Supplies - 123482-2021

Unrevised Machine Translation

12/03/2021    S50

Romania-Alba Iulia: Disposable gloves

2021/S 050-123482

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Spitalul Județean de Urgență Alba Iulia
National registration number: 4613342
Postal address: Bulevardul Revoluției 1989 nr. 23
Town: Alba Iulia
NUTS code: RO121 Alba
Country: Romania
Contact person: Ovidiu Ene
E-mail: licspalba@gmail.com
Telephone: +40 258833007
Fax: +40 258833007
Internet address(es):
Main address: www.spitalalba.ro
Address of the buyer profile: www.e-licitatie.ro
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://e-licitatie.ro/pub/notices/c-notice/v2/view/100115337
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Spital județean
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Examination gloves and surgical gloves

Reference number: 4613342_2021_PAAD1181172
II.1.2)Main CPV code
18424300 Disposable gloves
II.1.3)Type of contract
Supplies
II.1.4)Short description:

In order to carry out in good conditions the medical activity, to ensure the necessary level of protection, without compromising health, the Alba Iulia County Urgent Hospital intends to purchase for its own activity within the limits of the budget appropriations approved and the funds available — manuals and surgical manuals.

No of days by which clarifications can be requested before the deadline for submission of tenders/applications — 19 days

The contracting authority will reply clearly and completely to all requests for clarifications/additional information by 11 days.

II.1.5)Estimated total value
Value excluding VAT: 7 955 300.00 RON
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:

NITRILE-EXAMINATION MANUSI: XS, S,M, L,XL

Lot No: 1
II.2.2)Additional CPV code(s)
18424300 Disposable gloves
II.2.3)Place of performance
NUTS code: RO121 Alba
Main site or place of performance:

Alba-Iulia, B-dul Revolutiei.nr.23

II.2.4)Description of the procurement:

In accordance with the specifications

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 6 940 000.00 RON
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Value of the largest contract subsecvent:1699800 ron

II.2)Description
II.2.1)Title:

Sterile surgical manuals Bloc Operator

Lot No: 2
II.2.2)Additional CPV code(s)
33141420 Surgical gloves
II.2.3)Place of performance
NUTS code: RO121 Alba
Main site or place of performance:

Alba-Iulia, B-dul Revolutie, No. 23

II.2.4)Description of the procurement:

In accordance with the specifications

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 1 015 300.00 RON
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Value of the largest contract subsecvent:193620 ron

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Tenderers, third parties and subcontractors must not be covered by the situations referred to in Articles 164, 165 and 167 of Law No 98/2016.

Method of fulfilment:

In accordance with Article 193 (1) of Law No 98/2016 and Article 202 (1) of Law No 99/2016, Part III of the grounds for exclusion shall be completed.

At the request of the contracting authority, only the tenderer ranked in the second place in the intermediate ranking drawn up on completion of the evaluation of the tenders is to be submitted with the supporting documents proving that they have been satisfied with the completion of the completion of the evaluation of the tenders;

These documents are:

a. tax certificate — issued by the Directorate-General for Public Finance and State Finance Control

b. certified payment of local taxes — Issued by local mayor — for all sites to be specified in the ONRC certificate

C. tax record of the economic operator

d.criminal records of the economic operator and of members of the administrative, management or supervisory body of that economic operator, or of those having powers of representation, decision making or control within it, as evidenced by the certificate of findings issued by the ONRC/instrument of incorporation (empowered persons)

E. declaration of non-registration in the situations referred to in Articles 58 to 63 of Law No nr.98/2016;

F. Where appropriate, documents demonstrating that the economic operator may benefit from the derogations provided for in Articles 166 (2), 167 (2) and 171 of Law No 98/2016 on public procurement.

G. other supporting documents, as appropriate.

The persons responsible for deciding on the organisation, conduct and completion of the award procedure within the contracting authority are:

No.

Ref. no Surname and forename Function held in the Judetean Clinic Hospital of Urgenta Sf. Spiridon Iasi

1 EC.MARZA DIANA SIMONA MANAGER

2 DR.CRAINIC SILVIU DAN

4 EC. GORDITA CARMEN MARIA DIRECTOR FIN.-CONTABLE

5 CS.POP CRISTINA ELENA JURIST

6 ING.ENE OVIDIU SEF ACHIZITII-APROVIZIONARE-TRANSPORT

Method of fulfilment:

The Declaration on non-inclusion in the situations referred to in Articles 58 to 63 shall be completed in accordance with Law No 98/2016 — Form 1, Section Forms

Note:

1. In the case of tenders submitted in association, all associations must comply with the qualification requirements.

2. In the case of a tendering association, the association agreement shall be presented together with DUAE

3. If the tenderer invokes the support of a third party, the undertaking to support it shall be presented together with DUAE.

4. If the tenderer intends to subcontract part (s) of the contract, the DUAE shall also include information on the part of the contract to be subcontracted, the percentage of subcontracting, the identification details of the sub-contractors and will have attached the subcontracting agreement.

5. The certificate on the payment of local taxes will be submitted both for the company’s premises and for all the tenderer’s sites/secondary premises.

6. Tax certificates, certificates of payment of local taxes, tax records, criminal records must be VALABLE ON the date of presentation.

