Tender Details
Title

Romania – Data equipment – Echipamente hardware pentru transformare digitală-laptopuri Place of performance: Romania,Cluj Main nature of the contract: Supplies Official name: UNIVERSITATEA "BABES-BOLYAI" Type of procedure: Open Romania – Data equipment – ​​Hardware equipment for digital transformation-laptops Place of performance: Romania, Cluj Main nature of the contract: Supplies Official name: UNIVERSITATEA "BABES-BOLYAI" Type of procedure: Open

Country
Language
Romanian
Organization
Published Date
16.10.2024
Deadline Date
20.11.2024
Overview
626219-2024 - Competition Competition Romania: Data equipment Echipamente hardware pentru transformare digitală-laptopuri Estimated value excluding VAT: 12 605,00 RON Type of procedure: Open Buyer Buyer: UNIVERSITATEA "BABES-BOLYAI" Email: catalin.petcu@ubbcluj.ro Romania, Cluj (RO113), Cluj-Napoca LOT-0000: Default lot Data equipment Romania, Cluj (RO113) Duration: 90 Days Deadline for receipt of tenders: 20/11/2024 - 15:00:00 (UTC+2) 626219-2024 - Competition Romania – Data equipment – Echipamente hardware pentru transformare digitală-laptopuri OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: UNIVERSITATEA "BABES-BOLYAI" Email: catalin.petcu@ubbcluj.ro Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Echipamente hardware pentru transformare digitală-laptopuri Description: Prin aplicarea licitației deschise online autoritatea contractantă doreşte să atribuie un contract având ca obiect: Echipamente hardware pentru transformare digitală-laptopuri in cadrul proiectului: “ Digitalizare UBB: Dotarea cu infrastructură digitală în scop didactic și de cercetare (Digital HUBB)”, finantat prin PNRR, Componenta C15: Educație, Măsura de investiții: Reforma 5: Adoptarea cadrului legislativ pentru digitalizarea educației, Investiția 16: Digitalizarea universităților și pregătirea acestora pentru profesiile digitale ale viitorului. Proiect cod 1347494230, derulat de achizitor în baza Contractului de finanţare nr. 14074/16.09.2022. Echipamente hardware pentru transformare digitală-laptopuri Cod CPV Principal: 32580000-2 Echipament de prelucrare a datelor Coduri CPV secundare: 30213100-6 Computere portabile Valoare estimata: 12605 lei fara TVA in cadrul proiectului: “ Digitalizare UBB: Dotarea cu infrastructură digitală în scop didactic și de cercetare (Digital HUBB)”, finantat prin PNRR, Componenta C15: Educație, Măsura de investiții: Reforma 5: Adoptarea cadrului legislativ pentru digitalizarea educației, Investiția 16: Digitalizarea universităților și pregătirea acestora pentru profesiile digitale ale viitorului. Proiect cod 1347494230, derulat de achizitor în baza Contractului de finanţare nr. 14074/16.09.2022. - conform documentatie atribuire. Numar zile pana la care se pot solicita clarificari inainte de data limita de depunere a ofertelor/candidaturilor 18. Autoritatea contractanta va raspunde in mod clar si complet tuturor solicitarilor/ informatiilor suplimentare in a 11-a zi inainte de termenul limita de depunere a ofertelor Procedure identifier: 3f679648-0586-4bbf-a474-aa2d1c5f0e8c Internal identifier: 18LD - PNRR/ 2024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32580000 Data equipment 2.1.3. Value Estimated value excluding VAT: 12 605,00 RON 2.1.4. General information Additional information: 1. Se solicita depunerea documentelor semnate cu semnatura electronica extinsa conform legii (cu exceptia DUAE). 2. In scopul aplicarii prevederilor art. 63, alin. 2 din Legea 98/2016, pentru a facilita accesul la datele de identificare ale participantilor la procedura, se va completa DUAE. Nedepunerea DUAE odata cu oferta (inclusiv pentru asociat,subcontractant) atrage respingerea acesteia ca inacceptabila. DUAE se va completa în SEAP în mod direct, după autentificare, de către fiecare participant. (se va consulta Notificareprivind utilizarea DUAE în procedurile desfășurate exclusiv prin mijloace electronice elaborat de ANAP disponibilă la adresa: http://anap.gov.ro/web/notificare-privind-utilizarea-duae-in-procedurile-desfasurate-exclusiv-prin-mijloace-electronice/ si http://anap.gov.ro/web/notificarea-privind-utilizarea-duae-integrat-in-seap/ ). 3. Se vor depune, odata cu DUAE, urmatoarele documente: acordul de subcontractare si/sau acordul de asociere, dupa caz. Nedepunerea acestora odata cu DUAE, constituie temei pentru solicitarea de clarificari pentru eventualele inadvertente de forma ale informatiilor cuprinse in sectiunile DUAE, atat ale ofertantului cat si ale subcontractantului/asociatului, acest lucru fiind necesar pentru a asigura desfasurarea corespunzatoare a procedurii de atribuire. 4. Dovada indeplinirii criteriilor de calificare solicitate se face doar de catre ofertantul clasat pe primul loc in clasamentul intermediar, dupa aplicarea criteriului de atribuire – conform art. 196, alin. (2) din Legea 98/2016 si Art. 132, alin (2) din HG 395/2016. 5. În cazul în care exista discrepante între informatiile prevazute în DUAE si cele prevazute în anuntul de participare, prevaleaza informatiile din anunt, DUAE urmand a fi revizuit corespunzator - conf. art. 20 alin. (7) din HG 395/2016. 6. La definirea sau descrierea specificatiilor tehnice prin indicarea unei anumite origini, surse, productii, a unui procedeu special ori marca de fabrica sau de comert, a unui brevet de inventie ori licenta de fabricatie se va lua in considerare si mentiunea "sau echivalent". Respectiv, ”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”. 7. Se vor completa (dupa caz) toate formularele din sectiunea"modele de formulare". 8. Comunicarile transmise prin mijloace electronice de catre autoritatea contractanta, pe adresele indicate in oferta, se considera efectuate in momentul transmiterii. 9. Acolo unde nu este posibila o descriere suficient de precisa si de inteligibila a obiectului contractului, precizarea elementelor este insotita de cuvintele “sau echivalent”, art. 156, alin (2) si (3) din Legea nr. 98/2016. 10.În cazul în care două sau mai multe oferte sunt clasate pe primul loc, cu punctaje egale, departajarea se va face având în vedere punctajul obținut la factorii de evaluare în ordinea descrescătoare a ponderilor acestora. În situația în care egalitatea se menține, autoritatea contractantă are dreptul să solicite noi propuneri financiare, și oferta câștigătoare va fi desemnată cea cu propunerea financiară cea mai mică. 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: Autoritatea contractanta doreste sa achizitioneze 2 laptopuri necesare derularii activitatilor din cadrul proiectului Digitalizare UBB: Dotarea cu infrastructură digitală în scop didactic și de cercetare (Digital HUBB) cod 1347494230 . Termenul de livrare incepe de la momentul semnarii contractului de catre ambele parti. Furnizorul va trebui sa livreze produsele in maxim 30 de zile de la semnarea contractului. In termenul de livrare este inclus atat livrarea cat si punerea in functiune. Termenul de livrare incepe de la semnarea contractului, are o durata de maxim 30 zile si se finalizeaza prin semnarea receptiei de catre ambele parti ( autoritatea contractanta si furnizor). In cazul in care la receptie produsele nu corespund, au defecte, au alte diferite probleme, nu respecta cerintele din caietul de sarcini, nu functioneaza in parametrii tehnici, atunci acele produse trebuie inlocuite de catre furnizor in maxim 30 de zile. Nota: în măsura în care una din obligațiile care nu au fost executate conform contractului a constituit factor de evaluare în cadrul procedurii de atribuire, contractantul este obligat să despăgubească achizitorul cu o sumă în cuantum de 10% din valoarea contractului conform ordin ANAP 1554/2023. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32580000 Data equipment Additional classification (cpv): 30213100 Portable computers 5.1.2. Place of performance Country subdivision (NUTS): Cluj (RO113) Country: Romania Additional information: Universitatea Babeș-Bolyai, Str. Mihail Kogălniceanu nr. 1, Cluj-Napoca, România 5.1.3. Estimated duration Duration: 90 Days 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no Additional information: conform documentatiei de atribuire 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: 1. Ofertanții asociații și subcontractanții nu trebuie să se regăsească în situațiile prevăzute la art.164, 165, 167 din Legea nr. 98/2016. Modalitatea de îndeplinire: Se va completa DUAE (inclusiv eventualii asociați și subcontractanți) în conformitate cu art. 193 alin. (1) din Legea nr. 98/2016. DUAE se va completa în SEAP în mod direct, după autentificare, de către fiecare participant. (se va consulta Notificare privind utilizarea DUAE în procedurile desfășurate exclusiv prin mijloace electronice elaborat de ANAP disponibilă la adresa: http://anap.gov.ro/web/notificare-privind-utilizarea-duae-in-procedurile-desfasurate-exclusiv-prin-mijloace-electronice/ si http://anap.gov.ro/web/notificarea-privind-utilizarea-duae-integrat-in-seap/ ) Ofertanții vor completa cu ,,DA” sau ,,NU” DUAE, având în vedere prevederile art. 193 (6) din Legea 98/2016). In DUAE sectiunea C: Motive legate de insolventa, conflicte de interese sau abateri profesionale Se va completa sectiunea cu DA sau NU in functie de situatia in care se regasete operatorul economic. Se va completa si prezenta initial DUAE de catre operatorii economici participant la procedura ( ofertant/ofertant asociat /subcontractant) cu informatiile aferente situatiei lor «α: indicaţia globală pentru toate criteriile de selecţie. In ceea ce priveste "Criterii de selectie" - punctul A "Indicatie globala pentru toate criteriile de selectie", autoritatea contractanta solicita Ofertantului unic/Ofertantului asociat/Tertului sustinator/ Subcontractantului sa declare daca indeplineste sau nu toate criteriile de selectie stabilite in documentele achizitiei si mentionate in anuntul de participare. Se va completa cu DA. Documentele justificative care probează îndeplinirea celor asumate prin completarea DUAE urmează a fi prezentate, la solicitarea autorității contractante, doar de către ofertantul clasat pe locul I in clasamentul întocmit după aplicarea criteriului de atribuire. Aceste documente sunt: • certificate constatatoare cu privire la plata impozitelor, taxelor sau a contribuțiilor la bugetul general consolidat (buget local, buget de stat etc.) valabile la momentul prezentării, pentru sediul pincipal , iar pentru sediile secundare/punctele de lucru, o declaratie pe proprie raspundere privind indeplinirea obligatiilor de plata a impozitelor, a taxelor sau a contributiilor la bugetul general consolidat datorate. • 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; • 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; • alte documente edificatoare, după caz. În cazul în care în țara de origine sau țara în care este stabilit ofertantul/subcontractantul nu se emit documente de natura celor prevăzute mai sus sau respectivele documente nu vizează toate situațiile prevăzute la art.164, 165 și 167, autoritatea contractantă are obligația de a accepta o declarație pe proprie 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. potrivit prevederilor art. 193 din Legea 98/2016, autoritatea contractantă va accepta în cadrul ofertelor DUAE (Documentul Unic de Achiziție European) în locul documentelor solicitate în vederea demonstrării cerințelor de calificare, inclusiv a capacității de exercitare,ca dovadă preliminara. DUAE se va completa în SEAP în mod direct, după autentificare, de către fiecare participant. Conform art 196 al. 2 din Legea nr. 98/2016 si conform art. 132 alin 2 din HG 395/2016, inainte de atribuirea contractului, autoritatea contractanta va solicita ofertantului clasat pe primul loc in clasamentul intermediar dupa aplicarea criteriului de atribuire si asociatilor, subcontractantilor,dupa caz, sa prezinte documentele justificative actualizate prin care sa demonstreze indeplinirea tuturor criteriilor de calificare. 2. Neîncadrarea în situațiile prevazute la art. 59-60 Legea 98/2016, completând în acest sens formularul DUAE, precum și Declarația conform art. 59-60 din Legea nr. 98/2016, care va fi prezentata de către toți participanții la procedura (ofertanți, asociați și subcontractanți) ) - formularul nr. 3 din secțiunea Modele de formulare atașate în SEAP, odată cu depunerea DUAE. Persoanele cu functii de decizie in ceea ce priveste atribuirea contractului de achizitie publica, din cadrul autoritatii contractante: 1. Rector Prof.univ.dr Daniel-Ovidiu David 2. Director proiect: Prof.univ.dr. Dan-Tudor Lazăr 3. Prorector Conf.univ.dr. Cristian - Marius Litan 4. Prorector Prof. univ. dr. Adrian - Olimpiu Petrușel 5. Director General Ad-tiv. Simona - Cornelia Tatomir 6. Director general adjunct Alexandru Brașoveanu 7. Director Financiar contabil Istvan Pusok 8. Sef Centru Centrul de Comunicați de Date Ciplea Gabriel Emil 9. Responsabil financiar Diana Codruța Mureșan 10. Coordonator achiziții Ana Maria Spinean 11. Șef Serviciul Achizitii Publice Liviu Sava 12. Jurist Valentina Adriana Radu 13 Responsabil achiziții 1 Dumitru Cătălin Petcu 14. Responsabil achiziții 2 Cristina Socaciu Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.b) Capacitatea de exercitare a activitatii profesionale Description: Operatorii economici care depun ofertă trebuie să dovedească o formă de înregistrare în condițiile legii din țara rezidentă, din care să reiasă că operatorul economic este legal constituit, că nu se află în niciuna din situațiile de anulare a constituirii, precum și faptul că are capacitatea profesională de a realiza activitățile ce fac obiectul contractului de achiziție publică. Cerința se aplică inclusiv pentru subcontractanți/asociati care completează informațiile aferente situației lor la nivelul unui DUAE distinct. Modalitatea de îndeplinire: Se va completa DUAE de către operatorii economici participanți la procedura de atribuire a contractului de achiziție publică cu informațiile solicitate de către autoritatea contractantă – informații referitoare la îndeplinirea cerințelor privind capacitatea de exercitare a activității profesionale. Documentul justificativ care probează îndeplinirea celor asumate prin completarea DUAE, respectiv certificatul constatator emis de ONRC, sau în cazul ofertanților persoane