Tender Details
Title

Romania – Medical consumables – Materiale de izolare si protectie, accesorii BO Place of performance: Romania,Bucureşti Main nature of the contract: Supplies Official name: Spitalul Clinic de Urgenta Bucuresti Type of procedure: Open Romania – Medical consumables – Insulation and protection materials, BO accessories Place of performance: Romania, Bucharest Main nature of the contract: Supplies Official name: Spitalul Clinic de Urgenta Bucuresti Type of procedure: Open

Country
Language
Romanian
Organization
Published Date
18.10.2024
Deadline Date
29.11.2024
Overview
631819-2024 - Competition Competition Romania: Medical consumables Materiale de izolare si protectie, accesorii BO Type of procedure: Open Buyer Buyer: Spitalul Clinic de Urgenta Bucuresti Email: achizitii@urgentafloreasca.ro Romania, Bucureşti (RO321), Bucuresti LOT-0000: Default lot Medical consumables Romania, Bucureşti (RO321) Duration: 48 Months Deadline for receipt of tenders: 29/11/2024 - 15:00:00 (UTC+2) 631819-2024 - Competition Romania – Medical consumables – Materiale de izolare si protectie, accesorii BO OJ S 204/2024 18/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Spitalul Clinic de Urgenta Bucuresti Email: achizitii@urgentafloreasca.ro Legal type of the buyer: Body governed by public law Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: Materiale de izolare si protectie, accesorii BO Description: Materiale de izolare si protectie, accesorii BO conform caiet de sarcini. A. In temeiul prevederilor art. 160 din Legea 98 / 2016, modificata prin OUG 107 / 2017, operatorii economici interesati de procedura vor solicita clarificari sau informatii suplimentare in legatura cu documentatia de atribuire cu 20 zile inainte de termenul stabilit pentru depunerea ofertelor, iar in temeiul art. 161 din Legea 98 / 2016, modificata prin OUG 107 / 2017, raspunsul autoritatii contractante va fi transmis cu 10 zile (in a 11-a zi) inainte de termenul stabilit pentru depunerea ofertelor. B. Orice solicitare de clarificări trebuie semnata cu semnătură electronic extinsă, bazată pe un certificat calificat, eliberat de un furnizor de servicii de certificare acreditat în condiţiile legii şi încărcata în SEAP. Procedure identifier: cf7bca01-849b-4535-a508-f4d0bdfdd97b Internal identifier: 4505332422024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33140000 Medical consumables 2.1.3. Value Maximum value of the framework agreement: 46 874 640,00 RON 2.1.4. General information Additional information: A. 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”. B. Documentatia de atribuire este afisata in SICAP, www.e-licitatie.ro. C. Toate raspunsurile la clarificari cerute de catre operatorii economici sau formulate de catre autoritatea contractanta vor fi postate pe siteul www.e-licitatie.ro. D. Fara a aduce atingere prevederilor Legii nr.182/2002 privind protectia informatiilor clasificate, cu modificarile si completarile ulterioare,operatorul economic VA PRECIZA IN OFERTA DEPUSA acele informatii cuprinse in propunerea tehnica pe care le declară ca fiind confidențiale. Caracterul confidențial trebuie demonstrat prin orice mijloace de probă. In lipsa documentelor care demonstreaza caracterul confidential, documentele vor fi considerate ca neconfidentiale. E. Oferta (inclusiv documentele/anexele acesteia) incarcata in SICAP fara semnatura digitala va fi declarata inacceptabila si descalificata in conditiile art.137 alin.2 lit j) din HG 395/2016 cu modificarile si completarile ulterioare. F. Ofertantul îsi asuma raspunderea exclusiva pentru legalitatea si autenticitatea tuturor documentelor prezentate in vederea participarii la procedura. G. În cazul în care doua sau mai multe oferte sunt clasate pe primul loc, cu punctaje egale, departajarea se va face conform art. 139 din H.G. 395 / 2016 cu modificarile si completarile ulterioare. H.Clauze specifice contractului: 1.In cazul in care, din vina exclusiva, furnizorul nu isi indeplineste obligatiile asumate, atunci achizitorul are dreptul de a deduce din pretul contractului, ca penalitati, cuantumul egal cu dobanda legala, prevazuta de legislatia nationala si europeana, aferent produselor nelivrate, pana la indeplinirea efectiva a obligatiilor. 2.In cazul in care furnizorul isi indeplineste in mod defectuos sau nu isi indeplineste obligatiile contractuale in mod repetat (maxim 2 abateri), autoritatea contractanta isi rezerva dreptul de a rezilia unilateral contractul fara o notificare prealabila. I. Instrucțiuni privind notificarea rezultatului procedurii: Autoritatea/entitatea contractantă va informa operatorii economici implicați în procedura de atribuire despre deciziile referitoare la rezultatul selecției, la rezultatul procedurii de atribuire a contractului de achiziție publică/sectorială, ori după caz, la anularea procedurii de atribuire și eventuala inițiere ulterioară a unei noi proceduri, în scris și cât mai curând posibil, dar nu mai târziu de 3 zile lucrătoare de la emiterea acestora. În cadrul comunicării, autoritatea/entitatea contractantă va informa ofertantul/ofertanții câștigător/câștigători cu privire la acceptarea ofertei/ofertelor prezentate. Autoritatea/entitatea contractantă va informa ofertanții/candidații care au fost respinși sau a căror ofertă nu a fost declarată câștigătoare asupra motivelor care au stat la baza deciziei respective, după cum urmează: i. fiecărui candidat respins, motivele concrete care au stat la baza deciziei de respingere a candidaturii sale; ii. pentru fiecare ofertă respinsă, motivele concrete care au stat la baza deciziei de respingere, detaliindu-se argumentele în temeiul cărora oferta a fost considerată inacceptabilă, neadecvată şi/sau neconformă, îndeosebi elementele ofertei care nu au corespuns cerințelor de funcționare și performanță prevăzute în caietul de sarcini; iii. fiecărui ofertant care a prezentat o ofertă acceptabilă și conformă, prin urmare admisibilă, dar care nu a fost declarată câștigătoare, caracteristicile și avantajele relative ale ofertei/ofertelor câștigătoare în raport cu oferta sa, numele ofertantului căruia urmează să i se atribuie contractul de achiziție publică/sectorială sau, după caz, ale ofertanților cu care urmează să se încheie un acord-cadru; iv. fiecărui operator economic dintre cei prevăzuți la pct. i) - iii), data-limită până la care au dreptul de a depune contestație. Autoritatea/entitatea contractantă are dreptul de a nu comunica anumite informații numai în situația în care divulgarea acestora: -ar conduce la neaplicarea unei prevederi legale, ar constitui un obstacol în aplicarea unei prevederi legale sau ar fi contrară interesului public; -ar prejudicia interesele comerciale legitime ale operatorilor economici, publici sau privați, sau ar prejudicia concurență loială dintre aceștia. Instrucțiuni privind anularea procedurii de atribuire: Autoritatea/entitatea contractantă are obligația de a anula aplicarea procedurii pentru atribuirea contractului de achiziție publică/sectorială, dacă ia această decizie, de regulă, înainte de data transmiterii comunicării privind rezultatul aplicării procedurii de atribuire și, oricum, înainte de data încheierii contractului, numai în următoarele cazuri: - au fost depuse numai oferte inacceptabile, inadmisibile și/sau neconforme; - nu a fost depusă nicio ofertă sau au fost depuse oferte care, deși pot fi luate în considerare, nu pot fi comparate datorită modului neuniform de abordare a soluțiilor tehnice și/sau financiare; - abateri grave de la prevederile legislative afectează procedura de atribuire sau este imposibilă încheierea contractului. În sensul prevederilor de mai sus, prin abateri grave de la prevederile legislative se înțelege: - criteriile de calificare și selecție, precum și criteriul de atribuire sau factorii de evaluare prevăzuți în cadrul anunțului de participare, precum și în documentația de atribuire au fost modificați având ca efect restrângerea participării; - pe parcursul analizei, evaluării și/sau finalizării procedurii de atribuire se constată erori sau omisiuni, iar Autoritatea/entitatea contractantă se află în imposibilitatea de a adopta măsuri corective fără ca acestea să conducă, la încălcarea principiilor. Prin excepție, autoritatea/entitatea contractantă are dreptul de a anula aplicarea procedurii pentru atribuirea contractului de achiziție publică/sectorială, dacă ia această decizie, de regulă, înainte de data transmiterii comunicării privind rezultatul aplicării procedurii de atribuire și, oricum, înainte de data încheierii contractului, numai în următoarele cazuri: - ca urmare a deciziei pronunțate de Consiliul Național de Soluționare a Contestațiilor prin care dispune eliminarea oricăror specificații tehnice, economice sau financiare din anunțul de participare, din documentația de atribuire ori din alte documente emise în legătură cu procedura de atribuire; - autoritatea contractantă nu mai are asigurate fondurile necesare realizării achiziției sau nu mai există necesitatea ce urma a fi acoperită; cele două situații nedatorându-se unei acțiuni sau inacțiuni a Autorității contractante. Autoritatea contractantă are obligația de a comunica în scris tuturor participanților la procedura de atribuire, în cel mult 3 zile lucrătoare de la data anulării, atât încetarea obligațiilor pe care aceștia și le-au creat prin depunerea de oferte, cât și motivul concret care a determinat decizia de anulare. J.Instrucțiuni privind semnarea contractului de achiziție: Autoritatea contractantă va încheia acordul-cadru cu ofertantul/ofertanții desemnat(i) câștigător(i), în perioada de valabilitate a ofertelor, dar nu mai devreme de 11 zile de la data transmiterii comunicării privind rezultatul aplicării procedurii de atribuire pentru a acorda termenul legal de 10 zile pentru formularea eventualelor contestații administrative. Ofertantul desemnat câștigător are obligația de a se prezenta în termen de maxim 13 zile de la primirea invitației pentru semnarea acordului cadru, transmisă de Autoritatea contractantă. Dacă termenul de 13 zile a expirat iar ofertantul desemnat câștigător nu s-a prezentat pentru semnarea acordului cadru, situația va fi asimilată refuzului de a semna acordul cadru, iar Autoritatea contractantă va reține în favoarea sa garanția de participare. În cazul în care ofertantul căruia i s-a atribuit contractul este un consorțiu, acesta are obligația de a prezenta la semnarea contractului următoarele documente: - documente prin care se autorizează persoana care urmează să semneze contractul; - acordul de asociere din care să rezulte cota de participare a fiecărui membru al asocierii, reprezentantul legal al asocierii, liderul desemnat (informații care nu trebuie să fie diferite față de cele precizate în documentele care au însoțit oferta); În cazul în care ofertantul căruia i s-a atribuit contractul a nominalizat in cadrul ofertei subcontractanți, acesta are obligația de a prezenta la semnarea contractului contractul/contractele încheiate cu subcontractanții nominalizați in oferta. In cazul în care autoritatea contractantă nu poate încheia contractul cu ofertantul a cărui ofertă a fost stabilită ca fiind câștigătoare, din cauza faptului că ofertantul se află într-o situație de forță majoră sau în imposibilitatea fortuită de a executa contractul, atunci aceasta are dreptul să declare câștigătoare oferta clasată pe locul următor, în condițiile în care aceasta există și este admisibilă. În caz contrar, procedura de atribuire se anulează. K. In termen de maxim 3 zile de la data limita stabilita pentru depunerea ofertelor, ofertantii vor prezenta la registratura autoritatii contractante documentul in original privind garanția de participare, în cazul în care acesta face parte din categoria documentelor cu regim special a căror valabilitate este condiționată de prezentarea în forma originală (Ex. : scrisoare de garantie bancara, polita de asigurare) Orice activitate descrisă într-un anumit capitol din Caietul de Sarcini și nespecificată explicit în alt capitol, trebuie interpretată ca fiind menționată în toate capitolele unde se consideră de către Ofertant că aceasta trebuia menționată pentru asigurarea îndeplinirii obiectului Contrac 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: Materiale de izolare si protectie, accesorii BO conform caiet de sarcini. Valoarea estimata a celui mai mare contract subsecvent care se anticipeaza ca va fi atribuit pe durata intregului acord cadru se regasesc in caietul de sarcini. Atribuirea contractelor subsecvente in baza acordurilor cadru se va realiza lunar in functie de bugetul alocat. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33140000 Medical consumables 5.1.2. Place of performance Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Additional information: Spitalul Clinic de Urgenta Bucuresti – Calea Floreasca nr. 8-14, Sector 1 5.1.3. Estimated duration Duration: 48 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): no Additional information: surse de finantare: FNUASS + Buget de stat + Programe nationale de sanatate + Programe de cercetare + Accize bugetare (contract CAS, programe de sanatate) 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 nr. 1 * -Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art. 59 si 60 din Legea nr. 98 / 2016 privind achizitiile publice cu modificarile si completarile ulterioare; Modalitate de indeplinire: Operatorul economic (lider, asociat, subcontractant-daca este cazul) va completa cerinta corespunzatoare in formularul DUAE din documentatia de atribuire SI SE VA ATASA DECLARATIA IN SEAP ODATA CU DUAE. Persoane cu functii de decizie in cadrul autoritatii contractante implicate in procedura de atribuire: Ec. Andrei Bogdan Zidaru- Manager Ec. Elena Cirstea - Director Financiar Contabil Interimar Dr. Razvan Ene - Director Medical Interimar As. Ghiorghiu Zoie - Director de Ingrijiri Interimar Ec. Maxin Catalin - Sef Serviciu Achiziti Publice Cerinta nr. 2 * - Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile prevazute la art. 164, 165, 167 din Legea nr. 98/2016 cu modificarile si completarile ulterioare. Modalitate initiala de indeplinire: Se va completa DUAE in conformitate cu art. 193, alin. (1) din Legea nr. 98/2016, cu modificarile si completarile ulterioare. Modalitate ulterioara de indeplinire: Documentele justificative care probează îndeplinirea celor asumate prin completarea DUAE, ce urmează a fi prezentate, la solicitarea