7. If in the country of origin or the country where the supporting tenderer/third party/subcontractor is established, no documents of the kind referred to above are issued or these documents do not cover all the situations referred to in Articles 164, 165, 167, the contracting authority is obliged to accept a declaration on its own responsibility or, if there are no legal provisions referring to the declaration in question in the country concerned, to a competent administrative declaration or to an authentic declaration.

Requirement No 1.

Economic operators submitting a tender must prove a form of registration in accordance with the law of the resident country showing that the economic operator is legally constituted, that it is not in any of the situations of cancellation of the constitution and that it has the professional capacity to carry out the activities covered by the public/sectoral contract. The requirement also applies to subcontractors and/or third parties supporting the information relating to their situation at the level of a separate DUAE.

Method of fulfilment:

Complete Part IV Selection Criteria (A) (1) by the economic operators participating in the public procurement procedure with the information requested by the contracting authority — information on the fulfilment of the requirements relating to the ability to carry out the professional activity.

At the request of the contracting authority, only tenderers ranked at the top 2 places in the intermediate ranking drawn up at the end of the evaluation of the tenders shall submit the supporting/supporting document proving that they have fulfilled their obligations by completing the completion of the evaluation of the tenders. As supporting documents, a certificate of establishment issued by the Trade Register Office attached to the District Court (updated in accordance with Article 22 of Law No 26/1990) or for foreign tenderers, an equivalent document issued in the country by the resident, is required.

The subject matter of the contract must be correspondent in the NACE code of the certificate of certification issued by the ONRC, and the tenderer must be authorised to carry out the activities relating to the contract, in accordance with Article 15 of Law No 359/2004.

In procedures for the award of public supply contracts including the provision of related services, where it is necessary for economic operators to hold a special authorisation, or to be members of a given organisation in order to be able to provide the services in question in their home State, or to be entered in professional registers, the contracting authority shall have the right to require them to prove that they hold such authorisation, that they are members of such an organisation, are registered in professional registers. If the endorsement/attestation/authorisation of the economic operator is required, it must be directly related to the main subject matter of the contract/relevant to the purpose of concluding the public/sectoral contract.

Requirement No 2.

The economic operators submitting the tender must issue a certificate or professional membership, namely the opinion of the Ministry of Health, issued by the Ministry of Health in accordance with Article 926 of Law No 95/2006 on health reform, or equivalent for other countries, from which the tenderer has the marketing notice for the products covered by the procedure. As a supporting document, authorisation/opinion issued by the Ministry of Health, or equivalent for tenderers from other countries, will be requested. The documents must be valid at the time of presentation and show authorisation for the import/marketing/storage of products in accordance with the procurement procedure.

Method of fulfilment:

Method of fulfilment: Complete Part IV Selection Criteria (A) (2) by the economic operators participating in the public procurement procedure with the information requested by the contracting authority — information on the fulfilment of the requirements relating to the ability to carry out the professional activity. To be mentioned in DUAE No and date of the Notice issued by the Ministry of Health, or equivalent for tenderers from other countries. The supporting document proving compliance with the requirements of the DUAE, the operating notice issued by the Ministry of Health, or equivalent for tenderers from other countries, is to be submitted, at the request of the contracting authority, only by tenderers ranked in the top 2 places in the intermediate ranking drawn up at the end of the evaluation of the tenders (Article 173 of Law No 98/2016).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
List and brief description of selection criteria:

Lots shall not: 1,2 For supply contracts: the execution of deliveries of the specified type of proof of experience in deliveries of similar products over the last 3 years, calculated by reference to the closing date for the submission of tenders, cf. Article 13 (1) (b) of ANAP Instruction No 2/2017.

Minimum level(s) of standards possibly required:

To be completed by the economic operators participating in the award procedure with the information relating to their situation. The following shall be stated in the DUAE: no and date of the contract/document proving experience in deliveries of similar products. At the request of the contracting authority, only tenderers ranked at the top 2 places in the intermediate ranking drawn up at the end of the evaluation of the tenders shall submit the supporting documents proving that they have fulfilled their obligations by completing the completion of the completion of the evaluation of the tenders. The supporting documents by which the bidders can demonstrate compliance with the requirement of similar experience are: copies of relevant parts of the contracts they have carried out/delivery certificates/recommendations/acceptance reports/certificates of good performance/fact-finding certificates/documents issued or recorded by a contracting authority or the beneficiary customer showing experience in delivering similar products (sanitary materials) over the last 3 years shall be those referred to in the DUAE and shall demonstrate the delivery/delivery of the product (obs: framework agreements cannot be taken into account because they do not involve the actual delivery of the products by the supplier, but only subsequent contracts concluded on the basis of the framework agreements). They shall be presented in a true copy of the original (signed and stamped by the authorised person). Certificates/documents showing improper performance of the contract, i.e. failure to comply with contractual terms due to fault on the part of the supplier, are not accepted.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/04/2021
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Romanian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 14/10/2021
IV.2.7)Conditions for opening of tenders
Date: 14/04/2021
Local time: 15:00
Place:

In SEAP

Information about authorised persons and opening procedure:

Members of the selection board

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Consiliul Național de Soluționare a Contestațiilor
Postal address: Str. Stavropoleos nr. 6, sector 3
Town: Bucureşti
Postal code: 030084
Country: Romania
E-mail: office@cnsc.ro
Telephone: +40 213104641
Fax: +40 213104642 / +40 218900745
Internet address: http://www.cnsc.ro
VI.5)Date of dispatch of this notice:
09/03/2021