juridice/fizice străine, documentele echivalente emise în țara de rezidență, traduse în limba română, urmează să fie prezentate, la solicitarea Autorității contractante, 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, cerință valabilă si in cazul asociatilor. În cazul în care ofertantul/candidatul intenţionează să subcontracteze o parte/părţi din contract, DUAE include şi informaţii privind partea din contract care urmează a fi eventual subcontractată şi va avea anexat acordul de subcontractare. Subcontractanţii pe a căror capacităţi se bazează ofertantul/candidatul trebuie să completeze, la rândul lor, DUAE separat, incluzând toate informaţiile menţionate la alin. (1) lit. a) din lg 98/2016, precum şi cele de la alin. (1) lit. b) şi c) din lg 98/2016 care prezintă relevanţă din perspectiva capacităţilor subcontractanţilor pe care se bazează ofertantul/candidatul în cadrul procedurii de atribuire respective. Se precizeaza partea/părțile din contract pe care operatorul economic intenționează să o/le subcontracteze, dacă este cazul (se va completa doar în cazul serviciilor și lucrărilor conexe activității principale de furnizare ce se intenționează a fi subcontractate). Potrivit prevederilor art. 193 din Legea 98/2016, autoritatea contractantă va accepta în cadrul ofertelor DUAE (Documentul Unic de Achiziție European) în locul documentelor solicitate în vederea demonstrării cerințelor de calificare, inclusiv a capacității de exercitare,ca dovadă preliminara. DUAE se va completa în SEAP în mod direct, după autentificare, de către fiecare participant. Conform art 196 al. 2 din Legea nr. 98/2016 si conform art. 132 alin 2 din HG 395/2016, inainte de atribuirea contractului, autoritatea contractanta va solicita ofertantului clasat pe primul loc in clasamentul intermediar dupa aplicarea criteriului de atribuire si asociatilor, subcontractantilor ,dupa caz, sa prezinte documentele justificative actualizate prin care sa demonstreze indeplinirea tuturor criteriilor de calificare. DUAE se va depunde, dupa caz, si de catre: asociati, subcontractanti. Ofertantul declarat castigator este obligat sa puna la dispozitia autoritatii contractante informatii cu privire la beneficiarul real al fondurilor alocate prion PNRR in intelesul art. 3 pct. 6 din DIR (UE) 2015/849 a Parlamentului European si a Consiliului art 4 din Lg 129/11 iulie 2019 pt prevenirea si combataerea spalarii banilor si finantarii terorismului, precum si pt. modificarile si completarile unor acte normative si astfel cum sunt ele reglemenmtate de obligatiile impuse de art 22 alin 2 lit 2 lit d) din Reg UE 2021/41 al Parlam European si Consiliu. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Pretul ofertei Description: Punctajul se acorda astfel: a) Pentru cel mai scazut dintre preturi se acorda punctajul maxim alocat; b) Pentru celelalte preturi ofertate punctajul P(n) se calculeaza proportional, astfel: P(n) = (Pret minim ofertat / Pret n) x punctaj maxim alocat. Weight (percentage, exact): 40 Criterion: Type: Quality Name: • Termenul de garantie Description: Punctajul se acorda astfel: a) Pentru cel mai mare termen de garantie se acorda punctajul maxim alocat. b) Pentru celelalte termene de garantie, punctajul T(n) se calculeaza proportional, astfel: T(n)= (Termen n/ Termen maxim de garantie ofertat) x punctajul maxim alocat. Modalitate de indeplinire: Ofertantul prezintă o declarație scrisă care detaliază perioada oferită și care atestă că se acoperă conformitatea bunurilor cu specificațiile contractului, inclusiv toate utilizările indicate. Punctajul maxim alocat factorului de evaluare - Termenul de garanție - este de 20 puncte. SE VA OFERTA ACCEASI GARANTIE Pentru TOATE POZITIILE/toate produsele Pentru ofertarea unei perioade de 72 luni garanție, se acordă punctajul maxim de 20 puncte. Pentru ofertele cu o garanție mai mare de 72 luni, se acordă tot punctajul maxim de 20 puncte În cazul ofertării unei perioade de garanție mai mici de 36 de luni (cerință minimă conform caietului de sarcini), oferta respectivă va fi respinsă ca neconformă (potrivit art. 137 alin (3) lit. a) din H.G. 395/2016). Nu se accepta o perioada de garantie mai mica de 36 de luni iar pentru perioadele de garantie mai mari de 72 de luni se va acorda tot punctajul maxim de 20 puncte. Nu se acorda punctaj suplimentar. Weight (percentage, exact): 20 Criterion: Type: Quality Name: Ambalaj din material reciclat Description: Algoritm de calcul: Pentru a permite ofertanților să compenseze prețurile unitare mai ridicate ale produselor pentru care producătorii implementează asemenea politici de mediu, au fost alocate 20 puncte pentru acest factor de evaluare, 10 puncte/fiecare produs comercializat in ambalaj confecționat din material reciclat sau în ambalaje primare (recipiente) confecționate din materiale reciclate. Ambalaje originale/primare ale produselor, trebuie sa fie din material reciclat. Ofertantul trebuie sa demonstreze prin fisa tehnica de la producator ca ambalajul este din material reciclat. Pentru fiecare produs care este ambalat in material reciclat se primeste 10 puncte. A = n x 10; A= punctajul obținut de către Oferta admisibilă aflată sub evaluare pentru factorul tehnic - Ambalaj din material reciclat n = numărul de produse care corespund criteriului Pentru ofertarea de 2 de produse ( repere ) care au ambalaje confecționate din material reciclat sau în ambalaje primare confecționate din materiale reciclate se acorda punctaj maxim 20 puncte. Modalitate de indeplinire: Echipamentele care dețin o etichetă ecologică relevantă de tip I și care îndeplinesc criteriile enumerate sunt punctate corespunzător. ( se va prezenta fisa tehnica de la producator in care sa fie mentionat faptul ca ambalajul este din material reciclat, Ambalaje originale/primare de la producator.) Se urmărește utilizarea de ambalaje care sunt în deplină corelație cu conservarea și dezvoltarea mediului. Ofertantii trebuie sa dovedeasca ca ambalajul primar este confectionat din material reciclat. Se urmărește utilizarea de ambalaje care sunt în deplină corelație cu conservarea și dezvoltarea mediului. Se va lua in considerare ambalajul de la producator, ambalajul original. Se va demonstra prin fise tehnice de la producator ca produsul este in ambalaj original reciclat. Daca produsele ofertate sunt ambalate in ambalaj reciclat si se dovedeste acest fapt , atunci pentru acest factor se acorda 20 puncte. Daca ofertantul nu dovedeste ca produsele ofertate sunt ambalate in ambalaj reciclat, oferta primeste 0 ( zero puncte). Weight (percentage, exact): 20 Criterion: Type: Quality Name: Capacitate stocare ( Sn) Description: Descriere: Componenta tehnica Algoritm de calcul: a) Pentru cea mai mare capacitate de stocare se acordă punctajul maxim alocat. b) Pentru celelalte capacitati de stocare, punctajul S(n) se calculeaza proporțional, astfel: S(n) = (Capacitate de stocare n/ Capacitate de stocare maxim ofertat) x punctajul maxim alocat. Modalitate de indeplinire: Pentru demonstrarea factorilor de evaluare privind capacitatea de stocare ofertantul trebuie să furnizeze fise tehnice de la producator. Precizare: pentru ofertarea unei