autorității contractante, doar de către ofertantii clasati pe primele trei (3) locuri în clasamentul intermediar întocmit la finalizarea evaluării ofertelor sunt urmatoarele: - Certificat de atestare fiscala pentru persoane juridice privind obligatiile de plata la bugetul consolidat al statului in original sau copie certificata pe proprie raspundere pentru conformitate cu originalul, document din care sa reiasa ca ofertantul nu are datorii restante la momentul in care trebuie sa prezinte acest certificat. In acest caz sunt aplicabile prevederile art. 166 (2) din Legea nr. 98 / 2016 privind achizitiile publice cu modificarile si completarile ulterioare; -Ofertanți prezinta, după aplicarea criteriului de atribuire, pentru sediul principal documente din care să reiasă neîncadrarea în prevederile art. 165 cf Lg 98/2016 (certificat de atestare fiscala pentru persoane juridice privind obligatiile de plata la bugetul local in original sau copie certificata pe proprie raspundere pentru sediul principal, document din care sa reiasa ca ofertantul nu are datorii restante la momentul in care trebuie sa prezinte acest certificat), iar 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. Pentru persoane juridice straine: Operatorul economic va prezenta documente edificatoare – eliberate de autoritati ale tarii de origine (certificate, caziere judiciare, alte documente echivalente) pentru a rezulta apartenenta / înregistrarea la organe din tara respectiva si certificate/documente suport conform prevederilor legale, care sa ateste ca acestia nu inregistreaza obligatii fiscale restante in conditiile legii incidente in tara de rezidenta. Documentele prezentate in alta limba decat cea romana vor fi insotite de traducere autorizata. - cazierul judiciar al operatorului economic și 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 în cadrul acestuia, așa cum rezultă din certificatul constatator emis de ONRC / actul constitutiv; În ceea ce privește persoanele la care se face referire la art. 164 alin. (2) din Legea nr. 98/2016, cu modificările și completările ulterioare, acestea se vor identifica prin raportare la prevederile Legii nr. 31/1990. 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: Cerinta 1: 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 constituiti, 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 de achizitie publica. Cerinta se aplica inclusiv pentru subcontractanti pentru partea din contract pe care acestia urmeaza sa o realizeze, care vor completa informatiile aferente situatiei lor la nivelul unui DUAE distinct. Modalitatea de indeplinire: Se va completa DUAE de catre operatorii economici participanti la procedura de atribuire a contractului de achizitie publica cu informatiile solicitate de catre autoritatea contractanta - informatii referitoare la indeplinirea cerintelor privind capacitatea de exercitare a activitatii profesionale. Documentul justificativ care probeaza îndeplinirea celor asumate prin completarea DUAE , respectiv certificatul constatator emis de ONRC, sau în cazul ofertantilor persoane juridice/fizice straine, documente echivalente emise în tara de rezidenta , traduse in limba romana, urmeaza sa fie prezentate, la solicitarea auroritatii contractante, doar de catre ofertantii clasati pe primele trei (3) locuri in clasamentul intocmit dupa aplicarea criteriiului de atribuire. In situatia in care vor fi executate parti din contract de catre subcontractanti, dovada inregistrarii si corespondenta activitatilor principale/secundare din cadrul acestuia cu obiectul achizitiei sae va prezenta obligatoriu si de catre subcontractanti, pentru partea din contract pe care o vor realiza. Cerinta nr. 2 - Operatorii economici care depun oferta trebuie sa fie autorizati de ANMDM pentru activitatea de comercializare, a produselor aflate in cadrul procedurii. Modalitate prin care poate fi indeplinire a cerintei: se va completa DUAE, de catre operatorii economici (lider, asociiat, sucontractant - daca este cazul) cu informatiile aferente situatiei lor. Documentul justificativ care probeaza indeplinirea celor asumate prin DAE , respectiv Avizul de functionare emis de ANMDM in conformitate dcu Legea 9/2006 republicata, cu modificarile si completarile ulterioare si OMS 1008/2016 pentru tipurile de activitati realizate in domeniul dispozitivelor medicale (potrivit Art. 296 (1) din Legea 95/2006 - dupa caz) aviz in care trebuie sa se regaseasca producatorul dispozitivelor medicale care fac obiectul achizitiei , urmeaza sa fie prezentat , la solicitarea autoritatii contractante, doar de cate ofertantiiclasati pe primele trei (3) locuri in clasamentul intocmit dupa aplicarea criteriului de atribuire. Avizul prezentat trebuie sa reflecte capacitatea ofertantului la data depunerii ofertelor si fie valabil la data depunerii acesuia. In conformitate cu prevederile art. 927, alin. (2) din Legea 95/2006 republicata, Avizul de functionare emis de ANMDM nu trebuie prezentat de catre persoane fizice si persoane juridice cu sediul in UE sau SEE care demonstraza prin documente justificative ca desfasoara in mod legal activitati de comercializare a produselor aflate in cadrul procedurii, in statul lor de origine Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificate emise de organisme independente cu privire la standardele de asigurare a calității Description: Implementarea sistemului de management al calitatii conform ISO 9001:2015 sau echivalent pentru activitatea de comercializare/livrare/furnizare si dupa caz instalare si intretinere a categoriilor de produse care fac obiectul procedurii de atribuire. Modalitatea prin care poate fi demonstrata îndeplinirea cerintei: se va completa DUAE de catre operatorii economici (lider, asociat, subcontractant - daca este cazul) participanti la procedura de atribuire. Documentul justificativ care probeaza indeplinirea celor asumate prin completarea DUAE este Certificatul emis de un organism de certificare acreditat care sa ateste respectarea standardului ISO 9001:2015 sau echivalent. Înainte de atribuirea contractului de furnizare, autoritatea contractanta va solicita operatorilor economic clasati pe primele 3 locuri (lider, asociat, tert sustinator, subcontractant – daca este cazul), dupa aplicarea criteriului de atribuire sa prezinte documentul justificativ in termen de valabilitate, in copie certificata pe proprie raspundere pentru conformitate cu originalul, prin care sa demonstreze îndeplinirea criteriilor de calificare, în conformitate cu informatiile cuprinse în DUAE. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea într-un registru profesional relevant Description: Operatorii economici care depun oferta trebuie sa fie autorizati de ANMDM pentru activitatea de comercializare, instalare, punere in functiune, intretinere si reparatii a dispozitivelor medicale aflate in cadrul procedurii. Modalitatea prin care poate fi demonstrata îndeplinirea cerintei: se va completa DUAE de catre operatorii economici (lider, asociat, subcontractant-daca este cazul) cu informatile aferente situatiei lor. Documentul justificativ care probeaza indeplinirea celor asumate prin completarea DUAE, respectiv Avizul de funcționare emis de ANMDM în conformitate cu Legea 95/2006 republicată, cu modificările și completările ulterioare și OMS 1008/2016 pentru tipurile de activități prestate în domeniul dispozitivelor medicale (potrivit Art. 926 (1) din Legea 95/2006 – după caz), aviz în care trebuie să se regăsească producătorul dispozitivelor medicale care fac obiectul achiziției, urmează să fie prezentat, la solicitarea autorității contractante, doar de cătreofertantii clasati pe primele 3 locuri în clasamentul întocmit după aplicarea criteriului de atribuire. Avizul prezentat trebuie sa reflecte capacitatea ofertantului la data depunerii ofertelor si fie valabil la data depunerii acestuia. In conformitate cu prevederile art. 927, alin. (2) din Legea 95 / 2006 republicata, Avizul de funcționare emis de ANMDM nu trebuie prezentat de catre persoane fizice şi persoane juridice cu sediul în UE sau SEE care demonstreaza prin documente justificative ca desfăşoară în mod legal activităţi de comercializare, instalare, punere in functiune, intretinere si reparatii a dispozitivelor medicale aflate in cadrul procedurii, în statul lor de origine. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea în registrul comerțului Description: Operatorii economici ce depun oferta trebuie sa dovedeasca o forma de înregistrare în conditiile legii din tara de rezidenta, ca sunt legal constituiti, 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 Modalitatea de indeplinire: Se va completa DUAE de catre operatorii economici (lider, asociat ,subcontractant-daca este cazul) participanti la procedura de atribuire cu informatiile aferente situatiei lor. Documentul justificativ care probeaza îndeplinirea celor asumate prin completarea DUAE este certificatul constatator emis de ONRC, sau în cazul ofertantilor straini, documente echivalente emise în tara de rezidenta. Înainte de atribuirea acordului cadru, autoritatea contractanta va solicita ofertantilor (lider, asociat,subcontractant daca este cazul) clasati pe locurile I, II, III dupa aplicarea criteriului de atribuire sa prezinte documente justificative in original sau copie certificata pe proprie raspundere pentru conformitate cu originalul, prin care sa demonstreze îndeplinirea criteriilor de calificare, în conformitate cu informatiile cuprinse în DUAE. 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: 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): 85 Criterion: Type: Quality Name: Termenul de livrare al produselor Description: Punctajul se acorda astfel: pentru cel mai mic termen de livrare ofertat se acorda punctajul maxim alocat; pentru alt termen decat cel minim, punctajul se acorda astfel: Punctaj termen livrare (PTL) = (Tmin / T “n”) x Punctajul maxim alocat Unde: Tmin = cel mai mic termen de livrare ofertat; T “n” = Termenul de livrare ofertat; Punctajul maxim alocat = 15 puncte Termenul de livrare ofertat va fi exprimat in zile calendaristice. Termenul minim sub care nu se va aplica punctaj suplimentar este de 3 zile calendaristice. Termenul maxim de livrare peste care oferta va fi declarata neconforma este de 5 zile calendaristice. Weight (percentage, exact): 15 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185961 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: 29/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 6 Months Information about public opening: Opening date: 29/11/2024 15:00:00 (UTC+2) Place: In SEAP Additional information: comisia de evaluare 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 Information about review deadlines: Termenele de exercitare a cailor de atac sunt cele prevazute la art. 8, alin. (1), lit. a din Legea nr. 101/2016 In drept: Art. 2, Legea 98/2016 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 3 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 Clinic de Urgenta Bucuresti Organisation providing more information on the review procedures: Spitalul Clinic de Urgenta Bucuresti Organisation receiving requests to participate: Spitalul Clinic de Urgenta Bucuresti Organisation processing tenders: Spitalul Clinic de Urgenta Bucuresti TED eSender: Operator SEAP 8. Organisations 8.1. ORG-0004 Official name: Spitalul Clinic de Urgenta Bucuresti Registration number: 4505332 Postal address: Strada: Floreasca, nr. 8 Town: Bucuresti Postcode: 014461 Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Contact point: Cristina Florentina Hagau Email: achizitii@urgentafloreasca.ro Telephone: +40 215992300 Fax: +40 215992282 Internet address: http://www.urgentafloreasca.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: Spitalul Clinic de Urgenta Bucuresti Registration number: 4505332_3 Postal address: Calea Floreasca, nr. 8-14, Sector 1, Bucuresti Town: Bucuresti Postcode: 014461 Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Email: achizitii@urgentafloreasca.ro Telephone: 0215992300 Internet address: http://www.urgentafloreasca.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: 7fabdea6-68e7-4318-8a79-9ad22da6ac92 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 17/10/2024 17:46:35 (UTC+3) Notice dispatch date (eSender): 17/10/2024 15:01:19 (UTC+3) Languages in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 631819-2024 OJ S issue number: 204/2024 Publication date: 18/10/2024 Czech document download: https://ted.europa.eu/cs/notice/631819-2024/pdf Danish document download: https://ted.europa.eu/da/notice/631819-2024/pdf German document download: https://ted.europa.eu/de/notice/631819-2024/pdf Greek document download: https://ted.europa.eu/el/notice/631819-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/631819-2024/pdf English document download: https://ted.europa.eu/en/notice/631819-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/631819-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/631819-2024/pdf French document download: https://ted.europa.eu/fr/notice/631819-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/631819-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/631819-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/631819-2024/pdf Italian document download: https://ted.europa.eu/it/notice/631819-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/631819-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631819-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/631819-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/631819-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631819-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/631819-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631819-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/631819-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631819-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/631819-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/631819-2024/pdf 631819-2024 - Competition Competition Romania: Medical consumables Isolation and protection materials, accessories BO Type of procedure: Open Buyer Buyer: Spitalul Clinic de Urgenta Bucuresti Email: achizitii@urgentafloreasca.ro Romania, Bucharest (RO321), Bucuresti LOT-0000: Default lot Medical consumables Romania, Bucharest (RO321) Duration: 48 Months Deadline for receipt of tenders: 29/11/2024 - 15:00:00 (UTC+2) 631819-2024 - Competition Romania – Medical