Supplies - 4067-2015

Display compact view

07/01/2015    S4

Romania-Timisoara: Medical equipments

2015/S 004-004067

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Municipality of Timisoara
Postal address: 1st C.D. Loga Blvd.
Town: Timisoara
Postal code: 300030
Country: Romania
Contact person: Public Procurement Department (Serviciul Achizitii Publice) — second floor, room 223
For the attention of: Petricescu Calin — Procurement Responsible
E-mail: achizitiipublice@primariatm.ro
Telephone: +40 256408453
Fax: +40 256408477

Internet address(es):

General address of the contracting authority: http://www.primariatm.ro

Electronic access to information: http://www.primariatm.ro/index.php?meniuId=14&viewCat=3681

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
Official name: Municipality of Timisoara
Postal address: 1st C.D. Loga Blvd.
Town: Timisoara
Postal code: 300030
Country: Romania
Contact person: Serviciul Relationare Directa cu Cetatenii — ground floor, room 12, counter 10 or 11
For the attention of: Petricescu Calin — Public Procurement Responsible
E-mail: achizitiipublice@primariatm.ro
Telephone: +40 256408453
Fax: +40 256408477
Internet address: http://www.primariatm.ro

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply and installation of the necessary equipments for the construction of a medical centre specialized in prenatal diagnosis of fetal malformations, within the Emergency Municipal Clinical Hospital ('Dr. Dumitru Popescu' Clinical Hospital of Obstetrics and Gynecology Timisoara), within the project ‘The development of a regional cross-border system of excellency medical centres specialised in the prenatal diagnosis of fetal malformations in the Timisoara-Vrsac area’, MIS-ETC code 1347.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), 1-3 Alexandru Odobescu Street, Timisoara, Timis county, Romania.

NUTS code RO424 Timiş

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply, delivery, unloading and installation of the necessary equipments for the construction of a medical centre specialized in prenatal diagnosis of fetal malformations, within the Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), 1-3 Alexandru Odobescu Street.
II.1.6)Common procurement vocabulary (CPV)

33100000 Medical equipments

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Supply, delivery, unloading and installation of the necessary equipments for the construction of a medical centre specialized in prenatal diagnosis of fetal malformations, within the Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), as follows:
Lot no. 1: Equipments for Pathological Anatomy;
Lot no. 2: Equipments for Operating Room;
Lot no. 3: Equipments for Medical Genetics.
Estimated value excluding VAT: 148 951 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
in days: 15 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Equipments for Pathological Anatomy
1)Short description
Supply, delivery, unloading and installation of medical equipments for pathological anatomy for the Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), 1-3 Alexandru Odobescu Street, Timisora 300202, Timis County, Romania.
2)Common procurement vocabulary (CPV)

33100000 Medical equipments

3)Quantity or scope
Supply, delivery, unloading and installation of the following medical equipments for pathological anatomy:
1. Tissue Processor — 1 piece;
2. Thermostat for pathological anatomy (Thermal regulator for pathological anatomy) — 1 piece;
3. Automated staining device (automatic device for staining) — 1 piece;
4. Electric stove for extension and drying of the tissue sections (Histological table for lying and drying tissue sections) — 1 piece;
5. Digital camera for trinocular microscope (Optical chamber for trinocular microscope) — 1 piece.
Estimated value excluding VAT: 41 612,90 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 15 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Equipments for Operating Room
1)Short description
Supply, delivery, unloading and installation of medical equipments for operating room for the Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), 1-3 Alexandru Odobescu Street, Timisora 300202, Timis County, Romania.
2)Common procurement vocabulary (CPV)

33100000 Medical equipments

3)Quantity or scope
Supply, delivery, unloading and installation of the following medical equipments for operating room:
1. Gynecologic table — 2 pieces;
2. Anesthesia device with ventilator — 1 piece;
3. Anesthesia monitor — 1 piece;
4. Mobile examination lamp — 2 pieces;
5. Gynecological examination tool set — 2 pieces;
6. Automatic syringe — 1 piece;
7. Perfusion stand — 8 pieces.
Estimated value excluding VAT: 49 677,39 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 15 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Equipments for Medical Genetics
1)Short description
Supply, delivery, unloading and installation of equipments for medical genetics for the Emergency Municipal Clinical Hospital (‘Dr. Dumitru Popescu’ Clinical Hospital of Obstetrics and Gynecology Timisoara), 1-3 Alexandru Odobescu Street, Timisora 300202, Timis County, Romania.
2)Common procurement vocabulary (CPV)

