Tender Details
Title

Romania – Natural gas – Furnizare gaze naturale pentru obiectivele proprii Place of performance: Romania,Bucureşti Main nature of the contract: Supplies Official name: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Type of procedure: Open Romania – Natural gas – Supply of natural gas for own objectives Place of performance: Romania, Bucharest Main nature of the contract: Supplies Official name: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCHAREST Type of procedure: Open

Country
Language
Romanian
Organization
Published Date
16.10.2024
Deadline Date
18.11.2024
Overview
626266-2024 - Competition Competition Romania: Natural gas Furnizare gaze naturale pentru obiectivele proprii Estimated value excluding VAT: 2 385 231,00 RON Type of procedure: Open Buyer Buyer: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Email: david.cristian@spp.ro Romania, Bucureşti (RO321), Bucuresti LOT-0000: Default lot Natural gas Romania, Bucureşti (RO321) Duration: 12 Months Deadline for receipt of tenders: 18/11/2024 - 15:00:00 (UTC+2) 626266-2024 - Competition Romania – Natural gas – Furnizare gaze naturale pentru obiectivele proprii OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Email: david.cristian@spp.ro Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: Public order and safety 2. Procedure 2.1. Procedure Title: Furnizare gaze naturale pentru obiectivele proprii Description: Contractul are ca obiect furnizarea de gaze naturale, categorie de consum C. Cantitatea maxima estimată a fi consumată în perioada 01.01.2025 ÷ 31.12.2025 (perioada de derulare a contractului de furnizare) este de 6280 MWh. In conformitate cu art.165 din HG 395/2016 actualizata, autoritatea contractanta ia in considerare posibilitatea prelungirii contractului prin act aditional pentru maxim 3 luni, in limita existentei resurselor financiare alocate cu aceasta destinatie sau incheierea unui nou contract. Procedure identifier: 9a821ebe-872c-4f5e-9d72-2bc08b8fd930 Internal identifier: G/4283635/2024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09123000 Natural gas 2.1.3. Value Estimated value excluding VAT: 2 385 231,00 RON 2.1.4. General information Additional information: Cerintele tehnice definite la nivelul anuntului de participare, caietului de sarcini sau altor documente complementare, prin trimiterea standardelor, la un anumit producator, la marci, brevete, tipuri, la o origine sau la o productie/metoda specifica de fabricatie/prestare/executie, vor fi intelese ca fiind insotite de mentiunea ”sau echivalent”. Precizarea nr. 1:Documentul unic de Achiziții European se va completa direct în SEAP în cadrul anunțului de participare. Informații referitoare la modul de completare: Notificarea ANAP referitoare la utilizarea Documentului Unic European (DUAE) astfel cum a fost acesta integrat în SEAP și Ghidul de utilizare a Documentului Unic European, disponibil la accesarea contului SEAP. Precizarea nr. 2: Solicitările de clarificări referitoare la prezenta documentație de atribuire se vor adresa în mod exclusiv în SEAP în cadrul procedurii de atribuire derulate prin mijloace electronice, autoritatea contractantă urmând să nu dea curs solicitărilor adresate prin altă modalitate de comunicare decât cea stabilită. Dacă se va constata că doi sau mai mulți operatori economici sunt clasați pe primul loc al clasamentului, pentru unul sau mai multe loturi, autoritatea contractantă va solicita prin intermediul SEAP noi propuneri financiare pentru departajarea ofertelor de la ofertanții clasați pe primul loc. Precizarea nr. 3: Operatorii economici pot vizualiza documentația de atribuire încărcată în SEAP cu ajutorul unui program de vizualizare a fișierelor semnate electronic cu semnătură electronică extinsă, program disponibil gratuit pe site-urile furnizorilor de servicii de semnătură electronică. Precizarea nr. 4: Documentele prezentate într-o altă limbă decât cea română trebuie să fie însoțite de o traducere autorizată în limba română. Precizarea nr. 5: Solicitările de clarificări/informații suplimentare pot fi transmise autorității contractante prin intermediul SEAP cu cel puțin 18 zile înainte de data limită de depunere a ofertelor. Autoritatea contractantă va răspunde în mod clar și complet tuturor solicitărilor de clarificare/informațiilor suplimentare în a 11-a zi înainte de termenul limită stabilit pentru depunerea ofertelor. Precizarea nr. 6: Au dreptul de a participa la prezenta procedură de atribuire, în calitate de ofertant individual/ofertant asociat/candidat/terț susținător/subcontractant, operatorii economici definiți la art. 3 alin. (1) lit. jj) din Legea nr. 98/2016 privind achizițiile publice, cu modificările și completările ulterioare. 