consumables – Isolation materials and protection, accessories BO OJ S 204/2024 18/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Spitalul Clinic de Urgenta Bucuresti Email: achizitii@urgentafloreasca.ro Legal type of the buyer: Body governed by public law Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: Insulation and protection materials, BO accessories Description: Insulation and protection materials, BO accessories according to specifications. A. Pursuant to the provisions of art. 160 of Law 98 / 2016, amended by GEO 107 / 2017, economic operators interested in the procedure will request clarifications or additional information regarding the award documentation 20 days before the deadline for submitting offers, and pursuant to art. 161 of Law 98 / 2016, amended by GEO 107 / 2017, the response of the contracting authority will be sent 10 days (on the 11th day) before the deadline set for the submission of offers. B. Any request for clarifications must be signed with an extended electronic signature, based on a qualified certificate, issued by a certification service provider accredited under the law and uploaded to SEAP. Procedure identifier: cf7bca01-849b-4535-a508-f4d0bdfdd97b Internal identifier: 4505332422024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33140000 Medical consumables 2.1.3. Value Maximum value of the framework agreement: 46,874,640.00 RON 2.1.4. General information Additional information: A. 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/method of manufacture/delivery/execution, will be understood as being accompanied by the mention "or equivalent". B. The award documentation is displayed in SICAP, www.e-licitatie.ro. C. All answers to clarifications requested by economic operators or formulated by the contracting authority will be posted on the website www.e-licitatie.ro. D. Without prejudice to the provisions of Law no. 182/2002 on the protection of classified information, with subsequent amendments and additions, the economic operator SHALL SPECIFY IN THE SUBMITTED OFFER those information contained in the technical proposal that he declares to be confidential.Confidentiality must be demonstrated by any means of evidence. In the absence of documents that demonstrate the confidential character, the documents will be considered as non-confidential. E. The offer (including its documents/annexes) uploaded in SICAP without a digital signature will be declared unacceptable and disqualified under the conditions of art. 137 paragraph 2 letter j) of HG 395/2016 with subsequent amendments and additions. F. The bidder assumes exclusive responsibility for the legality and authenticity of all documents presented in order to participate in the procedure. G. If two or more offers are ranked first, with equal points, the tie-breaking will be done according to art. 139 of HG 395 / 2016 with subsequent changes and additions. H. Clauses specific to the contract: 1. If, due to the sole fault, the supplier does not fulfill the assumed obligations, then the buyer has the right to deduct from the contract price, as penalties, the amount equal to the legal interest, provided by the national and European legislation , related to the undelivered products, until the effective fulfillment of the obligations. 2. In case the supplier fulfills its contractual obligations in a defective manner or does not fulfill its contractual obligations repeatedly (maximum 2 deviations), the contracting authority reserves the right to unilaterally terminate the contract without prior notification. I. Instructions regarding the notification of the result of the procedure: The contracting authority/entity will inform the economic operators involved in the awarding procedure about the decisions regarding the selection result, at the result of the awarding procedure of the public/sectoral procurement contract, or as the case may be, at the cancellation of the awarding procedure and the possible subsequent initiation of a new procedure, in writing and as soon as possible, but not later than 3 working days from their issuance. In the communication, the contracting authority/entity will inform the winning tenderer(s) about the acceptance of the tender(s) submitted. The contracting authority/entity will inform the bidders/candidates who were rejected or whose bid was not declared the winner on the reasons that were the basis of the respective decision, as follows: i. for each rejected candidate, the concrete reasons that were the basis of the decision rejection of his candidacy; ii. for each rejected offer, the concrete reasons that were the basis of the rejection decision, detailing the arguments on the basis of which the offer was considered unacceptable, inadequate and/or non-compliant, especially the elements of the offer that did not correspond to the operation and performance requirements set out in the notebook of tasks; iii. to each tenderer who submitted an acceptable and compliant, therefore admissible tender, but which was not declared the winner, the characteristics and relative advantages of the winning tender(s) in relation to its tender,the name of the tenderer to whom the public/sectoral procurement contract is to be awarded or, as the case may be, of the tenderers with whom a framework agreement is to be concluded; iv. to each economic operator among those provided for in points i) - iii), the deadline by which they have the right to file an appeal. The contracting authority/entity has the right not to communicate certain information only in the situation where its disclosure: - would lead to the non-application of a legal provision, would constitute an obstacle to the application of a legal provision or would be contrary to the public interest; - would harm the legitimate commercial interests of economic operators, public or private, or would harm fair competition between them. Instructions regarding the cancellation of the award procedure: The contracting authority/entity has the obligation to cancel the application of the procedure for the award of the public/sectoral procurement contract, if it takes this decision, as a rule, before the date of transmission of the communication regarding the result of the application of the award procedure and, in any case, before the date of conclusion of the contract, only in the following cases: - only unacceptable, inadmissible and/or non-compliant offers were submitted; - no offer was submitted or offers were submitted which, although they can be taken into account, cannot be compared due to the uneven approach to technical and/or financial solutions; - serious deviations from the legislative provisions affect the award procedure or it is impossible to conclude the contract. In the sense of the provisions above, by serious deviations from the legislative provisions is meant: - the qualification and selection criteria, as well as the award criterion or evaluation factors provided for in the tender notice, as well as in the award documentation have been modified having as an effect the restriction of participation; - during the analysis, evaluation and/or completion of the award procedure, errors or omissions are found, and the Contracting Authority/entity