Tender Details
Title

Romania – Scanners – Scanner 3D Color Place of performance: Romania,Braşov Main nature of the contract: Supplies Official name: UNIVERSITATEA TRANSILVANIA BRASOV Type of procedure: Open Romania – Scanners – Scanner 3D Color Place of performance: Romania, Braşov Main nature of the contract: Supplies Official name: UNIVERSITATEA TRANSILVANIA BRASOV Type of procedure: Open

Country
Language
Romanian
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
628004-2024 - Competition Competition Romania: Scanners Scanner 3D Color Estimated value excluding VAT: 30 000,00 RON Type of procedure: Open Buyer Buyer: UNIVERSITATEA TRANSILVANIA BRASOV Email: tehnic@unitbv.ro Romania, Braşov (RO122), Brasov LOT-0000: Default lot Scanners Romania, Braşov (RO122) Duration: 60 Days Deadline for receipt of tenders: 18/11/2024 - 15:00:00 (UTC+2) 628004-2024 - Competition Romania – Scanners – Scanner 3D Color OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: UNIVERSITATEA TRANSILVANIA BRASOV Email: tehnic@unitbv.ro Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Scanner 3D Color Description: Achizitia de Scanner 3D Color in cadrul proiectului PNRR (PLANULUI NATIONAL DE REDRESARE SI REZILIENTA), COMPONENTA C15: EDUCATIE, REFORMA 5: ADOPTAREA CADRULUI LEGISLATIV PENTRU DIGITALIZAREA EDUCATIEI, INVESTITIA 16: DIGITALIZAREA UNIVERSITATILOR SI PREGATIREA ACESTORA PENTRU POFESIILE, DIGITALE ALE VIITORULUI) pentru studenti, masteranzi, doctoranzi, cadre didactice si personal didactic auxiliar. Numar zile pana la care se pot solicita clarificari inainte de data limita de depunere a ofertelor/candidaturilor: 13 zile. Termenul in care autoritatea contractanta va rapunde in mod clar si complet tuturor solicitarilor de clarificari: 10 zile inainte de termenul limita stabilit pentru depunerea ofertelor. Procedure identifier: 506b0a6a-5704-4fd6-ad64-6bb8bf9b6195 Internal identifier: 4317754.2022.CF3.2 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38520000 Scanners 2.1.3. Value Estimated value excluding VAT: 30 000,00 RON 2.1.4. General information Additional information: Cerintele tehnice definite la nivelul anuntului de participare, caietului de sarcini sau altor documente complementare, prin trimiterea standardelor, la un anumit producator, la marci, brevete, tipuri, la o origine sau la o productie/metoda specifica de fabricatie/prestare/executie, vor fi intelese ca fiind insotite de mentiunea ”sau echivalent” Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Participation in a criminal organisation: Participare la o organizatie criminala Corruption: Coruptie Fraud: Frauda Terrorist offences or offences linked to terrorist activities: Infractiuni teroriste sau infractiuni legate de activitati teroriste Money laundering or terrorist financing: Spalare de bani sau finantarea terorismului Child labour and other forms of trafficking in human beings: Exploatarea prin munca a copiilor si alte forme de trafic de persoane Payment of taxes: Plata impozitelor Payment of social security contributions: Plata asigurarilor sociale 5. Lot 5.1. Lot: LOT-0000 Title: Default lot Description: Scanner 3D Color conform descriere caiet de sarcini. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38520000 Scanners 5.1.2. Place of performance Country subdivision (NUTS): Braşov (RO122) Country: Romania Additional information: Brasov str. Institutului nr.10 5.1.3. Estimated duration Duration: 60 Days 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.a) Situatia personala a candidatului sau ofertantului Description: Cerinta 1. Ofertantul, ofertantul asociat, subcontractantul, tertul sustinator nu trebuie sa se afle in situatiile prevazute la art. 164 din Legea 98/2016. Se va completa si depune DUAE pana la data si ora limita de depunere a ofertelor. Documentele ce se vor solicita ofertantului clasat pe primul loc: cazier judiciar al operatorului economic, valabil la data depunerii. - cazier judiciar, valabil la data depunerii, pentru toate persoanelor ce au calitate de membru al organului de administrare, de conducere sau de supraveghere al respectivului ofertant sau are putere de reprezentare, de decizie sau de control în cadrul acestuia. Cerinta 2. Ofertantul, ofertantul asociat, subcontractantul, tertul sustinator nu trebuie sa se afle in situatiile prevazute la art. 165 din Legea 98/2016. Se va completa si depune DUAE pana la data si ora limita de depunere a ofertelor. Documentele ce se vor solicita ofertantului clasat pe primul loc:certificat fiscal de la bugetul general consolidat, valabil la MOMENTUL PREZENTARII, - certificat fiscal de la bugetul local, valabil la MOMENTUL PREZENTARII, pentru sediile secundare/punctele de lucru, o declaraţie pe propria răspundere privind îndeplinirea obligaţiilor de plată a impozitelor, taxelor sau contribuţiilor la bugetul general consolidat datorate, dupa caz, documente prin care se demonstreaza faptul ca operatorul economic poate beneficia de derogarile prevazute la art. 166 alin.