Tender Details
Title

Romania – Desk equipment – ARTICOLE DE BIROU -Acord Cadru-36 luni-2 Place of performance: Romania,Vâlcea Main nature of the contract: Supplies Official name: SPITALUL JUDETEAN DE URGENTA VALCEA Type of procedure: Open Romania � Desk equipment � ??OFFICE ITEMS - Framework Agreement-36 months-2 Place of performance: Romania, V�lcea Main nature of the contract: Supplies Official name: SPITALUL DEUDETEAN DE URGENTA VALCEA Type of procedure: Open

Country
Language
Romanian
Organization
Published Date
02.10.2024
Deadline Date
05.11.2024
Overview
593416-2024 - Competition Competition Romania: Desk equipment ARTICOLE DE BIROU -Acord Cadru-36 luni-2 Type of procedure: Open Buyer Buyer: SPITALUL JUDETEAN DE URGENTA VALCEA Email: achizitii_sjuvl@yahoo.ro Romania, Vâlcea (RO415), Ramnicu Valcea LOT-0001: Cartuse de fonturi pt. imprimante Desk equipment Romania, Vâlcea (RO415) Duration: 36 Months Deadline for receipt of tenders: 05/11/2024 - 15:00:00 (UTC+2) LOT-0002: Hartie pentru fotocopiatoare Desk equipment Romania, Vâlcea (RO415) Duration: 36 Months Deadline for receipt of tenders: 05/11/2024 - 15:00:00 (UTC+2) 593416-2024 - Competition Romania – Desk equipment – ARTICOLE DE BIROU -Acord Cadru-36 luni-2 OJ S 192/2024 02/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: SPITALUL JUDETEAN DE URGENTA VALCEA Email: achizitii_sjuvl@yahoo.ro 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: ARTICOLE DE BIROU -Acord Cadru-36 luni-2 Description: Acord-cadru furnizare -Articole de birou,conf fisei de date si caietului de sarcini.Conform art.161dinL.98/2016 Numarul de zile pana la care se pot solicita clarificari inainte de data limita de depunere a ofertelor/candidaturilor 21. Autoritatea contractanta va raspunde in mod clar si complet tuturor solicitarilor de clarificare /inf.suplimentare in a 11-a zi inainte de termenul limita stabilit pentru depunere ofertelor in anuntul de participare. Procedure identifier: 85d6f6ea-da9c-4feb-bc18-b92c5ecc032b Internal identifier: 2540589202416.2 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment 2.1.3. Value Maximum value of the framework agreement: 1 731 540,00 RON 2.1.4. General information Additional information: Acordul cadru se va incheia cu maximum 5 operatori economici care depun oferte admisibile. In cazul in care doua sau mai multe oferte sunt situate pe primul loc, autoritatea contractanta solicita ofertantilor o noua propunere financiara, iar contractul va fi atribuit ofertantului a carui noua propunere financiara are pretul cel mai scazut, conform art. 138, alin. (1), (2) din HG 395/ 2016. In situatia incheierii unui acord-cadru cu mai multi operatori economici, fara reluarea competitiei, atunci cand doua sau mai multe oferte au o valoare totala egala a propunerii financiare si sunt clasate pe acelasi loc, in vederea departajarii, autoritatea contractanta solicita noi propuneri financiare acestora, fara ca acest lucru sa afecteze pozitiile superioare in clasament, conform art. 138, alin. (3) din HG 395/ 2016. Avand in vedere necesitatea aprovizionarii spitalului cu produsele aferente procedurii (articole de birou), se impune incheierea unui acord – cadru pentru 36 luni cu mai multi operatori economici, astfel incat, daca un operator economic se afla in imposibilitatea livrarii produselor asumate prin contract, autoritatea contractanta va avea posibilitatea sa incheie contracte subsecvente cu operatorii economici clasati pe urmatoarele locuri, semnatari ai acordului cadru, in acest mod se evita situatiile neplacute de a ingreuna activitatea sectiilor, prin demararea altor proceduri de licitatie. Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 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-0001 Title: Cartuse de fonturi pt. imprimante Description: Cantitatile min./ max.acord cadru sunt in caietul de sarcini .Frecventa celui mai mare contr.subsesvent cu val.max. estimata ce urmeaza a fi achizitionate pe durata intregului acord cadru (dupa necesitati) conf.datelor /lot SICAP din F.D.& anexa. (cant.&val.min/max) Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment 5.1.2. Place of performance Country subdivision (NUTS): Vâlcea (RO415) Country: Romania Additional information: Franco depozit - Spitalul Judetean de Urgenta Rm.Valcea str. Calea lui Traian 201 5.1.3. Estimated duration Duration: 36 Months 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 not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: Acordul cadru se va incheia cu maximum 5 operatori economici care depun oferte admisibile. In cazul in care doua sau mai multe oferte sunt situate pe primul loc, autoritatea contractanta solicita ofertantilor o noua propunere financiara, iar contractul va fi atribuit ofertantului a carui noua propunere financiara are pretul cel mai scazut, conform art. 138, alin. (1), (2) din HG 395/ 2016. In situatia incheierii unui acord-cadru cu mai multi operatori economici, fara reluarea competitiei, atunci cand doua sau mai multe oferte au o valoare totala egala a propunerii financiare si sunt clasate pe acelasi loc, in vederea departajarii, autoritatea contractanta solicita noi propuneri financiare acestora, fara ca acest lucru sa afecteze pozitiile superioare in clasament, conform art. 138, alin. (3) din HG 395/ 2016. Avand in vedere necesitatea aprovizionarii spitalului cu produsele aferente procedurii (articole de birou), se impune incheierea unui acord – cadru pentru 36 luni cu mai multi operatori economici, astfel incat, daca un operator economic se afla in imposibilitatea livrarii produselor asumate prin contract, autoritatea contractanta va avea posibilitatea sa incheie contracte subsecvente cu operatorii economici clasati pe urmatoarele locuri, semnatari ai acordului cadru, in acest mod se evita situatiile neplacute de a ingreuna activitatea sectiilor, prin demararea altor proceduri de licitatie. 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: -C.I. Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art.60 din Legea 98/2016, prezentata atat de ofertantii participanti la procedura de licitatie, cat si de subcontractantii si tertul sustinator (daca este cazul). Persoanele cu functie de decizie în cadrul autoritatii contractante sunt: Manager –Dr.Ponoran Eleodor Dan, Director Fin.Contabil - Ec. Gogoasa Elena Corina, Dir. Medical - Dr. Ghita Emil Florin, Director Ingrijiri - As. Bobeanu Maria, Sef Serviciu ATAP - Ec.Ghincea Elena Nicoleta, Dir. Administrativ - Deaconesi Elena Alina, Sef Birou – Ionel Albu. In cazul operatorilor economici straini se vor prezenta documente echivalente emise in conformitate cu legislatia aplicabila in tara de rezidenta. Documentele justificative care probeaza indeplinirea celor asumate prin completarea DUAE, respectiv documente echivalente emise in tara de rezidenta pentru ofertantii straini, urmeaza a fi prezentate, la solicitarea autoritatii contractante, doar de catre ofertantii clasati pe primele1-5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile. Operatorii economici participanti au obligatia de a completa si transmite, online, conform solicitarilor de mai sus, DUAE, prin care demonstreaza ca indeplinesc cerintele referitoare la situatia personala. Toate documentele, respectiv DUAE, documentele propunerii tehnice, propunerii financiare in S.I.C.A.P. vor fi semnate cu semnatura electronica extinsa. -C.II .Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art 164, 165, si 167 din Legea nr.98/2016. Modalitatea prin care poate fi demostrata initial indeplinirea cerintei: se va completa Documentul Unic de Achizitie European(DUAE) conf.art.193 din Legea nr.98/2016,de catre operatorii economici participanti la procedura de atribuire, cu informatiile aferente situatiei lor. Aceste documente pot fi: 1.-certificat constatatoar privind plata impozitelor,taxelor sau a contributiilor la bugetul general consolidat (buget local, buget de stat,etc.) valabil la momentul prezentarii pentru sediul principal, iar pentru sediile secundare / punctele de lucru declaratie pe propria raspundere pentru toate punctele de lucru mentionate in ONRC. 2.-cazierul judiciar al operatorului economic si al membrilor organului de administrare, de conducere sau de supraveghere al respectivului operator economic sau a celor ce au putere de reprezentare, de decizie sau de control in cadrul acestuia, asa cum rezulta din certificatul constatator emis de ONRC/actul constitutiv; 3.-dupa caz, documente prin care se demonstreaza faptul ca, operatorul economic poate beneficia de derogarile prevazute la art.166 alin.(2), art.167 alin. (2), art.171 din Legea 98/2016 privind achizitiile publice; 4; -alte documente edificatoare, dupa caz. 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 care depun oferta trebuie sa dovedeasca o forma de inregistrare in conditiile legii din tara de rezidenta, din care sa reiasa ca operatorul economic este legal constituit,ca nu se afla in niciuna dintre situatiile de anulare a constituirii precum si faptul ca are capacitatea profesionala de a realiza activitatile care fac obiectul contractului. Modalitate de indeplinire: completare DUAE. Obiectul contractului trebuie sa aiba corespondent in codul CAEN din certificatul constatator emis de ONRC sau pentru ofertantii straini, document echivalent emis in tara de rezidenta, si va fi prezentat la solicitarea autoritatii contractante doar de catre ofertantii clasati pe primele 5 locuri stabiliti in urma evaluarii ofertelor financiare. In cazul unei asocieri, fiecare asociat este obligat sa prezinte acest formular pentru partea din contract pe care o realizeaza. Documentul va fi prezentat in copie lizibila cu mentiunea "conform cu originalul". Informatiile din Certificatul constatator trebuie sa fie actuale/reale in momentul depunerii documentului.Valabilitatea acestor documente se va raporta la momentul prezentarii acestora intrucat acestea vor fi prezentate numai de catre ofertantii clasati pe primele 5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile dupa criteriul stabilit. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea în registrul comerțului Description: Certificat eliberat de: Oficiul Național al Registrului Comerțului (ONRC) Ofertanții (lider, asociat, tert sustinator, subcontractanți) vor completa DUAE, urmând ca documentul justificativ, respectiv certificat ONRC,avand informatiile actuale ,reale in momentul depunerii si/sau pentru ofertanții străini, document echivalent emis în țara de rezidență, (traducere autorizata in limba romana) să fie prezentat doar la solicitarea Autorității Contractante doar de catre ofertantii clasati pe primele1- 5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile, conf. art. 193-195 din Legea nr.98/2016 și art. 104 alin. 3 coroborat cu art. 65 din H.G. nr. 395/2016. Informatiile cuprinse in acest document trebuie sa fie valabile/ reale, în momentul prezentarii acestuia conf. art. 196 alin. 2 din Legea 98/2016. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Pretul ofertei Description: Punctajul se acorda astfel: a) Pentru cel mai scazut dintre preturi se acorda punctajul maxim alocat; b) Pentru celelalte preturi ofertate punctajul P(n) se calculeaza proportional, astfel: P(n) = (Pret minim ofertat / Pret n) x punctaj maxim alocat. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Sistemul de preluare a cartușelor și recipientelor și înregistrarea conform Directivei DEEE Description: Pentru prezentarea sistemului de preluare a cartușelor și recipientelor se va acorda punctajul maxim alocat acestui factor de evaluare, respectiv 30 puncte Weight (percentage, exact): 30 Criterion: Type: Quality Name: Facilitarea capacității de reutilizare/refabricare Description: Se vor acorda maxim 30 puncte ofertantului care oferă consumabile care pot fi demontate manual sau, dacă este necesar, cu ajutorul unor unelte universal disponibile (de exemplu, șurubelnițe, patente sau pensete disponibile general) pentru a înlocui părțile uzate și a le reumple cu toner sau cerneală. Pentru acordarea punctajului maxim de 30 puncte, ofertantul va prezenta o documentație care să explice modul în care cerința este îndeplinită. Weight (percentage, exact): 30 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185280 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: Allowed Variants: Not allowed Deadline for receipt of tenders: 05/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 05/11/2024 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 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 5 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: SPITALUL JUDETEAN DE URGENTA VALCEA Organisation receiving requests to participate: SPITALUL JUDETEAN DE URGENTA VALCEA Organisation processing tenders: SPITALUL JUDETEAN DE URGENTA VALCEA TED eSender: Operator SEAP 5.1. Lot: LOT-0002 Title: Hartie pentru fotocopiatoare Description: Cantitatile min./ max.acord cadru sunt in caietul de sarcini .Frecventa celui mai mare contr.subsesvent cu val.max. estimata ce urmeaza a fi achizitionate pe durata intregului acord cadru (dupa necesitati) conf.datelor /lot SICAP din F.D.