33100000 Medical equipments

3)Quantity or scope
Supply, delivery, unloading and installation of the following medical equipments for medical genetics:
1. PCR — 1 piece;
2. Chemiluminescence Analyzer for double and triple test (Automatic access for double test and triple test) — 1 piece.
Estimated value excluding VAT: 57 661,29 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 15 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
1. Tender guarantee:
Tenderers must provide a tender guarantee when submitting their tender as follows:
— 800 EUR for Lot 1 — Equipments for Pathological Anatomy;
— 900 EUR for Lot 2 — Equipments for Operating Room;
— 1 000 EUR for Lot 3 — Equipments for Medical Genetics;
This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
2. Performance guarantee:
The successful tenderer will be asked to provide a performance guarantee of 5 % of the amount of the contract at the signing of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
1. If a tenderer is a joint venture or consortium of two or more persons, the tender must be a single one with the object of securing a single contract, each person must sign the tender and will be jointly and severally liable for the tender and any contract. Those persons must designate one of their members to act as leader with authority to bind the joint venture or consortium. The composition of the joint venture or consortium must not be altered without the prior written consent of the Contracting Authority.
2. The tender may be signed by the representative of the joint venture or consortium only if it has been expressly so authorised in writing by the members of the joint venture or consortium, and the authorising contract, notarial act or deed must be submitted to the Contracting Authority in accordance with point 11 of these Instructions to Tenderers. All signatures to the authorising instrument must be certified in accordance with the national laws and regulations of each party comprising the joint venture or consortium together with the powers of attorney establishing, in writing, that the signatories to the tender are empowered to enter into commitments on behalf of the members of the joint venture or consortium. Each member of such joint venture or consortium must provide the proof required under Article 3.5 as if it, itself, were the tenderer.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Participation is open to all legal persons participating either individually or in a grouping (consortium) of tenderers which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (Romania — Republic of Serbia IPA Cross-Border Cooperation Programme). All goods supplied under this contract must originate in 1 or more of these countries. Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Economic and financial capacity of tenderer (based on i.a. item 3 of the Tender Form for a Supply Contract). In case of tenderer being a public body, equivalent information should be provided (demanding requirements for each lot).
a) Legal persons: the average annual turnover of the tenderer for the past 3 years must exceed the annualised maximum budget of the contract / lot.
b) Natural persons: the available financial resources of the tenderer must exceed the annualised maximum budget of the contract / lot.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
1. Professional capacity of tenderer:
a) Legal persons:
Lot no. 1 — Equipments for pathological anatomy:
— Declaration on own responsibility stating that the tenderer has the necessary personnel for delivery, unloading and installation of the equipment for pathological anatomy;
— Each tenderer shall nominate at least 1 person responsible for training personnel to operate the equipment for pathological anatomy;
Lot no. 2 — Equipments for operating room:
— Declaration on own responsibility stating that the tenderer has the necessary personnel for delivery, unloading and installation of the equipments for the operating room;
— Each tenderer shall nominate at least 1 person responsible for training personnel to operate the equipments for the operating room;
Lot no. 3 — Equipments for medical genetics:
— Declaration on own responsibility stating that the tenderer has the necessary personnel for delivery, unloading and installation of the equipments for medical genetics;
— Each tenderer shall nominate at least 1 person responsible for training personnel to operate the equipments for medical genetics.
b) Natural persons:
Lot no. 1 — Equipments for pathological anatomy:
— Supporting documents proving the legal relationship between the tenderer and designated staff;
— Justifying documents showing that the designated staff is trained to fulfil the tasks specified in the tender documentation (examples: qualification certificates, diplomas);
Lot no. 2 — Equipments for operating room:
— Supporting documents proving the legal relationship between the tenderer and designated staff;
— Justifying documents showing that the designated staff is trained to fulfil the tasks specified in the tender documentation (examples: qualification certificates, diplomas);
Lot no. 3 — Equipments for medical genetics:
— Supporting documents proving the legal relationship between the tenderer and designated staff;
— Justifying documents showing that the designated staff is trained to fulfil the tasks specified in the tender documentation (examples: qualification certificates, diplomas).
2. Technical capacity of tenderer:
a) Legal persons:
The tenderer has delivered supplies under at least 1 contract with a budget of at least:
Lot no. 1 — Equipments for Pathological Anatomy: 40 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline;
Lot no. 2 — Equipments for Operating Room: 45 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline;
Lot no. 3 — Equipments for Medical Genetics: 50 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline.
b) Natural persons:
The tenderer has delivered supplies under at least 1 contract with a budget of at least:
Lot no. 1 — Equipments for Pathological Anatomy: 40 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline;
Lot no. 2 — Equipments for Operating Room: 45 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline;
Lot no. 3 — Equipments for Medical Genetics: 50 000 EUR (VAT excluded) in medical equipment field, which was implemented during the following period: 3 years from the submission deadline.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 231-407062 of 29.11.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.3.2015 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 12.3.2015 - 13:00

Place:

Municipality of Timisoara, Blv. C.D. Loga no.1, 300030, Timis County, Romania — Auctions Hall (ground floor).

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorized representatives of tenderers and the evaluation commission members.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Programme: Romania-Republic of Serbia IPA Cross-border Cooperation Programme;
Project: ‘The development of a regional cross-border system of excellency medical centres specialised in the prenatal diagnosis of fetal malformations in the Timisoara-Vrsac area’, MIS-ETC Code 1347.
VI.3)Additional information

This procurement procedure represents a relaunch of the procedure for the award of lots 2, 3 and 5 related to the project ‘The development of a regional cross-border system of excellency medical centres specialised in the prenatal diagnosis of fetal malformations in the Timisoara-Vrsac area’ MIS -ETC code 1347', publication ref.: Prior Information Notice no.2014/S 027-042449. As mentioned in the Additional information or corrigendum notice, published on J.O.U.E. with no. 2014/S 147-263624 (http://ted.europa.eu/udl?uri=TED:NOTICE:263624-2014:TEXT:EN:HTML), the procurement procedure for the 3 lots mentioned above has been cancelled. The current lots correspond to lots 2, 3 and 5 of the initial procedure.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: Public Procurement Department (Serviciul Achizitii Publice)
Postal address: C. D. Loga blvd., no.1
Town: Timisoara
Postal code: 300030
Country: Romania
E-mail: achizitiipublice@primariatm.r.
Telephone: +40 256408453
Fax: +40 256408477
Internet address: http://www.primariatm.ro

VI.5)Date of dispatch of this notice:
5.1.2015