(2) din L98/2016 Cerinta 3. Ofertantul, ofertantul asociat, subcontractantul, tertul sustinator nu trebuie sa se afle in situatiile prevazute la art. 167 din Legea 98/2016. Se va completa si depune DUAE pana la data si ora limita de depunere a ofertelor. Documentele ce se vor solicita ofertantului clasat pe primul loc: documente care fac dovada declaratiilor din DUAE dupa caz, documente prin care se demonstreaza faptul ca operatorul economic poate beneficia de derogarile prevazute la art. 167 alin.(2). Cerinta 4. Ofertantul, ofertantul asociat, subcontractantul, tertul sustinator nu trebuie sa se afle in situatiile prevazute la art. 60, din Legea 98/2016. Se va completa si depune pe langa DUAE (anexa din formulare) pana la data si ora limita de depunere a ofertelor, declaratie privind neincadrarea in situatiile potential generatoare de conflict de interese, asa cum sunt acestea definite la art. 60 din Legea.nr.98/2016. Persoane cu functie de decizie din cadrul Universitatii Transilvania Brasov: Prof.Univ.Dr.Abrudan Ioan Vasile-rector, Prof.univ.dr.ing. Muntenu Daniel-Prorector, Prof. univ.dr. Buzea Carmen-Prorector, Prof.univ.dr.ing. Lache Simona-Prorector, Prof.univ. dr. Dana Mihaela Gheorghe-Prorector, Prof.univ.dr. Rogozea Liliana Marcela-Prorector, Ing. Stroe Marius-director general administrativ, Ec. Banciu Elena Iuliana-Director Directia Economica , Jr. Manea Adrian Constantin-consilier juridic, Jr. Nicolae Razvan Cristian -consilier juridic, Jr. Laura Kolar Vasudeva-Consilier Juridic, Ing. Dogar Liviu Doru-Sef Serviciu Achizitii Publice lucrari transport si parc auto, Ing. Lucaci Cristina Nicoleta-Sef Serviciu Achizitii Publice proiecte produse si servicii, ing. Mizgaciu Lucian-administrator financiar Serviciul Achizitii, ing. Vasilescu Liliana Iulia-Director Tehnic Administrativ, ing. Tica Anca-administrator financiar Serviciul Achizitii, Botez Andra Manuela-administrator financiar Serviciul Achizitii, prof.dr.ing. Gaceu Liviu - profesor beneficiar. Cerinta 5. Ofertantul, ofertantul asociat, subcontractantul, tertul sustinator vor depune din faza depunerii ofertelor datele privind beneficiarul real, respectiv: a) pentru ofertantii a caror actionari sunt persoane fizice sau persoane juridice inregistrate pe teritoriul Romaniei, se va depune un extras ONRC. b) pentru ofertantul/ofertantii declarat(i) castigator(i) are/au in structura actionariatului entitati juridice straine, autoritatea contractanta colecteaza de la ofertant o declaratie pe proprie raspundere data de catre reprezentantul legal, conform prevederilor articolului 326 din Codul Penal privind falsul in declaratii, ce va contine datele privind beneficiarii reali ai entitatilor juridice straine (cel putin numele, prenumele si data nasterii), in conformitate cu Legea 129/2019, cu completarile si modificarile ulterioare. c) pentru ofertantii straini, inregistrati in afara Romaniei, acestia vor depune documente justificative, certificate sau alte inscrisuri eliberate de autoritatea responsabila de datele beneficiarului real din tara ofertantului, insotit de traducerea in limba romana, certificata de traducatori utorizati, in conditiile legii. d) pentru ofertantii de tipul asociatiilor si fundatiilor, autoritatea contractanta colecteaza de la acestia un extras de la Ministerul Justitiei (Registrul National ONG) privind beneficiarii reali ai asociatiei/fundatiei; in cazul in care asociatia/fundatia este o entitate straina sau are beneficiari reali persoane straine, autoritatea contractanta colecteaza de la ofertanti o declaratie pe proprie raspundere data de catre reprezentantul legal/presedinte, conform prevederilor articolului 326 din Codul Penal privind falsul in declaratii, ce va contine datele privind beneficiarii reali ai entitatilor juridice (cel putin numele, prenumele si data nasterii), in conformitate cu Legea 129/2019, cu completarile si modificarile ulterioare. Nota 1.In cazul in care in tara de origine sau in tara în care este stabilit operatorul economic nu se emit documente de natura celor prevazute mai sus, se vor accepta declaratii pe propria raspundere sau, daca in tara respectiva nu exista prevederi legale referitoare la declaratia pe propria raspundere, declaratii autentice date in fata unui notar sau a unei autoritati administrative sau judiciare sau a unei asociatii profesionale care are competente in acest sens. Nota 2.Nedepunerea DUAE odata cu oferta (inclusiv pentru asociat/tert sustinator) atrage respingerea acesteia ca inacceptabila. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.b) Capacitatea de exercitare a activitatii profesionale Description: Operatorii economici ce depun oferta trebuie sa dovedeasca o forma de înregistrare în conditiile legii din tara de rezidenta, din care sa reiasa ca operatorul economic este legal constituit, ca nu se afla în niciuna dintre situatiile de anulare a constituirii precum si faptul ca are capacitatea profesionala de a realiza activitatile care fac obiectul contractului. Modalitate prin care poate fi demonstrata îndeplinirea cerintei: se va completa DUAE de catre operatorii economici participanti la procedura de atribuire cu informatiile aferente situatiei lor. Documentele justificative care probeaza îndeplinirea celor asumate prin completarea DUAE: Certificat constatator eliberat de Oficiul Registrului Comertului cu informatii reale/valabile la momentul prezentarii, sau in cazul ofertantilor straini, documente echivalente emise in tara de rezidenta, eliberate in acelasi conditii, urmeaza sa fie prezentate, la solicitarea autoritatii contractante, doar de catre ofertantul clasat pe locul I în clasamentul intermediar întocmit la finalizarea evaluarii ofertelor. Nota: a.Obiectul contractului trebuie sa aiba corespondent in codul CAEN din Certificatul Constatator emis de ONRC. b.Operatorii economici nerezidenti (straini): vor prezenta documente care dovedesc o forma de înregistrare/atestare ori apartenenta din punct de vedere profesional, din care sa rezulte abilitarea persoanei juridice/fizice straine de realiza activitatile similare celor ce formeaza obiectul contractului. c. Documentele se vor prezenta însotite de traducerea autorizata a acestora in limba romana. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Proporția de subcontractare Description: Documentele solicitate se vor prezenta la solicitarea Autoritatii Contractante, doar de catre ofertantul clasat pe locul I in clasamentul intocmit la finalizarea evaluarii ofertelor. Acordul de subcontractare/asociere/angajamentul de sustinere a tertului impreuna cu documentele anexe ale angajamentului vor fi depuse in SICAP odata cu DUAE. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea într-un registru profesional relevant Description: Operatorii economici ce depun oferta trebuie sa dovedeasca o forma de înregistrare în conditiile legii din tara de rezidenta, din care sa reiasa ca operatorul economic este legal constituit, ca nu se afla în niciuna dintre situatiile de anulare a constituirii precum si faptul ca are capacitatea profesionala de a realiza activitatile care fac obiectul contractului. Modalitate prin care poate fi demonstrata îndeplinirea cerintei: se va completa DUAE de catre operatorii economici participanti la procedura de atribuire cu informatiile aferente situatiei lor. Documentele justificative care probeaza îndeplinirea celor asumate prin completarea DUAE: Certificat constatator eliberat de Oficiul Registrului Comertului cu informatii reale/valabile la momentul prezentarii, sau in cazul ofertantilor straini, documente echivalente emise in tara de rezidenta, eliberate in acelasi conditii, urmeaza sa fie prezentate, la solicitarea autoritatii contractante, doar de catre ofertantul clasat pe locul I în clasamentul intermediar întocmit la finalizarea evaluarii ofertelor. Nota: a.Obiectul contractului trebuie sa aiba corespondent in codul CAEN din Certificatul Constatator emis de ONRC. b.Operatorii economici nerezidenti (straini): vor prezenta documente care dovedesc o forma de înregistrare/atestare ori apartenenta din punct de vedere profesional, din care sa rezulte abilitarea persoanei juridice/fizice straine de realiza activitatile similare celor ce formeaza obiectul contractului. c. Documentele se vor prezenta însotite de traducerea autorizata a acestora in limba romana. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Pretul ofertei Description: Pretul cel mai scazut este singurul criteriu Description of the method to be used if weighting cannot be expressed by criteria: Criteriul de atribuire este prețul cel mai scăzut - clasamentul ofertelor se stabilește prin ordonarea crescătoare în funcție de prețul total al fiecărei oferte, oferta de primul loc fiind cea cu prețul cel mai mic. 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185913 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.e-licitatie.ro Languages in which tenders or requests to participate may be submitted: Romanian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 5 Months Information about public opening: Opening date: 18/11/2024 15:00:00 (UTC+2) Place: In SEAP Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: 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: Asociere conform art. 53. din Legea privind achizitiile publice nr 98/2016 Financial arrangement: Achizitie in cadrul proiectului PNRR (PLANULUI NATIONAL DE REDRESARE SI REZILIENTA, COMPONENTA C15: EDUCATIE, REFORMA 5: ADOPTAREA CADRULUI LEGISLATIV PENTRU DIGITALIZAREA EDUCATIEI, INVESTITIA 16: DIGITALIZAREA UNIVERSITATILOR SI PREGATIREA ACESTORA PENTRU PROFESIILE, DIGITALE ALE VIITORULUI) pentru studenti, masteranzi, doctoranzi, cadre didactice si personal didactic auxiliar. termen maxim de plata 60 zile Information about review deadlines: În conformitate cu Legea nr. 101/2016 privind remediile și căile de atac în materie de atribuire a contractelor de achiziție publică, a contractelor sectoriale și a contractelor de concesiune de lucrări și concesiune de servicii, precum și pentru organizarea și funcționarea Consiliului National de Soluționare a Contestațiilor publicat în Monitorul Oficial al României nr. 393 din 23 mai 2016, cu modificările și completările ulterioare. 