& anexa. (cant.&val.min/max) Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment Additional classification (cpv): 30197643 Photocopier paper 5.1.2. Place of performance Country subdivision (NUTS): Vâlcea (RO415) Country: Romania Additional information: Franco depozit - Spitalul Judetean de Urgenta Rm.Valcea str. Calea lui Traian 201 5.1.3. Estimated duration Duration: 36 Months 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 not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: Acordul cadru se va incheia cu maximum 5 operatori economici care depun oferte admisibile. In cazul in care doua sau mai multe oferte sunt situate pe primul loc, autoritatea contractanta solicita ofertantilor o noua propunere financiara, iar contractul va fi atribuit ofertantului a carui noua propunere financiara are pretul cel mai scazut, conform art. 138, alin. (1), (2) din HG 395/ 2016. In situatia incheierii unui acord-cadru cu mai multi operatori economici, fara reluarea competitiei, atunci cand doua sau mai multe oferte au o valoare totala egala a propunerii financiare si sunt clasate pe acelasi loc, in vederea departajarii, autoritatea contractanta solicita noi propuneri financiare acestora, fara ca acest lucru sa afecteze pozitiile superioare in clasament, conform art. 138, alin. (3) din HG 395/ 2016. Avand in vedere necesitatea aprovizionarii spitalului cu produsele aferente procedurii (articole de birou), se impune incheierea unui acord – cadru pentru 36 luni cu mai multi operatori economici, astfel incat, daca un operator economic se afla in imposibilitatea livrarii produselor asumate prin contract, autoritatea contractanta va avea posibilitatea sa incheie contracte subsecvente cu operatorii economici clasati pe urmatoarele locuri, semnatari ai acordului cadru, in acest mod se evita situatiile neplacute de a ingreuna activitatea sectiilor, prin demararea altor proceduri de licitatie. 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: -C.I. Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art.60 din Legea 98/2016, prezentata atat de ofertantii participanti la procedura de licitatie, cat si de subcontractantii si tertul sustinator (daca este cazul). Persoanele cu functie de decizie în cadrul autoritatii contractante sunt: Manager –Dr.Ponoran Eleodor Dan, Director Fin.Contabil - Ec. Gogoasa Elena Corina, Dir. Medical - Dr. Ghita Emil Florin, Director Ingrijiri - As. Bobeanu Maria, Sef Serviciu ATAP - Ec.Ghincea Elena Nicoleta, Dir. Administrativ - Deaconesi Elena Alina, Sef Birou – Ionel Albu. In cazul operatorilor economici straini se vor prezenta documente echivalente emise in conformitate cu legislatia aplicabila in tara de rezidenta. Documentele justificative care probeaza indeplinirea celor asumate prin completarea DUAE, respectiv documente echivalente emise in tara de rezidenta pentru ofertantii straini, urmeaza a fi prezentate, la solicitarea autoritatii contractante, doar de catre ofertantii clasati pe primele1-5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile. Operatorii economici participanti au obligatia de a completa si transmite, online, conform solicitarilor de mai sus, DUAE, prin care demonstreaza ca indeplinesc cerintele referitoare la situatia personala. Toate documentele, respectiv DUAE, documentele propunerii tehnice, propunerii financiare in S.I.C.A.P. vor fi semnate cu semnatura electronica extinsa. -C.II .Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art 164, 165, si 167 din Legea nr.98/2016. Modalitatea prin care poate fi demostrata initial indeplinirea cerintei: se va completa Documentul Unic de Achizitie European(DUAE) conf.art.193 din Legea nr.98/2016,de catre operatorii economici participanti la procedura de atribuire, cu informatiile aferente situatiei lor. Aceste documente pot fi: 1.-certificat constatatoar privind plata impozitelor,taxelor sau a contributiilor la bugetul general consolidat (buget local, buget de stat,etc.) valabil la momentul prezentarii pentru sediul principal, iar pentru sediile secundare / punctele de lucru declaratie pe propria raspundere pentru toate punctele de lucru mentionate in ONRC. 2.-cazierul judiciar al operatorului economic si al membrilor organului de administrare, de conducere sau de supraveghere al respectivului operator economic sau a celor ce au putere de reprezentare, de decizie sau de control in cadrul acestuia, asa cum rezulta din certificatul constatator emis de ONRC/actul constitutiv; 3.-dupa caz, documente prin care se demonstreaza faptul ca, operatorul economic poate beneficia de derogarile prevazute la art.166 alin.(2), art.167 alin. (2), art.171 din Legea 98/2016 privind achizitiile publice; 4; -alte documente edificatoare, dupa caz. 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 care depun oferta trebuie sa dovedeasca o forma de inregistrare in conditiile legii din tara de rezidenta, din care sa reiasa ca operatorul economic este legal constituit,ca nu se afla in niciuna dintre situatiile de anulare a constituirii precum si faptul ca are capacitatea profesionala de a realiza activitatile care fac obiectul contractului. Modalitate de indeplinire: completare DUAE. Obiectul contractului trebuie sa aiba corespondent in codul CAEN din certificatul constatator emis de ONRC sau pentru ofertantii straini, document echivalent emis in tara de rezidenta, si va fi prezentat la solicitarea autoritatii contractante doar de catre ofertantii clasati pe primele 5 locuri stabiliti in urma evaluarii ofertelor financiare. In cazul unei asocieri, fiecare asociat este obligat sa prezinte acest formular pentru partea din contract pe care o realizeaza. Documentul va fi prezentat in copie lizibila cu mentiunea "conform cu originalul". Informatiile din Certificatul constatator trebuie sa fie actuale/reale in momentul depunerii documentului.Valabilitatea acestor documente se va raporta la momentul prezentarii acestora intrucat acestea vor fi prezentate numai de catre ofertantii clasati pe primele 5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile dupa criteriul stabilit. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea în registrul comerțului Description: Certificat eliberat de: Oficiul Național al Registrului Comerțului (ONRC) Ofertanții (lider, asociat, tert sustinator, subcontractanți) vor completa DUAE, urmând ca documentul justificativ, respectiv certificat ONRC,avand informatiile actuale ,reale in momentul depunerii si/sau pentru ofertanții străini, document echivalent emis în țara de rezidență, (traducere autorizata in limba romana) să fie prezentat doar la solicitarea Autorității Contractante doar de catre ofertantii clasati pe primele1- 5 locuri stabiliti in urma evaluarii ofertelor financiare admisibile, conf. art. 193-195 din Legea nr.98/2016 și art. 104 alin. 3 coroborat cu art. 65 din H.G. nr. 395/2016. Informatiile cuprinse in acest document trebuie sa fie valabile/ reale, în momentul prezentarii acestuia conf. art. 196 alin. 2 din Legea 98/2016. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Pretul ofertei Description: Punctajul se acorda astfel: a) Pentru cel mai scazut dintre preturi se acorda punctajul maxim alocat; b) Pentru celelalte preturi ofertate punctajul P(n) se calculeaza proportional, astfel: P(n) = (Pret minim ofertat / Pret n) x punctaj maxim alocat. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Existența Etichetei PEFC (Programul pentru Aprobarea Certificării Forestiere)/ FSC (Forest Steward Council) sau echivalentul acesteia - 30 % Description: Pentru produsele ofertate care prezintă Etichetă PEFC/FSC sau echivalent, de la producător, dovedită prin certificare valabilă la data depunerii ofertei, se acordă punctaj maxim, adică 30 de puncte. Ofertantul care prezintă un produs fără marcaj PEFC /FSC sau echivalent pe fotografia depusă, respectiv produsul ofertat, primește punctaj “0”. Weight (percentage, exact): 30 Criterion: Type: Quality Name: Produsele să prezinte Etichetă Ecologică europeană tip I (EE) sau echivalentul acesteia la nivel european - 30 % Description: Pentru produsele ofertate care prezintă Etichetă Ecologică europeană tip I (EE) sau echivalentul acesteia la nivel european (PEE), dovedită prin certificare de etichetare ecologică valabilă la data depunerii ofertei, se acordă punctaj maxim, adică 30 de puncte. Ofertantul care prezintă un produs fără Etichetă Ecologică europeană tip I (EE) sau echivalentul acesteia la nivel european (PEE) pe fotografia depusă, respectiv produsul ofertat, primește punctaj “0”.În cazul în care două sau mai multe oferte sunt clasate pe primul loc, cu punctaje egale, departajarea se va face având în vedere punctajul obţinut la factorii de evaluare în ordinea descrescătoare a ponderilor acestora. În situaţia în care egalitatea se menţine, autoritatea contractantă are dreptul să solicite noi propuneri financiare şi oferta câştigătoare va fi desemnată cea cu propunerea financiară cea mai mică. Weight (percentage, exact): 30 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185280 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: Allowed Variants: Not allowed Deadline for receipt of tenders: 05/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 05/11/2024 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 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 5 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: SPITALUL JUDETEAN DE URGENTA VALCEA Organisation receiving requests to participate: SPITALUL JUDETEAN DE URGENTA VALCEA Organisation processing tenders: SPITALUL JUDETEAN DE URGENTA VALCEA TED eSender: Operator SEAP 8. Organisations 8.1. ORG-0004 Official name: SPITALUL JUDETEAN DE URGENTA VALCEA Registration number: 2540589 Postal address: Strada: Calea lui Traian, nr. 201 Town: Ramnicu Valcea Postcode: 240284 Country subdivision (NUTS): Vâlcea (RO415) Country: Romania Contact point: ELENA NICOLETA GHINCEA Email: achizitii_sjuvl@yahoo.ro Telephone: +40 250730525 Fax: +40 250746989 Internet address: https://www.sjv.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-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: 468162c8-457f-4c0f-bcc5-c9560d896678 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 01/10/2024 11:11:55 (UTC+3) Notice dispatch date (eSender): 01/10/2024 09:00:40 (UTC+3) Languages in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 593416-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/593416-2024/pdf Danish document download: https://ted.europa.eu/da/notice/593416-2024/pdf German document download: https://ted.europa.eu/de/notice/593416-2024/pdf Greek document download: https://ted.europa.eu/el/notice/593416-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/593416-2024/pdf English document download: https://ted.europa.eu/en/notice/593416-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/593416-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/593416-2024/pdf French document download: https://ted.europa.eu/fr/notice/593416-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/593416-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/593416-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/593416-2024/pdf Italian document download: https://ted.europa.eu/it/notice/593416-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/593416-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/593416-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/593416-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/593416-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/593416-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/593416-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/593416-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/593416-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/593416-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/593416-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/593416-2024/pdf 593416-2024 - Competition Competition Romania: Desk equipment OFFICE ITEMS -Framework Agreement-36 months-2 Type of procedure: Open Buyer Buyer: VALCEA COUNTY EMERGENCY HOSPITAL Email: achizitii_sjuvl@yahoo.ro Romania, V�lcea (RO415), Ramnicu Valcea LOT-0001: Font cartridges for printers Desk equipment Romania, V�lcea (RO415) Duration: 36 Months Deadline for receipt of tenders: 05/11/2024 - 15:00:00 (UTC+2) LOT-0002: Paper for photocopiers Desk equipment Romania, V�lcea (RO415) Duration: 36 Months Deadline for receipt of tenders: 05/11/2024 - 15:00:00 (UTC+2) 593416-2024 - Competition Romania � Desk equipment � ??OFFICE ARTICLES - Framework Agreement-36 months-2 OJ S 192 /2024 02/10/2024 Contract or concession notice � standard regime Supplies 1. Buyer 1.1. Buyer Official name: SPITALUL JUDETEAN DE URGENTA VALCEA Email: achizitii_sjuvl@yahoo.ro 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: OFFICE ITEMS -Framework Agreement-36 months-2 Description: Supply framework agreement -Office articles, data sheet and specifications. In accordance with art.161 of L.98/2016 Number of days until which can request clarifications before the deadline for submitting offers/candidates 21. The contracting authority will respond clearly and completely to all requests for clarification/additional information on the 11th day before the deadline set for submitting offers in the participation notice. Procedure identifier: 85d6f6ea-da9c-4feb-bc18-b92c5ecc032b Internal identifier: 2540589202416.2 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment 2.1.3. Value Maximum value of the framework agreement: 1 731 540.00 RON 2.1.4. General information Additional information: The framework agreement will be concluded with a maximum of 5 economic operators who submit admissible offers. If two or more offers are placed first, the contracting authority requests a new financial proposal from the bidders, and the contract will be awarded to the bidder whose new financial proposal has the lowest price, according to art. 138, para. (1), (2) of HG 395/2016. In the case of concluding a framework agreement with several economic operators, without resuming the competition, when two or more offers have an equal total value of the financial proposal and are ranked on the same place, in view of the tie-breaking, the contracting authority requests new financial proposals from them, without this affecting the higher positions in the ranking, according to art. 138, para. (3) of GD 395/2016. Considering the need to supply the hospital with products related to the procedure (office items), it is necessary to conclude a framework agreement for 36 months with several economic operators, so that,if an economic operator is unable to deliver the products assumed by the contract, the contracting authority will have the opportunity to conclude subsequent contracts with the economic operators ranked in the following places, signatories of the framework agreement, in this way unpleasant situations are avoided to make the activity of the departments difficult, by starting other tender procedures. Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 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-0001 Title: Font cartridges for printers Description: The min./max. frame agreement quantities are in the specification. estimated to be purchased for the duration of the entire framework agreement (as needed) conf.data/lot SICAP from FD& annex. (quant.&val.min/max) Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment 5.1.2. Place of performance Country subdivision (NUTS): V�lcea (RO415) Country: Romania Additional information: Franco deposit - Spitalul Judetean de Urgenta Rm. Valcea str. Calea lui Traian 201 5.1.3. Estimated duration Duration: 36 Months 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 not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: The framework agreement will be concluded with a maximum of 5 economic operators who submit admissible offers. If two or more offers are placed first, the contracting authority requests a new financial proposal from the bidders, and the contract will be awarded to the bidder whose new financial proposal has the lowest price, according to art. 138, para. (1), (2) of HG 395/2016. In the case of concluding a framework agreement with several economic operators, without resuming the competition, when two or more offers have an equal total value of the financial proposal and are ranked on the same place, in view of the tie,the contracting authority requests new financial proposals from them, without this affecting the higher positions in the ranking, according to art. 138, para. (3) of GD 395/2016. Considering the need to supply the hospital with products related to the procedure (office items), it is necessary to conclude a framework agreement for 36 months with several economic operators, so that, if an economic operator is in the event of the impossibility of delivering the products assumed by the contract, the contracting authority will have the opportunity to conclude subsequent contracts with the economic operators ranked in the following places, signatories of the framework agreement, in this way unpleasant situations are avoided to make the work of the departments difficult, by starting other tender procedures. 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: - CI Tenderers, third party supporters and subcontractors must not find themselves in the situations provided for in art. 60 of the Law 98/2016, presented both by the bidders participating in the auction procedure, as well as by the subcontractors and the third party supporter (if applicable). The persons with a decision-making function within the contracting authority are: Manager - Dr. Ponoran Eleodor Dan, Finance and Accounting Director - Gogoasa Elena Corina, Dir. Medical - Dr. Ghita Emil Florin, Care Director - As. Bobeanu Maria, Head of ATAP Service - Ec. Ghincea Elena Nicoleta, Dir. Administrative - Deaconess Elena Alina, Head of Office - Ionel Albu. In the case of foreign economic operators, equivalent documents issued in accordance with the legislation applicable in the country of residence will be presented. The supporting documents that prove the fulfillment of those assumed by completing the DUAE, respectively equivalent documents issued in the country of residence for foreign bidders, are to be presented, at the request of the contracting authority, only by the bidders ranked in the first 1-5 places established following the evaluation of admissible financial offers . Participating economic operators have the obligation to complete and submit, online, according to the above requests, DUAE, through which they demonstrate that they meet the requirements regarding their personal situation. All documents, respectively DUAE, the documents of the technical proposal, the financial proposal in SICAP will be signed with the extended electronic signature. -C.II. Bidders, third party supporters and subcontractors must not find themselves in the situations provided for in art. 164, 165, and 167 of Law no. 98/2016. The method by which the fulfillment of the requirement can be initially demonstrated: the Single European Procurement Document (DUAE) according to art. 193 of Law no. 98/2016 will be completed by the economic operators participating in the award procedure, with the information related to their situation. These documents can be: 1.