is unable to adopt corrective measures without them leading to a violation of the principles. By way of exception, the contracting authority/entity has the right to cancel the application of the procedure for the award of the public/sectoral procurement contract, if it takes this decision, as a rule, before the date of transmission of the communication on the result of the application of the award procedure and, in any case, before the date of conclusion of the contract, only in the following cases: - as a result of the decision issued by the National Council for the Resolution of Appeals ordering the removal of any technical, economic or financial specifications from the notice of participation,from the award documentation or from other documents issued in connection with the award procedure; - the contracting authority no longer has the funds necessary to complete the purchase or the need to be covered no longer exists; the two situations not being due to an action or inaction of the Contracting Authority. The contracting authority has the obligation to communicate in writing to all participants in the award procedure, within 3 working days at most from the date of cancellation, both the termination of the obligations they created by submitting offers, as well as the concrete reason that determined cancellation decision. J. Instructions regarding the signing of the procurement contract: The contracting authority will conclude the framework agreement with the bidder/bidders designated as the winner(s), during the validity period of the bids, but not earlier than 11 days from the date of transmission of the communication regarding the result the application of the award procedure to grant the legal term of 10 days for the formulation of any administrative appeals. The tenderer designated as the winner has the obligation to present himself within a maximum of 13 days from the receipt of the invitation to sign the framework agreement, sent by the Contracting Authority. If the 13-day period has expired and the tenderer designated as the winner has not presented himself to sign the framework agreement, the situation will be assimilated to the refusal to sign the framework agreement, and the Contracting Authority will withhold the participation guarantee in his favor. If the tenderer to whom the contract was awarded is a consortium, it has the obligation to present the following documents at the signing of the contract: - documents authorizing the person who is to sign the contract; - the association agreement showing the participation quota of each member of the association, the legal representative of the association, the designated leader (information that must not be different from that specified in the documents that accompanied the offer); If the tenderer to whom the contract was awarded nominated subcontractors in the tender, he has the obligation to present the contract/contracts concluded with the subcontractors nominated in the tender at the signing of the contract. If the contracting authority cannot conclude the contract with the tenderer whose tender was established as winning, due to the fact that the tenderer is in a situation of force majeure or in the fortuitous impossibility of executing the contract, then it has the right to declare the bid ranked next the winner, provided it exists and is admissible. Otherwise, the award procedure is cancelled. K. Within a maximum of 3 days from the deadline set for the submission of offers, the bidders will present to the contracting authority's registry the original document regarding the participation guarantee,if it is part of the category of documents with a special regime whose validity is conditional on presentation in the original form (Ex.: letter of bank guarantee, insurance policy) Any activity described in a certain chapter of the Task Book and not specified explicitly in another chapter, must be interpreted as being mentioned in all chapters where the Bidder considers that it should be mentioned to ensure the fulfillment of the object of the Contract 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: Money laundering or terrorist financing Child 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: Insulation and protection materials, BO accessories according to specifications. The estimated value of the largest subsequent contract that is expected to be awarded during the entire framework agreement can be found in the specifications. The awarding of subsequent contracts based on the framework agreements will be carried out monthly depending on the allocated budget. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33140000 Medical consumables 5.1.2. Place of performance Country subdivision (NUTS): Bucharest (RO321) Country: Romania Additional information: Bucharest Clinic Emergency Hospital – Calea Floreasca no. 8-14, Sector 1 5.1.3. Estimated duration Duration: 48 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): no Additional information: funding sources: FNUASS + State Budget + National Health Programs + Research Programs + Budget Excise (CAS contract, health programs) 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 no. 1 * - Bidders, third party supporters and subcontractors must not find themselves in the situations provided for in art. 59 and 60 of Law no. 98 / 2016 regarding public procurement with subsequent amendments and additions; Method of fulfillment: The economic operator (leader, associate,subcontractor - if applicable) will complete the corresponding request in the DUAE form from the award documentation AND THE SEAP STATEMENT WILL BE ATTACHED ONCE WITH DUAE. Persons with decision-making functions within the contracting authority involved in the awarding procedure: Ec. Andrei Bogdan Zidaru- Ec. Manager Elena Cirstea - Interim Accounting Financial Director Dr. Razvan Ene - Interim Medical Director As. Ghiorghiu Zoie - Acting Care Director Maxin Catalin - Head of Public Procurement Service Request no. 2 * - Bidders, third party supporters and subcontractors must not find themselves in the situations provided for in art. 164, 165, 167 of Law no. 98/2016 with subsequent amendments and additions. Initial method of fulfillment: DUAE will be completed in accordance with art. 193, para. (1) from Law no. 98/2016, with subsequent amendments and additions. Subsequent method of fulfillment: The supporting documents that prove the fulfillment of those assumed by completing the DUAE, to be presented, at the request of the contracting authority, only by the bidders ranked in the first three (3) places in the intermediate ranking drawn up at the end of the bid evaluation are the following: - Fiscal attestation certificate for legal entities regarding payment obligations to the consolidated budget of the state in the original or a copy certified on its own responsibility for compliance with the original, a document from which it can be seen that the bidder has no outstanding debts at the time when he must present this certificate . In this case, the provisions of art. 166 (2) of Law no. 98 / 2016 regarding public procurement with subsequent amendments and additions; - Bidders present, after applying the award criteria, for the