capacitate de stocare de 2Tb/2000Gb, se acordă punctajul maxim de 20 puncte. Pentru ofertele cu o capacitate de stocare mai mare de 2Tb/2000Gb, se acordă tot punctajul maxim de 20 puncte (nu se acorda punctaj suplimentar). Capacitatea de stocare se refera la SSD. Factorul de evaluare este in legatura cu capacitatea de stocare de tip SSD. Produsul solicitat are o cerinta minima tehnica privind capacitatea de stocare. Indeplinirea cerintei minime este criteriu tehnic privind conformitatea ofertei. Pentru factorul: S(n) Factor 4 Capacitate stocare ( S) Punctajul total se va obtine folosind media aritmetica. Se va calcula punctajul pentru fiecare reper/produs comparand ofertele pentru reperul respectiv. Se va calcula punctajul pe fiecare reper/produs. (Punctaj reper 1 +punctaj reper 2 )/2= punctaj total Punctajul total per factor se va realiza adunand punctajul de la toate reperele si impartinand la numarul de repere. Exemplu: La factorul stocare Sn. Punctajul total al ofertantului la factorul Capacitate stocare ( S), se va obtine, adunand punctajele de la fiecare reper la factor stocare, si se va imparti la numarul de repere, respectiv 2 si astfel se va obtine punctajul total la factorul Capacitate stocare ( S) al unui ofertant. Punctajul total se obţine utilizând următoarea formulă de calcul: PT = P(n) + T(n)+ A(n) +S(n)= 40 + 20+20 +20=100 ; Punctaj maxim: 100 Clasamentul Ofertelor va fi determinat pe baza punctajului total conform metodei de calcul de mai sus. Ofertantul care are cel mai mare punctaj total va fi declarat castigator. În cazul în care două sau mai multe oferte sunt clasate pe primul loc, cu punctaje egale, departajarea se va face având în vedere punctajul obținut la factorii de evaluare în ordinea descrescătoare a ponderilor acestora. În situația în care egalitatea se menține, autoritatea contractantă are dreptul să solicite noi propuneri financiare, și oferta câștigătoare va fi desemnată cea cu propunerea financiară cea mai mica. Weight (percentage, exact): 20 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185850 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: 20/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 20/11/2024 15:00:00 (UTC+2) Place: In SEAP Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: Asociere conform art. 53. din Legea privind achizitiile publice nr 98/2016 Information about review deadlines: Conf.art. 8, alin. 1 si art. 49 din Legea 101/2016, persoanele care se considera vatamate se poate adresa CNSC /instantei de judecata competente. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Consiliul National de Solutionare a Contestatiilor Organisation providing additional information about the procurement procedure: UNIVERSITATEA "BABES-BOLYAI" Organisation providing more information on the review procedures: Directia Juridica si Achizitii Publice,Biroul Juridic Organisation receiving requests to participate: UNIVERSITATEA "BABES-BOLYAI" Organisation processing tenders: UNIVERSITATEA "BABES-BOLYAI" TED eSender: Operator SEAP 8. Organisations 8.1. ORG-0004 Official name: UNIVERSITATEA "BABES-BOLYAI" Registration number: 4305849 Postal address: Strada: Brătianu Ion I. C., nr. 14 Town: Cluj-Napoca Postcode: 400079 Country subdivision (NUTS): Cluj (RO113) Country: Romania Contact point: Dumitru Catalin Petcu Email: catalin.petcu@ubbcluj.ro Telephone: +40 264405383 Fax: +40 264590592 Internet address: https://www.ubbcluj.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: București 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: Directia Juridica si Achizitii Publice,Biroul Juridic Registration number: 4305849_3 Postal address: str. I I C Bratianu nr.14 Town: Cluj-Napoca Postcode: 400079 Country subdivision (NUTS): Cluj (RO113) Country: Romania Email: ana.spinean@ubbcluj.ro Telephone: 0264405300 Internet address: https://www.ubbcluj.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: aafd278e-540f-47af-861e-800e9d8cf4b1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 13:52:26 (UTC+3) Notice dispatch date (eSender): 15/10/2024 14:33:02 (UTC+3) Languages in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 626219-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626219-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626219-2024/pdf German document download: https://ted.europa.eu/de/notice/626219-2024/pdf Greek document download: https://ted.europa.eu/el/notice/626219-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626219-2024/pdf English document download: https://ted.europa.eu/en/notice/626219-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626219-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/626219-2024/pdf French document download: https://ted.europa.eu/fr/notice/626219-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/626219-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626219-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626219-2024/pdf Italian document download: https://ted.europa.eu/it/notice/626219-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626219-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/626219-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626219-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/626219-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626219-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626219-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdf 626219-2024 - Competition Competition Romania: Data equipment Hardware equipment for digital transformation-laptops Estimated value excluding VAT: 12,605.00 RON Type of procedure: Open Buyer Buyer: "BABES-BOLYAI" UNIVERSITY Email: catalin.petcu@ubbcluj.ro Romania, Cluj (RO113), Cluj-Napoca LOT-0000: Default lot Data equipment Romania, Cluj (RO113) Duration: 90 Days Deadline for receipt of tenders: 20/11/2024 - 15:00:00 (UTC+2) 626219-2024 - Competition Romania – Data equipment – ​​Hardware equipment for digital transformation-laptops OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: UNIVERSITATEA "BABES-BOLYAI" Email: catalin.petcu@ubbcluj.ro Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Hardware equipment for digital transformation-laptops Description: By applying the open online auction, the contracting authority wishes to award a contract with the object: Hardware equipment for digital transformation-laptops within the project: "UBB Digitization: Equipping with digital infrastructure for educational purposes and research (Digital HUBB)", financed by PNRR, Component C15: Education, Investment measure: Reform 5: Adoption of the legislative framework for the digitization of education, Investment 16: Digitization of universities and their preparation for the digital professions of the future. Project code 1347494230, carried out by the acquirer based on financing contract no. 14074/16.09.2022. Hardware equipment for digital transformation-laptops Main CPV Code: 32580000-2 Data processing equipment Secondary CPV Codes: 30213100-6 Portable computers Estimated value: 12605 lei without VAT within the project: "UBB Digitization: Equipping digital infrastructure for teaching purposes and Research (Digital HUBB)", financed by PNRR, Component C15: Education, Investment measure: Reform 5: Adoption of the legislative framework for the digitization of education, Investment 16: Digitization of universities and their preparation for the digital professions of the future. Project code 1347494230, carried out by the acquirer based on financing contract no. 14074/16.09.2022. - according to the award documentation. Number of days until which clarifications can be requested before the deadline for submitting offers/candidates 18. The contracting authority will respond clearly and completely to all additional requests/information on the 11th day before the deadline for submitting offers Procedure identifier: 3f679648-0586-4bbf-a474-aa2d1c5f0e8c Internal identifier: 18LD - PNRR/ 2024 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32580000 Data equipment 2.1.3. Value Estimated value excluding VAT: 12,605.00 RON 2.1.4.General information Additional information: 1. It is requested to submit the documents signed with the extended electronic signature according to the law (with the exception of DUAE). 2. In order to apply the provisions of art. 63, para. 2 of Law 98/2016, in order to facilitate access to the identification data of the participants in the procedure, DUAE will be completed. Failure to submit DUAE together with the offer (including for associates, subcontractors) leads to its rejection as unacceptable. DUAE will be filled in SEAP directly, after authentication, by each participant. (see the Notice regarding the use of DUAE in procedures carried out exclusively by electronic means developed by ANAP available at the address: http://anap.gov.ro/web/notificare-privind-utilizarea-duae-in-procedureile-desfasurate-exclusiv-prin -mijloace-electronice/ and http://anap.gov.ro/web/notificarea-privind-utilizarea-duae-integrat-in-seap/). 3. The following documents will be submitted together with the DUAE: the subcontracting agreement and/or the association agreement, as the case may be. Failure to submit them together with the DUAE constitutes grounds for requesting clarifications for any form errors of the information contained in the DUAE sections, both of the bidder and of the subcontractor/associate, this being necessary to ensure the appropriate development of the award procedure. 4. Proof of the fulfillment of the requested qualification criteria is made only by the bidder ranked first in the intermediate ranking, after applying the award criteria - according to art. 196, para. (2) of Law 98/2016 and Art. 132, paragraph (2) of HG 395/2016. 5. If there are discrepancies between the information provided in the DUAE and that provided in the participation announcement, the information in the announcement prevails, the DUAE being revised accordingly - according to art. 20 para. (7) of GD 395/2016. 6. When defining or describing the technical specifications by indicating a certain origin, source, production, a special process or a factory or trade mark, an invention patent or a manufacturing license, the mention "or equivalent" will also be taken into account . Respectively, "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 manufacturing/delivery /execution, will be understood as being accompanied by the mention "or equivalent". 7. All the forms from the section "models of forms" will be completed (as appropriate). 8. Communications sent by electronic means by the contracting authority, to the addresses indicated in the offer, are considered made at the time of transmission. 9. Where a sufficiently precise and intelligible description of the object of the contract is not possible, the specification of the elements is accompanied by the words "or equivalent", art. 156,paragraph (2) and (3) of Law no. 98/2016. 10. In the event that two or more offers are ranked first, with equal points, the tie-breaker will be made considering the points obtained for the evaluation factors in descending order of their weights. In the situation where equality is maintained, the contracting authority has the right to request new financial proposals, and the winning bid will be designated the one with the lowest financial proposal. 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 contracting authority wishes to purchase 2 laptops necessary for carrying out activities within the UBB Digitization project: Equipping with digital infrastructure for teaching and research purposes (Digital HUBB) code 1347494230. The delivery term starts from the moment of signing the contract by both parties. The supplier will have to deliver the products within a maximum of 30 days from the signing of the contract. The delivery term includes both delivery and commissioning. The delivery term starts from the signing of the contract, has a maximum duration of 30 days and ends with the signing of the receipt by both parties (the contracting authority and the supplier). If at the reception the products do not correspond, have defects, have other different problems, do not comply with the requirements of the specifications, do not work within the technical parameters, then those products must be replaced by the supplier within a maximum of 30 days. Note: to the extent that one of the obligations that were not executed according to the contract constituted an evaluation factor in the award procedure, the contractor is obliged to compensate the purchaser with an amount equal to 10% of the contract value according to ANAP order 1554/2023 . Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32580000 Data equipment Additional classification (cpv): 30213100 Portable computers 5.1.2. Place of performance Country subdivision (NUTS): Cluj (RO113) Country: Romania Additional information: Universitatea Babeș-Bolyai, Str. Mihail Kogălniceanu no. 1, Cluj-Napoca, Romania 5.1.3. Estimated duration Duration: 90 Days 5.1.4. Renewal Maximum renewals: 0 5.1.6. General information Reserved participation: Participation is not reserved.The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no Additional information: according to the award documentation 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: 1. Associated tenderers and subcontractors must not be in the situations provided for in art. 164, 165, 167 from Law no. 98/2016. Method of fulfillment: DUAE will be completed (including any associates and subcontractors) in accordance with art. 193 para. (1) from Law no. 98/2016. DUAE will be filled in SEAP directly, after authentication, by each participant. (see the Notice regarding the use of DUAE in procedures carried out exclusively by electronic means developed by ANAP available at: http://anap.gov.ro/web/notificare-privind-utilizarea-duae-in-procedurile-desfasurate-exclusiv- prin-mijloace-electronice/ and http://anap.gov.ro/web/notificarea-privind-utilizarea-duae-integrat-in-seap/ ) Bidders will complete with "YES" or "NO" DUAE, having in view of the provisions of art. 193 (6) of Law 98/2016). In DUAE section C: Reasons related to insolvency, conflicts of interest or professional misconduct The section will be completed with YES or NO depending on the situation in which the economic operator is found. The DUAE will be completed and presented initially by the economic operators participating in the procedure (bidder/associated bidder/subcontractor) with the information related to their situation «α: global indication for all selection criteria. Regarding the "Selection Criteria" - point A "Global indication for all selection criteria", the contracting authority requests the Sole Bidder/Associated Bidder/Third Party Supporter/Subcontractor to declare whether or not it fulfills all the selection criteria established in the procurement documents and mentioned in the participation announcement. It will be completed with YES. 