-certificate confirming the payment of taxes,taxes or contributions to the consolidated general budget (local budget, state budget, etc.) valid at the time of presentation for the main headquarters, and for the secondary headquarters / workplaces declaration on own responsibility for all workplaces mentioned in ONRC. 2.- the criminal record of the economic operator and of the members of the administrative, management or supervisory body of the respective economic operator or of those who have the power of representation, decision or control within it, as it appears from the ascertaining certificate issued by ONRC/constitutive act; 3.-as the case may be, documents proving that the economic operator can benefit from the exemptions provided for in art. 166 para. (2), art. 167 para. (2), art. 171 of Law 98/2016 on public procurement; 4; -other edifying documents, as the case may be. 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 who submit the offer must prove a form of registration under the conditions of the law in 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. Method of fulfillment: completing DUAE. The object of the contract must have a correspondent in the CAEN code from the ascertaining certificate issued by the ONRC or for foreign bidders, an equivalent document issued in the country of residence, and will be presented at the request of the contracting authority only by the bidders ranked in the first 5 places established after the evaluation of the bids financial. In the case of an association, each partner is obliged to present this form for the part of the contract that he performs. The document will be presented in legible copy with the mention "according to the original". The information in the ascertaining certificate must be current/real at the time of submitting the document. The validity of these documents will be reported at the time of their presentation, as they will be presented only by the bidders ranked in the first 5 places established following the evaluation of admissible financial offers according to the established criteria. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration in the trade register Description: Certificate issued by: National Office of the Trade Register (ONRC) Bidders (leader, associate, third party supporter, subcontractors) will complete DUAE , following that the supporting document, respectively the ONRC certificate, having the current, real information at the time of submission and/or for foreign bidders, an equivalent document issued in the country of residence,(authorized translation in Romanian) to be presented only at the request of the Contracting Authority only by the bidders ranked in the first 1-5 places established following the evaluation of admissible financial offers, according to art. 193-195 of Law no. 98/2016 and art. 104 para. 3 in conjunction with art. 65 of HG no. 395/2016. The information contained in this document must be valid/real, at the time of its presentation according to art. 196 para. 2 of Law 98/2016. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price of the offer Description: The score is awarded as follows: a) For the lowest of the prices, the maximum score is awarded; b) For the other prices offered, the score P(n) is calculated proportionally, as follows: P(n) = (Minimum price offered / Price n) x maximum score allocated. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Cartridge and container collection system and registration according to the WEEE Directive Description: For the presentation of the cartridge and container collection system, the maximum score allocated to this evaluation factor will be given, respectively 30 points Weight (percentage, exact): 30 Criterion: Type: Quality Name: Facilitating reusability/remanufacturing Description: A maximum of 30 points will be awarded to the bidder who offers consumables that can be disassembled manually or, if necessary, with the help of tools universally available (for example, generally available screwdrivers, pliers or tweezers) to replace worn parts and refill them with toner or ink. To be awarded the maximum score of 30 points, the tenderer will submit documentation explaining how the requirement is met. Weight (percentage, exact): 30 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185280 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: Allowed Variants: Not allowed Deadline for receipt of tenders: 05/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 05/11/2024 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 5.1.15. Techniques Framework agreement: Framework agreement,without reopening of competition Maximum number of participants: 5 Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: National Complaint Resolution Council Organization providing additional information about the procurement procedure: VALCEA COUNTY EMERGENCY HOSPITAL Organization receiving requests to participate: VALCEA COUNTY EMERGENCY HOSPITAL Organization processing tenders: VALCEA COUNTY EMERGENCY HOSPITAL TED eSender: SEAP Operator 5.1. Lot: LOT-0002 Title: Paper for photocopiers Description: The min./max. frame agreement quantities are in the specification. estimated to be purchased for the duration of the entire framework agreement (as needed) conf.data/lot SICAP from FD& annex. (quant.