plastering work 5.1.3. Estimated duration Start date: 30/01/2025 Duration end date: 19/12/2025 5.1.6. General information procurement project not financed with EU funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9.Selection criteria Criterion: Type: Suitability to pursue the professional activity Description: 1.1. Entry in the professional register of your registered office or place of residence Evidence: Business registration, extract from the commercial register and/or entry in the trades register or the Chamber of Commerce and Industry Use of this criterion: Used Criterion: Type: Economic and financial standing Description: 2.1 Information on insolvency proceedings and liquidation Evidence: Legally binding confirmed insolvency plan (if a declaration has been made regarding the existence of such an insolvency plan) 2.2. Information on payment of taxes, duties and contributions to statutory social insurance. Evidence: Certificate of clearance from the collective agreement social fund, certificate of clearance from the tax office or certificate in tax matters and exemption certificate in accordance with Section 48b of the Income Tax Act. 2.3 Turnover for the last 3 completed financial years, insofar as it relates to construction work and other services that are comparable to the service to be awarded, taking into account the share of services carried out jointly with other companies. 2.4. Proof of economic viability and financial capacity by submitting a corresponding bank statement or, if applicable, corresponding professional liability insurance Proof: Professional liability insurance 2.5. Submission of annual financial statements for the last 3 completed financial years The client reserves the right to request further proof of suitability for other companies/subcontractors referred to - if necessary in addition. Required minimum standards: for 2.4 Liability insurance (with an insurance company licensed in the EU) Coverage: €5,000,000.00 for personal injury, €5,000,000.00 for property damage and/or financial loss. The annual maximum benefit is at least twice the respective coverage amount Use of this criterion: Used Criterion: Type: Technical and professional ability Description: The following information and declarations must be submitted by the applicants or members of the applicant group: 3.1. Proof of reliability: Statement that no serious misconduct has been committed that would call into question the reliability as a bidder. For orders worth more than 30,000 euros, the client will request an extract from the central trade register in accordance with Section 150a of the Trade Regulation Act from the Federal Office of Justice for the bidder whose bid is to be accepted. 3.2. Details of membership in the trade association. Evidence: Qualified certificate of good standing from the trade association with details of wage sums. 3.3. Details of services that are comparable to the service to be awarded: Details of three references of comparable services that were used no more than five years ago at the time of the closing date for receipt of the bid.Confirmation from the client of the reference object that the service has been carried out in accordance with the contract. Evidence: Reference evidence 3.4. Information on workers: Number of workers employed on average per year in the last 3 completed financial years, broken down by professional or wage group with specially identified managers. 3.5. free 3.6. free 3.7. free 3.8. free 3.9. free 3.10. free 3.11. Information on which parts of the contract the contractor intends to subcontract under certain circumstances Required minimum standards: for 3.3 The references should contain at least the following information: contact person; type of service carried out; contract value; execution period; brief description of the relevant scope of work carried out by the company's own staff, including details of the quantities carried out; average number of employees used for this; brief description of the special technical and equipment-specific requirements or (in the case of a complete service) a brief description of the construction project, including any special features of the execution; Information on the type of construction project (new building, conversion, monument); information on the contractual obligation (main contractor, ARGE partner, subcontractor); if applicable, information on the trades that were coordinated with the company's own management staff; confirmation from the client that the service was carried out in accordance with the contract, form B444 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Price Weight (percentage, exact): 100 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: German Deadline for requesting additional information: 11/18/2024 12:00:00 (UTC+1) Address of the procurement documents: https://bieter.ehealth-evergabe.de/bieter/api/external/deeplink/subproject/6f3be2d4-63ba-4cdb-8c11-88a20bb745a3 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://bieter.ehealth-evergabe.de/bieter/api/external/deeplink/subproject/6f3be2d4-63ba-4cdb-8c11-88a20bb745a3 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 Description of the financial guarantee : Contract performance guarantee in the amount of 5% of the order amount Defects claims guarantee in the amount of 3% of the settlement amount Deadline for receipt of tenders: 25/11/2024 10:00:00 (UTC+1) Deadline until which the tender must remain valid: 60 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 condition for the execution of the contract is compliance with the content requirements of the Collective Bargaining and Procurement Act NRW (TVgG NRW).This includes in particular the obligation to comply with minimum working conditions. The EU sanctions package 5 must be observed. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No A non-disclosure agreement is required: no Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: Jointly and severally liable with an authorised representative Information about review deadlines: The application for review is inadmissible according to Section 160 GWB if: 1. the applicant recognized the alleged violation of procurement regulations before submitting the application for review and did not complain to the client within a period of ten calendar days; the expiry of the deadline pursuant to Section 134 Paragraph 2 GWB remains unaffected, 2. violations of procurement regulations which are identifiable from the announcement are not reported to the client by the expiry of the deadline for applications or submission of offers specified in the announcement, 3. violations of procurement regulations which are only identifiable in the tender documents are not reported to the client by the expiry of the deadline for applications or submission of offers, 4. more than 15 calendar days have passed since receipt of the client's notification that they do not wish to remedy a complaint 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Vergabekammer Westfalen Review organisation: Vergabekammer Westfalen Organisation providing additional information about the procurement procedure: Klinikum Bielefeld gem. GmbH (Technical Department) Organisation providing offline access to the procurement documents: Klinikum Bielefeld gem. GmbH (Technical Department) Organisation receiving requests to participate: Klinikum Bielefeld gem.GmbH Organisation processing tenders: Klinikum Bielefeld gem. GmbH (Technical Department) TED eSender: Data Service Public Procurement (under the responsibility of the Procurement Office of the BMI) 8. Organisations 8.1. ORG-0001 Official name: Klinikum Bielefeld gem.GmbH Registration number: 936efa67-cf5d-4d3a-affc-90ea38d59404 Postal address: Teutoburger Str. 50 Town: Bielefeld Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfrei Stadt (DEA41) Country: Germany Email: vergabe.technik@klinikumbielefeld.de Tele phone: +49 5215810 Internet address: http://www.klinikumbielefeld.de Roles of this organization: Buyer Organization receiving requests to participate 8.1. ORG-0002 Official name: Vergabekammer Westfalen Registration number: 0a2212a7-f7eb-4653-b89e-224eca3aca27 Postal address: Albrecht-Thaer-Straße 9 Town: Münster Postcode: 48147 Country subdivision (NUTS): Münster,District-free city (DEA33) Country: Germany Email: vergabekammer@bezreg-muenster.nrw.de Telephone: +49 2514111691 Fax: +49 2514112165 Internet address: https://www.bezreg-muenster.de Roles of this organization: Review organization 8.1. ORG-0003 Official name: Klinikum Bielefeld gem. GmbH (Abteilung Technik) Registration number: 034a6d8d-c2df-456b-9f57-d61eaa88a356 Department: Abteilung Technik Postal address: Teutoburger Str. 50 Town: Bielefeld Postcode: 33604 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany Contact point: Department of Technology Email: vergabe.technik@klinikumbielefeld.de Telephone: +49 5219437306 Fax: +49 5215812399 Internet address: http://www.klinikumbielefeld.de Roles of this organisation : Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation processing tenders 8.1. ORG-0004 Official name: Vergabekammer Westfalen Registration number: 5553c092-4370-4fa1-9982-e921ac44f72c Postal address: Albrecht-Thaer-Str. 9 Town: Münster Postcode: 48147 Country subdivision (NUTS): Münster, Kreisfreie Stadt (DEA33) Country : Germany Email: vergabekammer@bezreg-muenster.nrw.de Telephone: +49 2514111691 Fax: +49 2514112165 Internet address: https://www.bezreg-muenster.de/de/wirtschaft_finanzen_kommunalaufsicht/vergabekammer_westfalen/rechtsmittelinstanz/index.html Roles of this organisation: Mediation organisation 8.1. ORG-0005 Official name: Public Procurement Data Service (under the 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: a4701cc4-dc0c-4c0d-a9dd-05dcd0d84cf1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 00:00:10 (UTC+2) Languages ​​in which this notice is officially available: German 11.2. Publication information Notice publication number: 643196-2024 OJ S issue number: 207/2024 Publication date: 23/10/2024 Czech document download: https://ted.europa.eu/cs/notice/643196-2024/pdf Danish document download: https://ted.europa.eu/da/notice/643196-2024/pdf German document download: https://ted.europa.eu/de/notice/643196-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/643196-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/643196-2024/pdf English document download: https://ted. europa.eu/en/notice/643196-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/643196-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/643196-2024/pdf French document download: https:// ted.europa.eu/fr/notice/643196-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/643196-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/643196-2024/pdf Hungarian document download: https://ted.europa.eu/hu/ notice/643196-2024/pdf Italian document download: https://ted.europa.eu/it/notice/643196-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/643196- 2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/643196-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/643196-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/643196-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/643196-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/643196-2024/pdf Romanian document download: https:// ted.europa.eu/ro/notice/643196-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/643196-2024/pdf Slovenian document download: https://ted.europa. eu/sl/notice/643196-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/643196-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/ notice/643196-2024/pdf
NAICS
Scenic and Sightseeing Transportation InformationT Corporate Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation
CPVS
System, storage and content management software package Painting work Parts, accessories and supplies for computers Parts, trimmings and accessories of umbrellas, sunshades, walking sticks and similar articles System, storage and content management software development services Vats Epoxy resin Paint-stripping work
UNSPSC
Liability insurance Professional indemnity insurance
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