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 drawn up after applying the award criteria. These documents are: • certificates confirming the payment of taxes, fees or contributions to the consolidated general budget (local budget, state budget, etc.) valid at the time of presentation, for the main headquarters, and for secondary offices/workpoints, a self-responsibility declaration regarding the fulfillment of obligations to pay taxes, fees or contributions to the general consolidated budget due. • the criminal record of the economic operator and the members of the administrative body,of management or supervision of the respective 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; • 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; • other edifying documents, as appropriate. In the event that in the country of origin or the country where the tenderer/subcontractor is established, no documents of the nature provided above are issued, or those documents do not cover all the situations provided for in art. 164, 165 and 167, the contracting authority has the obligation to accept an affidavit or, if there are no legal provisions regarding the affidavit in that country, an authentic declaration made before a notary public, an administrative or judicial authority or a professional association having jurisdiction in this regard. according to the provisions of art. 193 of Law 98/2016, the contracting authority will accept DUAE (Single European Procurement Document) in the bids instead of the documents requested to demonstrate the qualification requirements, including the exercise capacity, as preliminary evidence. DUAE will be filled in SEAP directly, after authentication, by each participant. According to art 196 of 2 of Law no. 98/2016 and according to art. 132 paragraph 2 of GD 395/2016, before awarding the contract, the contracting authority will request the bidder ranked first in the intermediate ranking after applying the award criteria and associates, subcontractors, as the case may be, to present the updated supporting documents to prove the fulfillment of all qualification criteria. 2. Failure to fall into the situations provided for in art. 59-60 Law 98/2016, completing the DUAE form in this regard, as well as the Declaration according to art. 59-60 of Law no. 98/2016, which will be presented by all participants in the procedure (bidders, associates and subcontractors) - form no. 3 of the section Model forms attached in SEAP, with the submission of the DUAE. The persons with decision-making functions regarding the awarding of the public procurement contract, within the contracting authority: 1. Rector Prof. univ. dr. Daniel-Ovidiu David 2. Project director: Prof. univ. dr. Dan-Tudor Lazar 3. Vice-Rector Assoc. Cristian - Marius Litan 4. Vice-Rector Prof. Univ. Dr. Adrian - Olimpiu Petrușel 5. Ad-tiv General Director. Simona - Cornelia Tatomir 6. Deputy General Director Alexandru Brașoveanu 7. Financial Director Istvan Pusok 8. Head of Data Communication Center Ciplea Gabriel Emil 9. Financial Manager Diana Codruța Mureșan 10. Procurement Coordinator Ana Maria Spinean 11. Head of Public Procurement Service Liviu Sava 12.Jurist Valentina Adriana Radu 13 Procurement Manager 1 Dumitru Cătălin Petcu 14. Procurement Manager 2 Cristina Socaciu Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: III.1.1.b) Capacity to exercise the professional activity Description: The economic operators who submit an offer must prove a form of registration in accordance with the law of the resident country, 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 it has the professional capacity to carry out the activities that are the subject of the public procurement contract. The requirement also applies to subcontractors/associates who 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 public procurement contract award procedure with the information requested by the contracting 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 ascertaining certificate issued by the ONRC, or in the case of foreign legal/natural person bidders, the 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 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 presented by the subcontractors, for the part of the contract they will perform, a valid requirement and in the case of associates. If the tenderer/candidate intends to subcontract part/parts of the contract, DUAE also includes information on the part of the contract that is to be possibly subcontracted and will have the subcontracting agreement attached. The subcontractors on whose capabilities the tenderer/candidate relies must complete, in turn, a separate DUAE, including all the information mentioned in paragraph. (1) lit. a) from lg 98/2016, as well as those from para. (1) lit. b) and c) of lg 98/2016 which are relevant from the perspective of the subcontractors' capacities on which the tenderer/candidate relies in the respective award procedure. Specify the part/parts of the contract that the economic operator intends to subcontract, if applicable (it will be completed only in the case of services and works related to the main supply activity that are intended to be subcontracted). According to the provisions of art. 193 of Law 98/2016,the contracting authority will accept DUAE (Single European Procurement Document) in the bids instead of the documents requested to demonstrate the qualification requirements, including the exercise capacity, as preliminary evidence. DUAE will be filled in SEAP directly, after authentication, by each participant. According to art 196 of 2 of Law no. 98/2016 and according to art. 132 paragraph 2 of HG 395/2016, before awarding the contract, the contracting authority will request the bidder ranked first in the intermediate ranking after applying the award criteria and associates, subcontractors, as the case may be, to present the updated supporting documents to demonstrate the fulfillment of all qualification criteria. DUAE will be submitted, as the case may be, also by: associates, subcontractors. The bidder declared the winner is obliged to provide the contracting authority with information regarding the real beneficiary of the funds allocated under the PNRR within the meaning of art. 3 point 6 of DIR (EU) 2015/849 of the European Parliament and of the Council art 4 of Lg 129/11 July 2019 for the prevention and combating of money laundering and the financing of terrorism, as well as for the changes and additions