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: Consiliul National de Solutionare a Contestatiilor Organisation providing additional information about the procurement procedure: UNIVERSITATEA TRANSILVANIA BRASOV Organisation providing more information on the review procedures: Compartimentul Juridic Contencios al Universitatii Transilvania Brasov Organisation receiving requests to participate: UNIVERSITATEA TRANSILVANIA BRASOV Organisation processing tenders: UNIVERSITATEA TRANSILVANIA BRASOV TED eSender: Operator SEAP 8. Organisations 8.1. ORG-0004 Official name: UNIVERSITATEA TRANSILVANIA BRASOV Registration number: RO 4317754 Postal address: Strada: Eroilor, nr. 29 Town: Brasov Postcode: 500036 Country subdivision (NUTS): Braşov (RO122) Country: Romania Contact point: Cristina Nicoleta Lucaci Email: tehnic@unitbv.ro Telephone: +4 0268414900 Fax: +40 268414525 Internet address: https://www.unitbv.ro Buyer profile: https://www.e-licitatie.ro Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Consiliul National de Solutionare a Contestatiilor Registration number: 20329980 Postal address: Str. Stavropoleos nr. 6, sector 3 Town: Bucuresti Postcode: 030084 Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Email: office@cnsc.ro Telephone: +40 213104641 Fax: +40 213104642 Internet address: http://www.cnsc.ro Roles of this organisation: Review organisation 8.1. ORG-0005 Official name: Compartimentul Juridic Contencios al Universitatii Transilvania Brasov Registration number: 4317754 Postal address: Bdul Eroilor nr.29 Town: Brasov Postcode: 500036 Country subdivision (NUTS): Braşov (RO122) Country: Romania Email: juridic@unitbv.ro Telephone: +40 268413000 Fax: +40 268410525 Internet address: https://www.unitbv.ro Roles of this organisation: Organisation providing more information on the review procedures 8.1. ORG-0001 Official name: Operator SEAP Registration number: RO42283735 Postal address: Strada: Italiană, nr. 22, Sector: -, Judet: Bucuresti, Localitate: Bucuresti, Cod postal: 020976 Town: Bucuresti Postcode: 020976 Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Contact point: Roxana Popescu Email: contact.autoritati@e-licitatie.ro Telephone: +40 3032997 Fax: +40 3052889 Internet address: https://www.adr.gov.ro/ Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 727fabf6-0d99-4916-9816-1737380d6ba0 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 16:27:38 (UTC+3) Notice dispatch date (eSender): 16/10/2024 14:01:49 (UTC+3) Languages in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 628004-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628004-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628004-2024/pdf German document download: https://ted.europa.eu/de/notice/628004-2024/pdf Greek document download: https://ted.europa.eu/el/notice/628004-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628004-2024/pdf English document download: https://ted.europa.eu/en/notice/628004-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628004-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/628004-2024/pdf French document download: https://ted.europa.eu/fr/notice/628004-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/628004-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628004-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628004-2024/pdf Italian document download: https://ted.europa.eu/it/notice/628004-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628004-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/628004-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628004-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/628004-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628004-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/628004-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628004-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/628004-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628004-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628004-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628004-2024/pdf 628004-2024 - Competition Competition Romania: Scanners Scanner 3D Color Estimated value excluding VAT: 30 000.00 RON Type of procedure: Open Buyer Buyer: UNIVERSITATEA TRANSILVANIA BRASOV Email: tehnic@unitbv.ro Romania, Braşov (RO122), Brasov LOT- 0000: Default lot Scanners Romania, Braşov (RO122) Duration: 60 Days