main office, documents showing non-compliance with the provisions of art. 165 cf Lg 98/2016 (fiscal attestation certificate for legal entities regarding payment obligations to the local budget in the original or a certified copy on their own responsibility for the main office, a document from which it can be seen that the bidder has no outstanding debts at the time when they must present this certificate), and for secondary offices/workpoints, a declaration on personal responsibility regarding the fulfillment of the obligations to pay taxes, fees or contributions to the general consolidated budget due. For foreign legal entities: The economic operator will present edifying documents - issued by the authorities of the country of origin (certificates, criminal records, other equivalent documents) to show membership / registration with bodies in the respective country and certificates / supporting documents according to the legal provisions, which to certify that they do not register outstanding fiscal obligations under the conditions of the law in the country of residence. Documents presented in a language other than Romanian will be accompanied by an authorized translation.- the criminal record of the economic operator and of the members of the administrative, management or supervisory body of that economic operator, or of those who have the power of representation, decision or control within it, as it results from the ascertaining certificate issued by ONRC / the constitutive act; Regarding the persons referred to in art. 164 para. (2) from Law no. 98/2016, with subsequent amendments and additions, they will be identified by reference to the provisions of Law no. 31/1990. 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: Requirement 1: The economic operators submitting the offer must prove a form of registration in accordance with the law from 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 public procurement contract. The requirement also applies to subcontractors for the part of the contract that they are going to perform, who will complete the information related to their situation at the level of a separate DUAE. Method of fulfillment: DUAE will be completed by the economic operators participating in the procedure for awarding the public procurement contract with the information requested by the contracting authority - information regarding the fulfillment of the requirements regarding the ability to exercise the professional activity. The supporting document that proves the fulfillment of those assumed by completing the DUAE, respectively the ascertaining certificate issued by the ONRC, or in the case of foreign legal/natural person bidders, equivalent documents issued in the country of residence, translated into Romanian, are to be presented, at the request of the contracting authority , only by the bidders ranked in the first three (3) places in the ranking drawn up after applying the award criteria. In the event that parts of the contract will be executed by the subcontractors, the proof of registration and the correspondence of the main/secondary activities within it with the object of its acquisition will also be presented by the subcontractors, for the part of the contract that they will perform. Requirement no. 2 - The economic operators who submit the offer must be authorized by ANMDM for the commercialization activity of the products under the procedure. Modality by which the requirement can be fulfilled: DUAE will be completed by the economic operators (leader, associate, subcontractor - if applicable) with the information related to their situation. The supporting document that proves the fulfillment of those assumed by DAE, respectively the Operating Notice issued by ANMDM in accordance with Law 9/2006 republished,with subsequent amendments and additions and WHO 1008/2016 for the types of activities carried out in the field of medical devices (according to Art. 296 (1) of Law 95/2006 - as the case may be) notice in which the manufacturer of the medical devices that are the subject of the purchase must be found , will be presented, at the request of the contracting authority, only by the bidders ranked in the first three (3) places in the ranking drawn up after applying the award criteria. The submitted opinion must reflect the bidder's capacity on the date of submission of bids and be valid on the date of submission. In accordance with the provisions of art. 927, para. (2) from Law 95/2006 republished, the Operating Permit issued by ANMDM must not be presented by individuals and legal entities based in the EU or EEA that demonstrate through supporting documents that they legally carry out marketing activities of products within procedure, in their state of origin Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificates issued by independent bodies regarding quality assurance standards Description: Implementation of the quality management system according to ISO 9001:2015 or equivalent for the commercialization/delivery/supply activity and, as the case may be, installation and maintenance of the categories of products that are the subject of the award procedure. The method by which the fulfillment of the requirement can be demonstrated: DUAE will be completed by the economic operators (leader, associate, subcontractor - if applicable) participating in the award procedure. The supporting document that proves the fulfillment of those assumed by completing the DUAE is the Certificate issued by an accredited certification body attesting compliance with the ISO 9001:2015 standard or equivalent. Before awarding the supply contract, the contracting authority will request the economic operators ranked in the first 3 places (leader, partner, third party supporter, subcontractor - if applicable), after applying the award criteria, to present the supporting document within the validity period, in a certified copy on his own responsibility for compliance with the original, by which to demonstrate the fulfillment of the qualification criteria, in accordance with the information contained in the DUAE. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Enrollment in a relevant professional register Description: Economic operators submitting the offer must be authorized by ANMDM for the activity of marketing, installation, commissioning, maintenance and repairs of medical devices in the procedure. The method by which the fulfillment of the requirement can be demonstrated: DUAE will be completed by the economic operators (leader, associate, subcontractor - if applicable) with the information related to their situation.The supporting document that proves the fulfillment of those assumed by completing the DUAE, respectively the Operating Notice issued by ANMDM in accordance with Law 95/2006 republished, with subsequent amendments and additions and WHO 1008/2016 for the types of activities provided in the field of medical devices (according to Art. 926 (1) of Law 95/2006 - as the case may be), notice in which the manufacturer of the medical devices that are the subject of the purchase must be found, is to be presented, at the request of the contracting authority, only by the bidders ranked in the first 3 places in the ranking drawn up after applying the award criteria. The submitted opinion must reflect the bidder's capacity on the date of submission of bids and be valid on the date of submission. In accordance with the provisions of art. 927, para. (2) from Law 95 / 2006 republished, the Operating Permit issued by the ANMDM must not be presented by individuals and legal entities based in the EU or EEA who prove through supporting documents that they legally carry out marketing, installation, commissioning activities function, maintenance and repairs of the medical devices in the procedure, in their state of origin. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration in the trade register Description: The economic operators submitting the offer must prove a form of registration under the conditions of the law of the country of residence, that they are 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 Method of fulfillment: DUAE will be completed by the economic operators (leader, associate, subcontractor - if applicable) participants to the award procedure with information related to their situation. The supporting document that proves the fulfillment of those assumed by completing the DUAE is the ascertaining certificate issued by the ONRC, or in the case of foreign bidders, equivalent documents issued in the country of residence. Before awarding the framework agreement, the contracting authority will request the bidders (leader, associate, subcontractor if applicable) ranked I, II, III after applying the award criteria to present supporting documents in original or certified copy on their own responsibility for compliance with the original , through which to demonstrate the fulfillment of the qualification criteria, in accordance with the information contained in the DUAE. 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 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): 85 Criterion: Type: Quality Name: Product delivery term Description: The score is awarded as follows: for the lowest offered delivery term, the maximum score is awarded; for a term other than the minimum, the score is awarded as follows: Delivery term score (PTL) = (Tmin / T "n") x Maximum score assigned Where: Tmin = the lowest delivery term offered; T "n" = Offered delivery term; The maximum score allocated = 15 points. The offered delivery term will be expressed in calendar days. The minimum period under which additional points will not be applied is 3 calendar days. The maximum delivery period beyond which the offer will be declared non-compliant is 5 calendar days. Weight (percentage, exact): 15 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185961 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: 29/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 6 Months Information about public opening: Opening date: 29/11/2024 15:00:00 (UTC +2) Place: In SEAP Additional information: evaluation committee 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 Information about review deadlines: The deadlines for exercising appeals are those stipulated in art. 8, para. (1), lit. a from Law no. 101/2016 In law: Art. 2, Law 98/2016 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 3 Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: Consiliul National de Solutionare a Contestatiilor Organization providing additional information about the procurement procedure: Spitalul Clinic de Urgenta Bucuresti Organization providing more information on the review procedures: Spitalul Clinic de Urgenta Bucuresti Organization receiving requests to participate: Spitalul Bucharest Emergency Clinic Organization processing tenders: Bucharest Emergency Clinic Hospital TED eSender: SEAP Operator 8. Organizations 8.1. ORG-0004 Official name: Spitalul Clinic de Urgenta Bucuresti Registration number: 4505332 Postal address: Street: Floreasca, no. 8 Town: Bucharest Postcode: 014461 Country subdivision (NUTS):Bucharest (RO321) Country: Romania Contact point: Cristina Florentina Hagau Email: achizitii@urgentafloreasca.ro Telephone: +40 215992300 Fax: +40 215992282 Internet address: http://www.urgentafloreasca.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: Bucharest Clinical Emergency Hospital Registration number: 4505332_3 Postal address: Calea Floreasca, no. 8-14, Sector 1, Bucuresti Town: Bucuresti Postcode: 014461 Country subdivision (NUTS): Bucuresti (RO321) Country: Romania Email: achizitii@urgentafloreasca.ro Telephone: 0215992300 Internet address: http://www.urgentafloreasca.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: 7fabdea6-68e7-4318-8a79-9ad22da6ac92 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 17/10/2024 17:46:35 (UTC+3) Notice dispatch date (eSender): 17/10/2024 15:01:19 (UTC+3) Languages ​​in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 631819-2024 OJ S issue number: 204/2024 Publication date: 18/10/2024 Czech document download: https://ted.europa.eu/cs/notice/631819-2024/pdf Danish document download: https://ted.europa.eu/da/notice/631819-2024/pdf German document download: https://ted.europa.eu/de/notice/631819-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/631819-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/631819-2024/pdf English document download: https://ted. europa.eu/en/notice/631819-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/631819-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/631819-2024/pdf French document download: https://ted.europa.eu/fr/notice/631819-2024/pdf Irish document download:https://ted.europa.eu/ga/notice/631819-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/631819-2024/pdf Hungarian document download: https:// ted.europa.eu/hu/notice/631819-2024/pdf Italian document download: https://ted.europa.eu/it/notice/631819-2024/pdf Lithuanian document download: https://ted.europa. eu/lt/notice/631819-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631819-2024/pdf Maltese document download: https://ted.europa.eu/mt/ notice/631819-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/631819-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631819- 2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/631819-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631819-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/631819-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631819-2024/pdf Swedish document download: https ://ted.europa.eu/sv/notice/631819-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/631819-2024/pdf
NAICS
Power Business Jewelry Jewelry Other Similar Organizations (except Business General Freight Trucking
CPVS
Control, safety, signalling and light equipment Cases Horse, ass, mule or hinny meat Ass, mule or hinny meat Lead Research, testing and scientific technical simulator Cod Command, control, communication systems Supports Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance Forms Watches Shapes Certification services
UNSPSC
Rollers Watches Research programs Financial Instruments, Products, Contracts and Agreements Direction Finding Equipment, Accessories
Regions
Eastern Europe Europe
Sectors
Roads and Highways-Bridge 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