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: Cantitatea maxima estimată a fi consumată în perioada 01.01.2025 ÷ 31.12.2025 (perioada de derulare a contractului de furnizare) este de 6280 MWh. Cantitatea suplimentara estimata pentru perioada 01.01.2026 - 31.03.2026, este de 2722 MWh. In conformitate cu art.165 din HG 395/2016 actualizata, autoritatea contractanta ia in considerare posibilitatea prelungirii contractului prin act aditional pentru 3 luni, in limita existentei resurselor financiare alocate cu aceasta destinatie sau incheierea unui nou contract. Valoarea totala maxima estimata include si cantitatea suplimentara prevazuta pentru inca 3 luni in cursul anului 2026. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09123000 Natural gas 5.1.2. Place of performance Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Additional information: Bucuresti, Brasov, Prahova, Constanta, Ilfov 5.1.3. Estimated duration Duration: 12 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 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: Cerința nr. 1: Cerinta privind motive de excludere Constituie motive de excludere de la procedura de achiziţie cazurile în care ofertanţii, asociatii acestora, terţii susţinători sau subcontractanţii se încadrezează în vreuna din situaţiile prevăzute la art. 164, 165 si 167 din Legea 98/2016 Modalitatea de îndeplinire: Se va completa Documentul Unic de Achizitii European conform art. 193 alin. 1 din Legea 98/2016 cu informatiile aferente situatiei lor. Se va completa un DUAE distinct pentru fiecare ofertant cât şi, dacă este cazul, de către terţi susţinători/ subcontractanţi. Documentele justificative care probeaza indeplinirea celor asumate prin completarea DUAE, urmeaza a fi prezentate, la solicitarea autoritatii contractante, doar de catre ofertantul clasat pe locul I în clasamentul ofertelor admisibile întocmit dupa aplicarea criteriului de atribuire. Aceste documente pot fi: 1.Certificate constatatoare privind plata impozitelor, taxelor sau a contributiilor la bugetul general consolidat (buget local, buget de stat etc.) valabile la momentul prezentarii, pentru sediul principal, 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; 2.Certificate de cazier judiciar pentru operatorul economic, membrii organului de administrare, de conducere sau de supraveghere a respectivului operator economic sau a celor ce au putere de reprezentare, de decizie sau de control în cadrul acestuia, asa cum rezulta din certificatul constatator emis de O.N.R.C./Actul constitutiv; 3.După caz, documente prin care se demonstrează faptul că operatorul economic poate beneficia de derogările prevăzute la art. 166, alin. 2, art. 167, alin. 2, art. 171 din Legea 98/2016, privind achizițiile publice. 4.Alte documente relevante care probeaza informatiile prezentate in DUAE. În cazul în care în țara de origine sau în țara în care este stabilit ofertantul nu se emit documente care vizează toate situațiile prevăzute in DUAE, se va accepta o declarație pe propria răspundere sau, dacă în țara respectivă nu există prevederi legale referitoare la declarația pe propria răspundere, o declarație autentică dată în fața unui notar, a unei autorități administrative sau judiciare sau a unei asociații profesionale care are competențe în acest sens. Documentele emise în altă limbă decât limba română vor fi prezentate însoțite de o traducere autorizată în limba română. În cazul în care oferta este depusă de o asociere, fiecare asociat (inclusiv liderul), terț susținător sau subcontractant va prezenta DUAE. ATENTIONARE: La momentul completării informațiilor din DUAE operatorii economici nu au dreptul sa intervină asupra formatului documentului sau asupra cerințelor bifate de autoritatea contractantă. Cerinţa nr. 2: Ofertanţii, terţii susţinători şi subcontractanţii nu trebuie să se încadreze în situaţiile prevăzute la art. 60 din Legea nr. 98/2016 cu privire la conflictul de interese. Modalitatea de îndeplinire: Se va completa Formularul nr. 1 din Secțiunea Formulare. În ceea ce priveste evitarea conflictului de interese, conform art. 58-62 din Legea nr. 98/2016 privind achiziţiile publice, autoritatea contractanta va lua masurile necesare pentru a preveni, identifica și remedia situațiile de conflict de interese, în scopul evitării denaturării concurentei și al asigurării tratamentului egal pentru toți operatorii economici. În aplicarea art. 63 din Legea nr. 98/2016 privind achizițiile publice, autoritatea contractantă precizează numele persoanelor din cadrul Serviciului de Protecţie şi Pază - U.M. 0149F Bucureşti care dețin functii de decizie, în ceea ce priveste organizarea, derularea si finalizarea procedurii de atribuire: Pena Victor-Sorin, Tareanu Grigore-Mitica, David Cristian,Munteanu Bogdan-Ilie, Diaconu Julia Alexandra, Micu Ciprian, Ilie Ancuta Lavinia, Lacrois Yvonne Iulia, Luben Ana-Maria. 