Deadline for receipt of tenders: 18/11/2024 - 15:00:00 (UTC+2) 628004-2024 - Competition Romania – Scanners – Scanner 3D Color OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: UNIVERSITATEA TRANSILVANIA BRASOV Email: tehnic@unitbv.ro Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: 3D Color Scanner Description: Purchase of 3D Color Scanner within the PNRR (NATIONAL PLAN FOR RECOVERY AND RESILIENCE) project, COMPONENT C15: EDUCATION, REFORM 5: ADOPTION OF THE LEGISLATIVE FRAMEWORK FOR THE DIGITALIZATION OF EDUCATION, INVESTMENT 16: DIGITALIZATION OF UNIVERSITIES AND THEIR PREPARATION FOR DIGITAL JOBS OF THE FUTURE) for students, master's students, doctoral students, teaching staff and auxiliary teaching staff. Number of days until which clarifications can be requested before the deadline for submission of offers/candidates: 13 days. The term in which the contracting authority will respond clearly and completely to all clarification requests: 10 days before the deadline set for the submission of offers. Procedure identifier: 506b0a6a-5704-4fd6-ad64-6bb8bf9b6195 Internal identifier: 4317754.2022.CF3.2 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 38520000 Scanners 2.1.3. Value Estimated value excluding VAT: 30,000.00 RON 2.1.4. General information Additional information: The technical requirements defined at the level of the participation announcement, specifications or other complementary documents, by sending the standards, to a specific manufacturer, to brands, patents, types, to an origin or to a specific production/manufacturing method /delivery/execution, will be understood as being accompanied by the mention "or equivalent" Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Participation in a criminal organization: Participation in a criminal organization Corruption: Corruption Fraud: Fraud Terrorist offenses or offenses linked to terrorist activities: Terrorist offenses or offenses linked to terrorist activities Money laundering or terrorist financing: Child laundering labor and other forms of trafficking in human beings: Exploitation through child labor and other forms of human trafficking Payment of taxes: Payment of taxes Payment of social security contributions: Payment of social insurance 5. Lot 5.1. Lot: LOT-0000 Title: Default lot Description: Scanner 3D Color according to the specifications description. Internal identifier: 1 5.1.1. Purpose Main nature of the contract:Supplies Main classification (cpv): 38520000 Scanners 5.1.2. Place of performance Country subdivision (NUTS): Braşov (RO122) Country: Romania Additional information: Brasov str. Institutului no. 10 5.1.3. Estimated duration Duration: 60 Days 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.a) Personal situation of the candidate or tenderer Description: Requirement 1. The tenderer, associated tenderer, subcontractor, third party supporter must not be in the situations provided for in art. . 164 of Law 98/2016. DUAE will be completed and submitted by the deadline date and time for submission of offers. Documents to be requested from the bidder ranked first: criminal record of the economic operator, valid on the date of submission. - criminal record, valid on the date of submission, for all persons who are members of the administration, management or supervisory body of the respective tenderer or have the power of representation, decision or control within it. Requirement 2. The bidder, associated bidder, subcontractor, third party supporter must not be in the situations provided for in art. 165 of Law 98/2016. DUAE will be completed and submitted by the deadline date and time for submission of offers. The documents that will be requested from the bidder ranked first: tax certificate from the consolidated general budget, valid at the TIME OF PRESENTATION, - tax certificate from the local budget, valid at the TIME OF PRESENTATION, for the secondary offices/points of work, a self-responsibility declaration regarding the fulfillment of obligations to pay taxes, fees or contributions to the general consolidated budget due, as the case may be, documents proving that the economic operator can benefit from the exemptions provided for in art. 166 paragraph (2) of L98/2016 Requirement 3. The bidder, associated bidder, subcontractor, third party supporter must not be in the situations provided for in art. 167 of Law 98/2016. DUAE will be completed and submitted by the deadline date and time for submission of offers. The documents that will be requested from the bidder ranked first: documents that prove the declarations from DUAE as the case may be, documents that demonstrate the fact that the economic operator can benefit from the exemptions provided for in art. 167 paragraph (2). Requirement 4. The bidder, associated bidder, subcontractor, third party supporter must not be in the situations provided for in art. 60, from Law 