to some normative acts and as they are regulated by the obligations imposed by art 22 paragraph 2 letter 2 letter d) of EU Regulation 2021/41 of the European Parliament and the Council. Use of this criterion: Used Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price of the offer Description: The score is awarded as follows: a) For the lowest of the prices, the maximum score is awarded; b) For the other prices offered, the score P(n) is calculated proportionally, as follows: P(n) = (Minimum price offered / Price n) x maximum score allocated. Weight (percentage, exact): 40 Criterion: Type: Quality Name: • Warranty term Description: Scoring is awarded as follows: a) For the longest warranty term, the maximum assigned score is awarded. b) For the other warranty terms, the score T(n) is calculated proportionally, as follows: T(n)= (Term n/ Maximum guarantee term offered) x the maximum score allocated. Mode of performance: The offeror submits a written statement detailing the period offered and attesting that the goods conform to the contract specifications, including all indicated uses, are covered. The maximum score assigned to the evaluation factor - Warranty Term - is 20 points. THE SAME WARRANTY WILL BE OFFERED For ALL ITEMS/all products For offering a 72-month warranty period, the maximum score of 20 points is awarded. For offers with a guarantee of more than 72 months, the full maximum score of 20 points is awarded. In the case of an offer of a guarantee period of less than 36 months (minimum requirement according to the specifications),the respective offer will be rejected as non-compliant (according to art. 137 paragraph (3) letter a) of GD 395/2016). A warranty period of less than 36 months is not accepted, and for warranty periods of more than 72 months, the maximum score of 20 points will be awarded. No additional points are awarded. Weight (percentage, exact): 20 Criterion: Type: Quality Name: Packaging made of recycled material Description: Calculation algorithm: To allow bidders to compensate for the higher unit prices of products for which manufacturers implement such environmental policies, 20 were allocated points for this evaluation factor, 10 points/each product marketed in packaging made from recycled material or in primary packaging (containers) made from recycled materials. The original/primary packaging of the products must be made of recycled material. The bidder must demonstrate through the technical sheet from the manufacturer that the packaging is made of recycled material. For each product that is packed in recycled material, 10 points are received. A = nx 10; A= the score obtained by the Admissible Offer under evaluation for the technical factor - Packaging from recycled material n = the number of products that meet the criterion For the offer of 2 products (markers) that have packaging made from recycled material or in primary packaging made from materials recycled, a maximum score of 20 points is awarded. Mode of fulfillment: Equipment holding a relevant type I eco-label and meeting the listed criteria are scored accordingly. (the technical sheet from the manufacturer will be presented, in which it is mentioned that the packaging is made of recycled material, original/primary packaging from the manufacturer.) The use of packaging that is in full correlation with the preservation and development of the environment is pursued. Bidders must prove that the primary packaging is made of recycled material. We aim to use packaging that is in full correlation with the preservation and development of the environment. The packaging from the manufacturer, the original packaging, will be considered. It will be demonstrated through technical sheets from the manufacturer that the product is in original recycled packaging. If the offered products are packed in recycled packaging and this fact is proven, then 20 points are awarded for this factor. If the bidder does not prove that the offered products are packed in recycled packaging, the bid receives 0 (zero points). Weight (percentage, exact): 20 Criterion: Type: Quality Name: Storage capacity (Sn) Description: Description: Technical component Calculation algorithm: a) For the largest storage capacity, the maximum score is given. b) For the other storage capacities, the score S(n) is calculated proportionally, as follows: S(n) = (Storage capacity n/ Maximum storage capacity offered) x the maximum score allocated. Method of fulfillment:To demonstrate the evaluation factors regarding the storage capacity, the bidder must provide technical sheets from the manufacturer. Clarification: for offering a storage capacity of 2Tb/2000Gb, the maximum score of 20 points is awarded. For offers with a storage capacity greater than 2Tb/2000Gb, the full maximum score of 20 points is awarded (no additional points are awarded). Storage capacity refers to SSD. The evaluation factor is related to the SSD type storage capacity. The requested product has a minimum technical requirement regarding the storage capacity. The fulfillment of the minimum requirement is the technical criterion regarding the compliance of the offer. For the factor: S(n) Factor 4 Storage capacity ( S) The total score will be obtained using the arithmetic mean. The score will be calculated for each landmark/product by comparing the offers for that landmark. The score will be calculated for each benchmark/product. (Marker 1 score + mark 2 score)/2= total score The total score per factor will be achieved by adding the score from all the benchmarks and dividing by the number of benchmarks. Example: At the storage factor Sn. The bidder's total score for the Storage Capacity factor ( S ) will be obtained by adding the scores from each benchmark to the storage factor, and will be divided by the number of benchmarks, respectively 2, and thus the total score for the Storage Capacity factor ( S ) of a tenderer. The total score is obtained using the following calculation formula: PT = P(n) + T(n)+ A(n) +S(n)= 40 + 20+20 +20=100; Maximum score: 100 The ranking of the Offers will be determined based on the total score according to the calculation method above. The bidder with the highest total score will be declared the winner. If two or more offers are ranked first, with equal scores, the tie-breaker will be made considering the score obtained for the evaluation factors in descending order of their weights. In the situation where equality is maintained, the contracting authority has the right to request new financial proposals, and the winning bid will be designated the one with the lowest financial proposal. Weight (percentage, exact): 20 5.1.11. Procurement documents Address of the procurement documents: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100185850 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: 20/11/2024 15:00:00 (UTC+2) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 20/11/2024 15:00:00 (UTC +2) Place: In SEAP Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used:no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: Association according to art. 53. of the Law on Public Procurement No. 98/2016 Information about review deadlines: Conf. art. 8, para. 1 and art. 49 of Law 101/2016, persons who consider themselves injured can address the CNSC / the competent court. 