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: Cerinţa nr. 1: Operatorii economici ce depun ofertă trebuie să dovedească o forma de înregistrare în condițiile legii din țara de rezidență, din care să reiasă, că operatorul economic este legal constituit, că nu se află în niciuna dintre situațiile de anulare a constituirii, precum și faptul că are capacitatea profesională de a realiza activităţile care fac obiectul contractului. Modalitate prin care poate fi demonstrată îndeplinirea cerinței: Se va completa DUAE de către operatorii economici participanți la procedura de atribuire cu informațiile solicitate referitoare la îndeplinirea cerinței. Documentele justificative care probează îndeplinirea celor asumate prin completarea DUAE, respectiv certificativ certificatul constatator emis de ONRC sau în cazul ofertanților străini documente echivalente emise în țara de rezidență, urmează să fie prezentate, la solicitarea autorității contractante, doar de către ofertantul clasat pe locul I în clasamentul intocmit dupa aplicarea criteriului de atribuire. Informatiile cuprinse în certificatul constatator trebuie sa fie reale/actuale la data prezentării documentului. Cerinta nr.2: Licenţă de furnizare a gazelor naturale emisă de către autoritatea publică competentă ANRE, valabilă la data depunerii ofertei, precum şi eventualele decizii de modificare a acesteia, în conformitate cu prevederile Ordinul ANRE nr. 199/2020 privind aprobarea Regulamentului pentru acordarea autorizaţiilor de înfiinţare şi a licenţelor în sectorul gazelor naturale. Modalitatea de îndeplinire: Se va completa DUAE de către operatorii economici participanți la procedura de atribuire a contractului de achiziție publică/sectorială cu informațiile solicitate de către autoritatea – informații referitoare la îndeplinirea cerințelor privind capacitatea de exercitare a activității profesionale. Documentul justificativ care probează îndeplinirea celor asumate prin completarea DUAE, respectiv licenta de furnizare a gazelor naturale, sau în cazul ofertanților persoane juridice/fizice străine, documentele echivalente emise în țara de rezidență, traduse în limba română (traducere autorizată), urmează să fie prezentate, la solicitarea Autorității, doar de către ofertantul clasat pe locul I în clasamentul intermediar întocmit la finalizarea evaluării ofertelor. In situația în care vor fi executate părți din contract de către subcontractanți, dovada înregistrării și corespondența activităților principale/secundare din cadrul acestuia cu obiectul achiziției se va prezenta obligatoriu și de către subcontractanți, pentru partea din contract pe care o vor realiza. Note: - Daca un grup de operatori economici depune oferta comuna aceste cerinte trebuie îndeplinite de fiecare membru al asocierii; - În cazul unei oferte depuse în asociere, fiecare membru al asocierii trebuie sa depună documentele necesare pentru demonstrarea faptului ca este autorizat să desfăşoare partea sa de contract; - Cerinţa se aplica si pentru subcontractanti si/sau terti sustinatori care completeaza informatiile aferente situatiei lor la nivelul DUAE distinct; - Informaţiile cuprinse în certificatul constator trebuie sa fie reale/actuale la momentul prezentării lor. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Înscrierea în registrul comerțului Description: Ofertantii vor raspunde DA sau NU conform situatiei lor conform precizarilor din fisa de date 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): 98 Criterion: Type: Quality Name: Persoană de contact dedicată derulării contractului Description: Punctajul pentru factorul de evaluare „Persoană de contact dedicată derulării contractului”, se acordă astfel: • pentru desemnarea unei persoane de contact pentru derularea contractului, se acordă 2 puncte; • nu se acordă punctaj suplimentar pentru desemnarea a mai mult de o persoană de contact; • pentru inexistența unei persoane de contact pentru derularea contractului, se acordă 0 puncte. Weight (percentage, exact): 2 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185813 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.e-licitatie.ro Languages in which tenders or requests to participate may be submitted: Romanian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 18/11/2024 15:00:00 (UTC+2) Place: In SEAP Additional information: - 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. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Consiliul National de Solutionare a Contestatiilor Organisation providing additional information about the procurement procedure: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Organisation receiving requests to participate: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Organisation processing tenders: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI TED eSender: Operator SEAP 8. Organisations 8.1. ORG-0004 Official name: SERVICIUL DE PROTECTIE SI PAZA – U.M. 0149 F BUCURESTI Registration number: 4283635 Postal address: Strada: Bulevardul Geniului, nr. 42B Town: Bucuresti Postcode: 060117 Country subdivision (NUTS): Bucureşti (RO321) Country: Romania Contact point: CRISTIAN DAVID Email: david.cristian@spp.ro Telephone: +40 0214081169 Fax: +40 0213122649 Internet address: https://www.spp.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: 20ce3225-dd01-4765-a147-16ce07e6f49c - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 14/10/2024 19:30:23 (UTC+3) Notice dispatch date (eSender): 14/10/2024 17:00:53 (UTC+3) Languages in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 626266-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626266-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626266-2024/pdf German document download: https://ted.europa.eu/de/notice/626266-2024/pdf Greek document download: https://ted.europa.eu/el/notice/626266-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626266-2024/pdf English document download: https://ted.europa.eu/en/notice/626266-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626266-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/626266-2024/pdf French document download: https://ted.europa.eu/fr/notice/626266-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/626266-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626266-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626266-2024/pdf Italian document download: https://ted.europa.eu/it/notice/626266-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626266-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/626266-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626266-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/626266-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626266-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/626266-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626266-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626266-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626266-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626266-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626266-2024/pdf 626266-2024 - Competition Competition Romania: Natural gas Supply of natural gas for own objectives Estimated value excluding VAT: 2 385 231.00 RON Type of procedure: Open Buyer Buyer: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCURESTI Email: david.cristian @spp.ro Romania, Bucharest (RO321), Bucharest LOT-0000: Default lot Natural gas Romania, Bucharest (RO321) Duration: 12 Months Deadline for receipt of tenders: 18/11/2024 - 15:00:00 (UTC+ 2) 626266-2024 - Competition Romania – Natural gas – Supply of natural gas for own objectives OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCURESTI Email: david.cristian@spp.ro Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: Public order and safety 2. Procedure 2.1. Procedure Title: Supply of natural gas for own purposes Description: The object of the contract is the supply of natural gas, consumption category C. The maximum quantity estimated to be consumed in the period 01.01.2025 ÷ 31.12.2025 (the period of performance of the supply contract) is of 6280 MWh. In accordance with art. 165 of the updated HG 395/2016, the contracting authority considers the possibility of extending the contract by means of an additional act for a maximum of 3 months, within the limits of the existence of the financial resources allocated for this purpose or the conclusion of a new contract. Procedure identifier: 9a821ebe-872c-4f5e-9d72-2bc08b8fd930 Internal identifier: G/4283635/2024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09123000 Natural gas 2.1.3. Value Estimated value excluding VAT: 2,385,231.00 RON 2.1.4. General information Additional information: The technical requirements defined at the level of the participation announcement, specifications or other complementary documents, by sending the standards, to a specific manufacturer, to brands, patents, types, to an origin or to a specific production/manufacturing method /performance/execution, will be understood as being accompanied by the mention "or equivalent". Specification no. 1: The single European Procurement Document will be completed directly in SEAP within the tender notice. Information on how to fill in: ANAP notification regarding the use of the Single European Document (DUAE) as it was integrated into SEAP and the Guide to the use of the Single European Document, available when accessing the SEAP account. Specification no. 2: Requests for clarifications regarding this award documentation will be addressed exclusively in SEAP within the award procedure carried out by electronic