98/2016. It will be completed and submitted next to the DUAE (form annex) until the deadline date and time for submission of offers,declaration regarding not falling into situations potentially generating conflict of interests, as defined in art. 60 of Law no. 98/2016. Persons with a decision-making function within Transilvania University Brasov: Prof. Univ. Dr. Abrudan Ioan Vasile-rector, Prof. Univ. Dr. Eng. Muntenu Daniel-Vice Chancellor, Prof. Dr. Buzea Carmen-Vice Chancellor, Prof. Univ. Dr. Eng. Lache Simona-Vice Chancellor, Prof. Univ. Dr. Dana Mihaela Gheorghe-Vice Chancellor, Prof. univ. dr. Rogozea Liliana Marcela-Vice-Rector, Ing. Stroe Marius-general administrative director, Banciu Elena Iuliana-Director Economic Department, Jr. Manea Adrian Constantin-legal advisor, Jr. Nicolae Razvan Cristian-legal advisor, Jr. Laura Kolar Vasudeva-Advisor Legal, Eng. Dogar Liviu Doru-Head of Public Procurement Service, transport works and fleet, Eng. Lucaci Cristina Nicoleta-Head of Public Procurement Service, products and services, Eng. Mizgaciu Lucian-financial administrator Procurement Service, Eng. Vasilescu Liliana Iulia-Director Administrative Technician, Eng. Tica Anca-financial administrator of the Purchase Service, Botez Andra Manuela-financial administrator of the Purchase Service, prof.dr.eng. Gaceu Liviu - beneficiary teacher. Requirement 5. The bidder, the associated bidder, the subcontractor, the third party sponsor will submit the data regarding the real beneficiary from the bid submission phase, respectively: a) for bidders whose shareholders are natural persons or legal entities registered on the territory of Romania, an ONRC extract will be submitted. b) for the bidder(s) declared winner(s) has/have foreign legal entities in the shareholder structure, the contracting authority collects from the bidder a declaration on its own responsibility given by the legal representative, according to the provisions of article 326 of the Criminal Code regarding the forgery in the declarations, which will contain the data regarding the real beneficiaries of the foreign legal entities (at least the name, first name and date of birth), in accordance with Law 129/2019, with subsequent additions and changes. c) for foreign bidders, registered outside Romania, they will submit supporting documents, certificates or other documents issued by the authority responsible for the data of the real beneficiary in the bidder's country, accompanied by the translation into Romanian, certified by authorized translators, under the conditions of the law. d) for bidders of the type of associations and foundations, the contracting authority collects from them an extract from the Ministry of Justice (National NGO Registry) regarding the real beneficiaries of the association/foundation; in case the association/foundation is a foreign entity or has foreign real beneficiaries, the contracting authority collects from the bidders a declaration on its own responsibility given by the legal representative/president, according to the provisions of article 326 of the Criminal Code regarding false declarations,which will contain the data regarding the real beneficiaries of the legal entities (at least the name, first name and date of birth), in accordance with Law 129/2019, with subsequent additions and changes. Note 1. In the event that in the country of origin or in the country where the economic operator is established, documents of the nature provided above are not issued, self-responsibility declarations will be accepted or, if in the respective country there are no legal provisions regarding the declaration on one's own responsibility, authentic declarations given before a notary or an administrative or judicial authority or a professional association that has competence in this regard. Note 2. Failure to submit DUAE together with the offer (including for partner/third party supporter) will result in its rejection as unacceptable. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.b) The capacity to pursue the professional activity Description: The economic operators submitting the offer must prove a form of registration in accordance with the law of the country of residence, from which it can be seen that the economic operator is legally established, that he is not in any of the situations of cancellation of the establishment, as well as the fact that he has the professional capacity to carry out the activities that are the subject of the contract. Modality by which the fulfillment of the requirement can be demonstrated: DUAE will be completed by the economic operators participating in the award procedure with the information related to their situation. The supporting documents that prove the fulfillment of those assumed by completing the DUAE: Verification certificate issued by the Trade Registry Office with real/valid information at the