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: UNIVERSITATEA "BABES-BOLYAI" Organization providing more information on the review procedures: Legal Department and Public Procurement, Legal Office Organization receiving requests to participate: "BABES-BOLYAI" UNIVERSITY Organization processing tenders: "BABES-BOLYAI" UNIVERSITY TED eSender: SEAP Operator 8. Organizations 8.1. ORG-0004 Official name: "BABES-BOLYAI" UNIVERSITY Registration number: 4305849 Postal address: Street: Brătianu Ion IC, no. 14 Town: Cluj-Napoca Postcode: 400079 Country subdivision (NUTS): Cluj (RO113) Country: Romania Contact point: Dumitru Catalin Petcu Email: catalin.petcu@ubbcluj.ro Telephone: +40 264405383 Fax: +40 264590592 Internet address: https://www.ubbcluj.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: Legal Department and Public Procurement, Legal Office Registration number: 4305849_3 Postal address: IIC Bratianu str. 14 Town: Cluj-Napoca Postcode: 400079 Country subdivision (NUTS): Cluj (RO113) Country: Romania Email : ana.spinean@ubbcluj.ro Telephone: 0264405300 Internet address: https://www.ubbcluj.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: aafd278e-540f-47af-861e-800e9d8cf4b1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 13:52:26 (UTC+3) Notice dispatch date (eSender): 15/10/2024 14:33:02 (UTC+3) Languages ​​in which this notice is officially available: Romanian 11.2. Publication information Notice publication number: 626219-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626219-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626219-2024/pdf German document download: https://ted.europa.eu/de/notice/626219-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/626219-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626219-2024/pdf English document download: https://ted. europa.eu/en/notice/626219-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626219-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/626219-2024/pdf French document download: https://ted.europa.eu/fr/notice/626219-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 626219-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626219-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626219-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/626219-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626219-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/626219-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626219-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/626219-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626219-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626219 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdfeu/cs/notice/626219-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626219-2024/pdf German document download: https://ted.europa.eu/de/ notice/626219-2024/pdf Greek document download: https://ted.europa.eu/el/notice/626219-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626219- 2024/pdf English document download: https://ted.europa.eu/en/notice/626219-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626219-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/626219-2024/pdf French document download: https://ted.europa.eu/fr/notice/626219-2024/pdf Irish document download: https ://ted.europa.eu/ga/notice/626219-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626219-2024/pdf Hungarian document download: https://ted .europa.eu/hu/notice/626219-2024/pdf Italian document download: https://ted.europa.eu/it/notice/626219-2024/pdf Lithuanian document download: https://ted.europa.eu /lt/notice/626219-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/626219-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice /626219-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/626219-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626219-2024 /pdf Portuguese document download: https://ted.europa.eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219-2024/pdf Swedish document download: https: //ted.europa.eu/sv/notice/626219-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdfeu/cs/notice/626219-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626219-2024/pdf German document download: https://ted.europa.eu/de/ notice/626219-2024/pdf Greek document download: https://ted.europa.eu/el/notice/626219-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626219- 2024/pdf English document download: https://ted.europa.eu/en/notice/626219-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626219-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/626219-2024/pdf French document download: https://ted.europa.eu/fr/notice/626219-2024/pdf Irish document download: https ://ted.europa.eu/ga/notice/626219-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626219-2024/pdf Hungarian document download: https://ted .europa.eu/hu/notice/626219-2024/pdf Italian document download: https://ted.europa.eu/it/notice/626219-2024/pdf Lithuanian document download: https://ted.europa.eu /lt/notice/626219-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/626219-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice /626219-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/626219-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626219-2024 /pdf Portuguese document download: https://ted.europa.eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219-2024/pdf Swedish document download: https: //ted.europa.eu/sv/notice/626219-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdfeu/pl/notice/626219-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219- 2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626219-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdfeu/pl/notice/626219-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/626219-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/626219-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626219-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626219- 2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626219-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626219-2024/pdf
NAICS
Power Business Hardware Jewelry Jewelry Other Similar Organizations (except Business General Freight Trucking
CPVS
Control, safety, signalling and light equipment Horse, ass, mule or hinny meat Ass, mule or hinny meat Research, testing and scientific technical simulator Cod Command, control, communication systems Command, control, communication and computer systems Intelligence, surveillance, target acquisition and reconnaissance Forms Watches Shapes Sole Hardware Dates
UNSPSC
Mica Rollers Hardware Watches Financial Instruments, Products, Contracts and Agreements Power Supply, Computer Customised, Multipurpose Box e.g Baby box, school box
Regions
Eastern Europe Europe
Sectors
Technology Hardware and Equipment Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
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