means, the contracting authority will not respond to requests addressed through any other means of communication than the established one.If it will be found that two or more economic operators are ranked first, for one or more lots, the contracting authority will request new financial proposals through SEAP for the awarding of offers from the bidders ranked first. Specification no. 3: Economic operators can view the award documentation uploaded in SEAP with the help of a program for viewing electronically signed files with extended electronic signature, a program available free of charge on the websites of electronic signature service providers. Specification no. 4: Documents presented in a language other than Romanian must be accompanied by an authorized translation in Romanian. Specification no. 5: Requests for additional clarifications/information can be sent to the contracting authority through SEAP at least 18 days before the deadline for submission of offers. The contracting authority shall respond clearly and fully to all requests for clarification/additional information within the 11th day prior to the deadline set for the submission of tenders. Specification no. 6: The economic operators defined in art. 3 paragraph (1) lit. jj) from Law no. 98/2016 on public procurement, with subsequent amendments and additions. Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Participation in a criminal organization: Participation in a criminal organization Corruption: Corruption Fraud: Fraud Terrorist offenses or offenses linked to terrorist activities: Terrorist offenses or offenses linked to terrorist activities Money laundering or terrorist financing: Child laundering labor and other forms of trafficking in human beings: Exploitation through child labor and other forms of human trafficking Payment of taxes: Payment of taxes Payment of social security contributions: Payment of social insurance 5. Lot 5.1. Lot: LOT-0000 Title: Default lot Description: The maximum quantity estimated to be consumed between 01.01.2025 ÷ 31.12.2025 (the supply contract period) is 6280 MWh. The estimated additional quantity for the period 01.01.2026 - 03.31.2026 is 2722 MWh. In accordance with art. 165 of the updated HG 395/2016, the contracting authority considers the possibility of extending the contract by means of an additional act for 3 months, within the limits of the existence of the financial resources allocated for this purpose or the conclusion of a new contract. The estimated maximum total value also includes the additional quantity provided for another 3 months during the year 2026. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 09123000 Natural gas 5.1.2. Place of performance Country subdivision (NUTS): Bucharest (RO321) Country:Romania Additional information: Bucharest, Brasov, Prahova, Constanta, Ilfov 5.1.3. Estimated duration Duration: 12 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 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: Requirement regarding grounds for exclusion Constitutes grounds for exclusion from the procurement procedure in cases where bidders, their associates, third party supporters or subcontractors fall into any of the situations provided for in art. 164, 165 and 167 of Law 98/2016 Method of fulfillment: The Single European Procurement Document will be completed according to art. 193 para. 1 of Law 98/2016 with the information related to their situation. A separate DUAE will be completed for each tenderer and, if necessary, by third supporters/subcontractors. The supporting documents that prove the fulfillment of those assumed by completing the DUAE, are to be presented, at the request of the contracting authority, only by the bidder ranked first in the ranking of admissible bids drawn up after applying the award criteria. These documents can be: 1. Certificates confirming the payment of taxes, fees or contributions to the general consolidated budget (local budget, state budget, etc.) valid at the time of presentation, for the main headquarters, and for the secondary headquarters/workpoints, a self-responsible declaration regarding the fulfillment of obligations to pay taxes, fees or contributions to the general consolidated budget due; 2.Certificates of criminal record for the economic operator, the members of the administrative, management or supervisory body of the respective economic operator or those who have the power of representation, decision or control within it, as it results 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 relevant documents that prove the information presented in the DUAE. If in the country of origin or in the country where the tenderer is established, documents covering all the situations provided for in the DUAE are not issued, a self-responsible declaration will