time of presentation, or in the case of foreign bidders, equivalent documents issued in the country of residence, issued under the same conditions, are to be presented , at the request of the contracting authority, only by the bidder ranked 1st in the intermediate ranking drawn up at the end of the evaluation of the bids. Note: a. The object of the contract must have a correspondent in the CAEN code from the Certificate of Assessor issued by ONRC. b. Non-resident (foreign) economic operators: they will present documents that prove a form of registration/attestation or membership from a professional point of view, from which the authorization of the foreign legal/natural person to carry out activities similar to those forming the object of the contract can be obtained. c. The documents will be presented accompanied by their authorized translation in Romanian. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Proportion of subcontracting Description: The requested documents will be presented at the request of the Contracting Authority, only by the bidder ranked first in the ranking prepared at the end of the bid evaluation.The subcontracting agreement/association/third party support commitment together with the attached commitment documents will be submitted to SICAP together with DUAE. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration in a relevant professional register Description: The economic operators who submit the offer must prove a form of registration under the conditions of the law of the country of residence, from which to it appears that the economic operator is legally constituted, that he is not in any of the situations of annulment of the constitution, as well as the fact that he has the professional capacity to carry out the activities that are the subject of the contract. Modality by which the fulfillment of the requirement can be demonstrated: DUAE will be completed by the economic operators participating in the award procedure with the information related to their situation. The supporting documents that prove the fulfillment of those assumed by completing the DUAE: Verification certificate issued by the Trade Registry Office with real/valid information at the time of presentation, or in the case of foreign bidders, equivalent documents issued in the country of residence, issued under the same conditions, are to be presented , at the request of the contracting authority, only by the bidder ranked 1st in the intermediate ranking drawn up at the end of the evaluation of the bids. Note: a. The object of the contract must have a correspondent in the CAEN code from the Certificate of Assessor issued by ONRC. b. Non-resident (foreign) economic operators: they will present documents that prove a form of registration/attestation or membership from a professional point of view, from which the authorization of the foreign legal/natural person to carry out activities similar to those forming the object of the contract can be obtained. c. The documents will be presented accompanied by their authorized translation in Romanian. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price of the offer Description: The lowest price is the only criterion Description of the method to be used if weighting cannot be expressed by criteria: The award criterion is the lowest price - the ranking of the offers is established by ordering increasing according to the total price of each offer, the first place offer being the one with the lowest price. 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185913 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.e-licitatie.ro Languages ​​in which tenders or requests to participate may be submitted: Romanian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 5 Months Information about public opening:Opening date: 18/11/2024 15:00:00 (UTC+2) Place: In SEAP Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: 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: Association according to art. 53. from the Law on public procurement no. 98/2016 Financial arrangement: Procurement within the PNRR project (NATIONAL RECOVERY AND RESILIENCE PLAN, COMPONENT C15: EDUCATION, REFORM 5: ADOPTION OF THE LEGISLATIVE FRAMEWORK FOR THE DIGITALIZATION OF EDUCATION, INVESTMENT 16: DIGITALIZATION OF UNIVERSITIES AND THEIR TRAINING FOR THE DIGITAL PROFESSIONS OF THE FUTURE) for students, master's students, doctoral students, teaching staff and auxiliary teaching staff. maximum payment term 60 days Information about review deadlines: In accordance with Law no. 101/2016 regarding remedies and appeals in the matter of awarding public procurement contracts, sectoral contracts and works concession and service concession contracts, as well as for the organization and functioning of the National Council for the Resolution of Appeals published in the Official Gazette of Romania no. 393 of May 23, 2016, with subsequent amendments and additions. 