&val.min/max) Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39263000 Desk equipment Additional classification (cpv): 30197643 Photocopier paper 5.1.2. Place of performance Country subdivision (NUTS): V�lcea (RO415) Country: Romania Additional information: Franco deposit - Spitalul Judetean de Urgenta Rm. Valcea str. Calea lui Traian 201 5.1.3. Estimated duration Duration: 36 Months 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 not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: The framework agreement will be concluded with a maximum of 5 economic operators who submit admissible offers. If two or more offers are placed first, the contracting authority requests a new financial proposal from the bidders, and the contract will be awarded to the bidder whose new financial proposal has the lowest price, according to art. 138, para. (1), (2) of HG 395/2016. In the case of concluding a framework agreement with several economic operators, without resuming the competition, when two or more offers have an equal total value of the financial proposal and are ranked on the same place, in view of the tie-breaking, the contracting authority requests new financial proposals from them, without this affecting the higher positions in the ranking, according to art. 138, para. (3) of GD 395/2016. Considering the need to supply the hospital with products related to the procedure (office items), it is necessary to conclude a framework agreement for 36 months with several economic operators, so that, if an economic operator is in the impossibility of delivering the products assumed by the contract, the contracting authority will have the possibility to conclude subsequent contracts with the economic operators ranked in the following places,signatories of the framework agreement, in this way the unpleasant situations of complicating the activity of the departments, by starting other tender procedures, are avoided. 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: - CI Tenderers, third party supporters and subcontractors must not find themselves in the situations provided for in art. 60 of the Law 98/2016, presented both by the bidders participating in the auction procedure, as well as by the subcontractors and the third party supporter (if applicable). The persons with a decision-making function within the contracting authority are: Manager - Dr. Ponoran Eleodor Dan, Finance and Accounting Director - Gogoasa Elena Corina, Dir. Medical - Dr. Ghita Emil Florin, Care Director - As. Bobeanu Maria, Head of ATAP Service - Ec. Ghincea Elena Nicoleta, Dir. Administrative - Deaconess Elena Alina, Head of Office - Ionel Albu. In the case of foreign economic operators, equivalent documents issued in accordance with the legislation applicable in the country of residence will be presented. The supporting documents that prove the fulfillment of those assumed by completing the DUAE, respectively equivalent documents issued in the country of residence for foreign bidders, are to be presented, at the request of the contracting authority, only by the bidders ranked in the first 1-5 places established following the evaluation of admissible financial offers . Participating economic operators have the obligation to complete and submit, online, according to the above requests, DUAE, through which they demonstrate that they meet the requirements regarding their personal situation. All documents, respectively DUAE, the documents of the technical proposal, the financial proposal in SICAP will be signed with the extended electronic signature. -C.II. Bidders, third party supporters and subcontractors must not find themselves in the situations provided for in art. 164, 165, and 167 of Law no. 98/2016. The method by which the fulfillment of the requirement can be initially demonstrated: the Single European Procurement Document (DUAE) according to art. 193 of Law no. 98/2016 will be completed by the economic operators participating in the award procedure, with the information related to their situation. These documents can be: 1.-certificate confirming the payment of taxes, fees or contributions to the consolidated general budget (local budget, state budget, etc.) valid at the time of presentation for the main office, and for secondary offices / work points declaration on his own responsibility for all the work points mentioned in ONRC. 2.- the criminal record of the economic operator and of the members of the administrative, management or supervisory body of the respective economic operator or of those who have the power of representation, decision or control within it, as it appears from the ascertaining certificate issued by ONRC/constitutive act; 3.-as the case may be, documents proving that,the economic operator can benefit from the exemptions provided for in art. 166 para. (2), art. 167 para. (2), art. 171 of Law 98/2016 on public procurement; 4; -other edifying documents, as the case may be. 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 who submit the offer must prove a form of registration under the conditions of the law in 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. Method of fulfillment: completing DUAE. The object of the contract must have a correspondent in the CAEN code from the ascertaining certificate issued by the ONRC or for foreign bidders, an equivalent document issued in the country of residence, and will be presented at the request of the contracting authority only by the bidders ranked in the first 5 places established after the evaluation of the bids financial. In the case of an association, each partner is obliged to present this form for the part of the contract that he performs. The document will be presented in legible copy with the mention "according to the original". The information in the ascertaining certificate must be current/real at the time of submitting the document. The validity of these documents will be reported at the time of their presentation, as they will be presented only by the bidders ranked in the first 5 places established following the evaluation of admissible financial offers according to the established criteria. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration in the trade register Description: Certificate issued by: National Office of the Trade Register (ONRC) Bidders (leader, associate, third party supporter, subcontractors) will complete DUAE , following that the supporting document, respectively ONRC certificate, having the current, real information at the time of submission and/or for foreign bidders, an equivalent document issued in the country of residence, (authorized translation in Romanian) must be presented only at the request of the Contracting Authority only by to the bidders ranked in the first 1-5 places established following the evaluation of admissible financial offers, according to art. 193-195 of Law no. 98/2016 and art. 104 para. 3 in conjunction with art. 65 of HG no. 395/2016. The information contained in this document must be valid/real, at the time of its presentation according to art. 196 para. 2 of Law 98/2016. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price of the offer Description: The score is awarded as follows:a) For the lowest of the prices, the maximum point allocated is given; b) For the other prices offered, the score P(n) is calculated proportionally, as follows: P(n) = (Minimum price offered / Price n) x maximum score allocated. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Existence of the PEFC (Program for the Approval of Forestry Certification)/ FSC (Forest Steward Council) Label or its equivalent - 30% Description: For the products offered that present the PEFC/FSC Label or equivalent, from the manufacturer, proven by certification valid on the date of submission of the offer, maximum score is given, i.e. 30 points. The bidder who presents a product without a PEFC/FSC mark or equivalent on the submitted photo, respectively the offered product, receives a "0" score. Weight (percentage, exact): 30 Criterion: Type: Quality Name: The products must present the European Ecolabel type I (EE) or its equivalent at European level - 30% Description: For the products offered that present the European Ecolabel type I (EE) or its equivalent at European level (PEE), proven by an ecological labeling certification valid on the date of submission of the offer, the maximum score is awarded, i.e. 30 points. The bidder who presents a product without European Ecological Label type I (EE) or its equivalent at European level (PEE) on the submitted photo, respectively the product offered, receives a score of "0". If two or more offers are ranked first place, with equal scores, the tie-breaker will be made taking into account the score obtained for the evaluation factors in the descending order of their weights. In the event that equality is maintained, the contracting authority has the right to request new financial proposals and the winning bid will be designated the one with the lowest financial proposal. Weight (percentage, exact): 30 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185280 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: Allowed Variants: Not allowed Deadline for receipt of tenders: 05/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 05/11/2024 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 5.1.15. Techniques Framework agreement: Framework agreement,without reopening of competition Maximum number of participants: 5 Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: National Complaint Resolution Council Organization providing additional information about the procurement procedure: VALCEA COUNTY EMERGENCY HOSPITAL Organization receiving requests to participate: VALCEA COUNTY EMERGENCY HOSPITAL Organization processing tenders: VALCEA COUNTY EMERGENCY HOSPITAL TED eSender: SEAP Operator 8. Organizations 8.1. ORG-0004 Official name: VALCEA COUNTY EMERGENCY HOSPITAL Registration number: 2540589 Postal address: Street: Calea lui Traian, no. 201 Town: Ramnicu Valcea Postcode: 240284 Country subdivision (NUTS): V�lcea (RO415) Country: Romania Contact point: ELENA NICOLETA GHINCEA Email: achizitii_sjuvl@yahoo.ro Telephone: +40 250730525 Fax: +40 250746989 Internet address: https:/ /www.sjv.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-0001 Official name: Operator SEAP Registration number: RO42283735 Postal address: Street: Italian?, 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: 468162c8-457f-4c0f-bcc5-c9560d896678 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 01/10/2024 11:11:55 (UTC+3) Notice dispatch date (eSender): 01/10/2024 09:00:40 (UTC+3) Languages ??in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 593416-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/593416-2024/pdf Danish document download: https://ted.europa.eu/da/notice/593416-2024/pdf German document download: https://ted.europa.eu/de/notice/593416-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/593416-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/593416-2024/pdf English document download: https://ted.europa.eu/en/notice/593416-2024/pdf Estonian document download: https://ted.europa.eu/et/ notice/593416-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/593416-2024/pdf French document download: https://ted.europa.eu/fr/notice/593416- 2024/pdf Irish document download: https://ted.europa.eu/ga/notice/593416-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/593416-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/593416-2024/pdf Italian document download: https://ted.europa.eu/it/notice/593416-2024/pdf Lithuanian document download: https ://ted.europa.eu/lt/notice/593416-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/593416-2024/pdf Maltese document download: https://ted .europa.eu/mt/notice/593416-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/593416-2024/pdf Polska document download: https://ted.europa.eu /pl/notice/593416-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/593416-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice /593416-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/593416-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/593416-2024 /pdf Swedish document download: https://ted.europa.eu/sv/notice/593416-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/593416-2024/pdf
NAICS
Power Business Jewelry Jewelry Other Similar Organizations (except Business General Freight Trucking
CPVS
Control, safety, signalling and light equipment Horse, ass, mule or hinny meat Ass, mule or hinny meat Cod Command, control, communication systems Agricultural, forestry, horticultural, aquacultural and apicultural services Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance Forms Shapes Sole
UNSPSC
Mica Rollers Warehouse Gears Photocopiers Customised, Multipurpose Box e.g Baby box, school box Humanitarian Relief Items, Kits, or Accessories
Regions
Eastern Europe Europe
Sectors
Electricity 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