be accepted or, if in that country there are no legal provisions regarding the declaration on self-responsibility, an authentic declaration given before a notary public,of an administrative or judicial authority or of a professional association that has powers in this regard. Documents issued in a language other than Romanian will be presented accompanied by an authorized Romanian translation. If the offer is submitted by an association, each associate (including the lead), third party sponsor or subcontractor shall submit the DUAE. ATTENTION: When completing the information in DUAE, economic operators do not have the right to intervene on the format of the document or on the requirements checked by the contracting authority. Requirement no. 2: Bidders, third party supporters and subcontractors must not fall into the situations provided for in art. 60 of Law no. 98/2016 regarding the conflict of interests. Method of fulfillment: Form no. 1 of the Forms Section. Regarding the avoidance of conflict of interests, according to art. 58-62 of Law no. 98/2016 on public procurement, the contracting authority will take the necessary measures to prevent, identify and remedy conflict of interest situations, in order to avoid distortion of competition and ensure equal treatment for all economic operators. In application of art. 63 of Law no. 98/2016 regarding public procurement, the contracting authority specifies the names of the persons within the Protection and Security Service - UM 0149F Bucharest who hold decision-making functions, regarding the organization, development and completion of the award procedure: Pena Victor-Sorin, Tareanu Grigore- Mitica, David Cristian, Munteanu Bogdan-Ilie, Diaconu Julia Alexandra, Micu Ciprian, Ilie Ancuta Lavinia, Lacrois Yvonne Iulia, Luben Ana-Maria. 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 no. 1: Economic operators who submit an offer must prove a form of registration in accordance with the law of the country of residence, from which it can be seen that the economic operator is legally established, that it is not in any of the situations of cancellation of the establishment, as well as the fact that he has the professional capacity to perform the activities that are the subject of the contract. Method by which the fulfillment of the requirement can be demonstrated: DUAE will be completed by the economic operators participating in the award procedure with the requested information regarding the fulfillment of the requirement. The supporting documents that prove the fulfillment of those assumed by completing the DUAE, respectively the certifying certificate issued by the ONRC or, in the case of foreign bidders, equivalent documents issued in the country of residence, are to be presented, at the request of the contracting authority, only by the bidder ranked first in the ranking drawn up after applying the award criteria.The information contained in the ascertaining certificate must be real/up-to-date on the date of presentation of the document. Requirement no. 2: Natural gas supply license issued by the competent public authority ANRE, valid on the date of submission of the offer, as well as any decisions to modify it, in accordance with the provisions of ANRE Order no. 199/2020 regarding the approval of the Regulation for the granting of establishment authorizations and licenses in the natural gas sector. Method of fulfillment: The DUAE will be completed by the economic operators participating in the procedure for awarding the public/sectoral procurement contract with the information requested by the authority - information regarding the fulfillment of the requirements regarding the ability to exercise professional activity. The supporting document that proves the fulfillment of those assumed by completing the DUAE, respectively the natural gas supply license, or in the case of foreign legal/natural person bidders, the equivalent documents issued in the country of residence, translated into Romanian (authorized translation), are to be presented , at the request of the Authority, only by the bidder ranked first in the intermediate ranking drawn up at the end of the evaluation of the bids. In the situation where 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 the purchase will also be mandatory presented by the subcontractors, for the part of the contract that they will perform. Notes: - If a group of economic operators submits a common offer, these requirements must be met by each member of the association; - In the case of an offer submitted in association, each member of the association must submit the necessary documents to prove that he is authorized to carry out his part of the contract; - The requirement also applies to subcontractors and/or third party supporters who complete the information related to their situation at the separate DUAE level; - The information contained in the assessor's certificate must be real/up-to-date at the time of their presentation. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration in the commercial register Description: Bidders will answer YES or NO according to their situation as specified in the data sheet 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): 98 Criterion: Type:Quality Name: Contact person dedicated to the development of the contract Description: The score for the evaluation factor "Contact person dedicated to the development of the contract", is awarded as follows: • for designating a contact person for the development of the contract, 2 points are awarded; • no additional points are awarded for designating more than one contact person; • for the non-existence of a contact person for the performance of the contract, 0 points are awarded. Weight (percentage, exact): 2 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185813 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.e-licitatie.ro Languages ​​in which tenders or requests to participate may be submitted: Romanian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 18/11/2024 15:00:00 (UTC +2) Place: In SEAP Additional information: - 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 paragraph (1) letter a) of Law no. 101/2016. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: Consiliul National de Solutionare a Contestatiilor Organization providing additional information about the procurement procedure: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCURESTI Organization receiving requests to participate: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCURESTI Organization processing tenders: PROTECTION AND GUARD SERVICE – UM 0149 F BUCHAREST TED eSender: Operator SEAP 8. Organizations 8.1. ORG-0004 Official name: SERVICIUL DE PROTECTIE SI PAZA – UM 0149 F BUCHAREST Registration number: 4283635 Postal address: Street: Bulevardul Geniului, no. 42B Town: Bucuresti Postcode: 060117 Country subdivision (NUTS): Bucuresti (RO321) Country: Romania Contact point: CRISTIAN DAVID Email: david.cristian@spp.ro Telephone: +40 0214081169 Fax: +40 0213122649 Internet address: https:/ /www.spp.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 Council for the Resolution of Appeals 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: 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: 20ce3225-dd01-4765-a147-16ce07e6f49c - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 14/10/2024 19:30:23 (UTC+3) Notice dispatch date (eSender): 14/10/2024 17:00:53 (UTC+3) Languages ​​in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 626266-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626266-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626266-2024/pdf German document download: https://ted.europa.eu/de/notice/626266-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/626266-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626266-2024/pdf English document download: https://ted. europa.eu/en/notice/626266-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626266-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/626266-2024/pdf French document download: https://ted.europa.eu/fr/notice/626266-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 626266-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626266-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626266-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/626266-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626266-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/626266-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626266-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/626266-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626266-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/626266-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626266-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/626266-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626266-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626266-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/ notice/626266-2024/pdf
NAICS
Power Business Jewelry Jewelry Other Similar Organizations (except Business General Freight Trucking
CPVS
Gases Control, safety, signalling and light equipment Horse, ass, mule or hinny meat Ass, mule or hinny meat Cod Command, control, communication systems Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance Forms Watches Shapes Sole Lighthouse services Radio, television, communication, telecommunication and related equipment
UNSPSC
Rollers Watches
Regions
Eastern Europe Europe
Sectors
Oil and Gas 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