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 Review organization: National Council for the Resolution of Appeals Organization providing additional information about the procurement procedure: UNIVERSITATEA TRANSILVANIA BRASOV Organization providing more information on the review procedures: Compartimentul Juridic Contencios al Universitatii Transilvania Brasov Organization receiving requests to participate: UNIVERSITATEA TRANSILVANIA BRASOV Organization processing tenders: UNIVERSITYATEA TRANSILVANIA BRASOV TED eSender: Operator SEAP 8. Organizations 8.1. ORG-0004 Official name: UNIVERSITATEA TRANSILVANIA BRASOV Registration number: RO 4317754 Postal address: Street: Eroilor, no. 29 Town: Brasov Postcode: 500036 Country subdivision (NUTS): Braşov (RO122) Country: Romania Contact point: Cristina Nicoleta Lucaci Email: tehnic@unitbv.ro Telephone: +4 0268414900 Fax: +40 268414525 Internet address: https:// www.unitbv.ro Buyer profile: https://www.e-licitatie.ro Roles of this organization: Buyer Organization providing additional information about the procurement procedure Organization receiving requests to participate Organization processing tenders 8.1. ORG-0002 Official name: National Complaints Resolution Council Registration number: 20329980 Postal address: Str. Stavropoleos no. 6, sector 3 Town: Bucharest Postcode: 030084 Country subdivision (NUTS): Bucharest (RO321) Country: Romania Email: office@cnsc.ro Telephone: +40 213104641 Fax:+40 213104642 Internet address: http://www.cnsc.ro Roles of this organization: Review organization 8.1. ORG-0005 Official name: Litigation Department of Transilvania University Brasov Registration number: 4317754 Postal address: Bdul Eroilor nr. 29 Town: Brasov Postcode: 500036 Country subdivision (NUTS): Braşov (RO122) Country: Romania Email: juridic@unitbv. ro Telephone: +40 268413000 Fax: +40 268410525 Internet address: https://www.unitbv.ro Roles of this organization: Organization providing more information on the review procedures 8.1. ORG-0001 Official name: Operator SEAP Registration number: RO42283735 Postal address: Street: Italiană, no. 22, Sector: -, County: Bucuresti, City: Bucuresti, Postal code: 020976 Town: Bucuresti Postcode: 020976 Country subdivision (NUTS): Bucuresti (RO321) Country: Romania Contact point: Roxana Popescu Email: contact.autoritati@e- licitatie.ro Telephone: +40 3032997 Fax: +40 3052889 Internet address: https://www.adr.gov.ro/ Roles of this organization: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 727fabf6-0d99-4916-9816-1737380d6ba0 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 16:27:38 (UTC+3) Notice dispatch date (eSender): 16/10/2024 14:01:49 (UTC+3) Languages ​​in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 628004-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628004-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628004-2024/pdf German document download: https://ted.europa.eu/de/notice/628004-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/628004-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628004-2024/pdf English document download: https://ted. europa.eu/en/notice/628004-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628004-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/628004-2024/pdf French document download: https://ted.europa.eu/fr/notice/628004-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 628004-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628004-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628004-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/628004-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628004-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/628004-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628004-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/628004-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628004-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/628004-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628004-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/628004-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628004-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628004- 2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628004-2024/pdf
NAICS
Power Business Jewelry Jewelry Other Similar Organizations (except Business General Freight Trucking Construction
CPVS
Generators Control, safety, signalling and light equipment Frames Horse, ass, mule or hinny meat Ass, mule or hinny meat Cod Command, control, communication systems Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance Forms Shapes Lighthouse services Designs Dates
UNSPSC
Rollers Financial Instruments, Products, Contracts and Agreements
Regions
Eastern Europe Europe
Sectors
Information Technology-IT 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