Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Румынии


Blood-testing reagents (Румыния - Тендер #41477572)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Румыния (другие тендеры и закупки Румыния)
Организатор тендера: Spitalul Municipal Calafat
Номер конкурса: 41477572
Дата публикации: 05-05-2023
Сумма контракта: 11 243 396 (Российский рубль) Цена оригинальная: 943 700 (Новый румынский лей)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023050220230515 15:00Body governed by public lawContract noticeSuppliesOpen procedureEuropean UnionSubmission for all lotsLowest priceHealth01B0201
  1. Section I
    1. Name and addresses
      Spitalul Municipal Calafat
      Strada: Traian, nr. 5
      Calafat
      205200
      Romania
      Telephone: +40 0251230606
      E-mail: anca.maria@mail.spitalcalafat.ro
      Fax: +40 251230746
    2. Joint procurement
    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/100165549
      Additional information can be obtained from the abovementioned addressto the abovementioned address
    4. Type of the contracting authority:
      Body governed by public law
    5. Main activity:
      Health
  2. Section II
    1. Scope of the procurement:
      1. Title:

        FURNIZARE REACTIVI SI ANALIZOARE AUTOMATE

        Reference number: 4064/25.04.2023
      2. Main CPV code:
        33696200
      3. Type of contract:
        Supplies
      4. Short description:

        REACTIVI ANALIZOARE AUTOMATE - PENTRU PERIOADA MAI - DECEMBRIE 2023 , RESPECTIV EVENTUALELE

        SUPLIMENTARI , PRIN ACT ADITIONAL PANA LA DATA DE 30.04.2024

      5. Estimated total value:
        Value excluding VAT: 943 699.55 RON
      6. Information about lots:
        maximum number of lots: 11
        Maximum number of lots that may be awarded to one tenderer: 11
    2. Description
      1. Title:

        ANALIZOR DE IONI ERBA

        Lot No: 8
      2. Additional CPV code(s):
        33696200
      3. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      4. Description of the procurement:

        1 Control ERBA NORM 4x5 ml 10 460,00 4.600,00

        2 Control ERBA PATH 4x 5 ml 10 460,00 4.600,00

        3 Cartus EC Cartrdige buc 12 2.900,00 34.800,00

        4 Hartie termosensibila pt. Imprimanta ERBA buc 20 15,00 300,00

        5 Kit maintenance buc 1 1.900,00 1.900,00

      5. Award criteria:
      6. Estimated value:
        Value excluding VAT: 44 300.00 RON
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
      14. Title:

        MAGLUMI 800

        Lot No: 7
      15. Additional CPV code(s):
        33696200
      16. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      17. Description of the procurement:

        TIROIDA

        TSH kit x 100 teste 10 346,75 3.467,50

        Free T4 kit x 100 teste 8 500,00 4.000,00

        anti-TPO kit x 100 teste 6 1.000,00 6.000,00

        13.467,50

        MARKERI TUMORALI

        Total PSA kit x 100 teste 8 800,00 6.400,00

        FREE PSA kit x 100 teste 3 800,00 2.400,00

        8.800,00

        CONSUMABILE

        Module de reactie (6x64) buc. 60 80,00 4.800,00

        Starter A +Starter B (3seturi A+B) buc. 7 600,00 4.200,00

        Solutie de spalare (1L) buc. 5 751,41 3.757,05

        Wash system liquid(6x714mL) buc. 7 670,00 4.690,00

        Solutie de testare a analizorului (5x2mL) buc. 7 150,00 1.050,00

        18.497,05

      18. Award criteria:
      19. Estimated value:
        Value excluding VAT: 40 764.55 RON
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      21. Information about the limits on the number of candidates to be invited:
      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: no
      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. Additional information:
      27. Title:

        ELECTROFOREZA SEBIA HYDRASYS 2 SCAN

        Lot No: 6
      28. Additional CPV code(s):
        33696200
      29. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      30. Description of the procurement:

        1 HYDRAGEL 7 B1B2-70teste kit 2 2.200,00 4.400,00

        2 SER CONTROL NORMAL-5 fl kit 2 800,00 1.600,00

        3 SER CONTROL HYPERGAMMA -5 fl kit 2 1.900,00 3.800,00

        4 SOLUTIE DECOLORARE-10 fl kit 2 1.000,00 2.000,00

        5 SOLUTIE SPALARE HYDRASYS-10 fl kit 2 1.200,00 2.400,00

      31. Award criteria:
      32. Estimated value:
        Value excluding VAT: 14 200.00 RON
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      34. Information about the limits on the number of candidates to be invited:
      35. Information about variants:
        Variants will be accepted: no
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. Additional information:
      40. Title:

        SET COBAS INTEGRA 400 PLUS

        Lot No: 1
      41. Additional CPV code(s):
        33696200
      42. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      43. Description of the procurement:

        NR.CRT. DENUMIRE PRODUS VOLUM / KIT CANT. 2023 PRET UNITAR VALOARE MINIMA PANA LA 31.12.2023

        1 Cleaner - solutie de curatare tubulatura kit : 1000 ml 70 200,00 14.000,00

        2 Cobas Integra calibrator CFAS universal flacon 1: 12 x 3 ml liofizat 2 620,00 1.240,00

        3 Cobas Integra ALPL reactiv pt.determinarea FOSFATAZEI ALCALINE 400 teste 6 200,00 1.200,00

        4 Cobas Integra ALTL reactiv pt.determinarea GPT 500 teste 35 250,00 8.750,00

        5 Cobas Integra AMYL reactiv pt.determinarea AMILAZEI TOTALE 300 teste 35 790,00 27.650,00

        6 Cobas Integra ASO reactiv pt.determinarea ASLO 100 teste 20 850,00 17.000,00

        7 Cobas Integra ASTL reactiv pt.determinarea GOT 500 teste 35 250,00 8.750,00

        8 Cobas Integra BILD reactiv pt.determinarea BILIRUBINEI DIRECTE 350 teste 40 280,00 11.200,00

        9 Cobas Integra BILT reactiv pt.determinarea BILIRUBINEI TOTALE 250 teste 50 210,00 10.500,00

        10 Cobas Integra C3C TQ 2 reactiv pt.determinare COMPLEMENT C3C 100 teste 4 1.100,00 4.400,00

        11 Cobas Integra CA reactiv pt.determinarea CALCIULUI 300 teste 20 300,00 6.000,00

        12 Cobas Integra CFAS LIPIDS kit: 3 x 1 ml 3 250,00 750,00

        13 Cobas Integra CFAS PAC standard kit: 3 x 1 ml 3 700,00 2.100,00

        14 Cobas Integra Cfas Proteins kit : 5 x 1 ml (gata de lucru) 8 1.900,00 15.200,00

        15 Cobas Integra CHOLL 2 reactiv pt.determinarea COLESTEROLULUI 400 teste 38 370,00 14.060,00

        16 Cobas Integra Clean - caseta solutie spalare intensiva kit : 150 teste 36 90,00 3.240,00

        17 Cobas Integra CREAJ reactiv pt.determinarea CREATININEI 700 teste 33 220,00 7.260,00

        18 Cobas Integra CRP LX reactiv pt.determinarea PROTEINEI C REACTIVE 250 teste 50 1.250,00 62.500,00

        19 Cobas Integra Deproteinizator kit : 6 x 21 ml (gata de lucru) 10 350,00 3.500,00

        20 Cobas Integra GLUCL reactiv pt.determinarea GLUCOZEI 800 teste 25 350,00 8.750,00

        21 Cobas Integra HDL reactiv pt.determinarea HDL COLESTEROL 200 teste 20 1.100,00 22.000,00

        22 Cobas Integra IRON reactiv pt.determinarea FIERULUI 200 teste 30 260,00 7.800,00

        23 Cobas Integra LDHI 2 reactiv pt.determinare LACTAT DEHIDROGENAZA 300 teste 10 420,00 4.200,00

        24 Cobas Integra LDL C reactiv pt.determinarea LDL COLESTEROL 150 teste 30 850,00 25.500,00

        25 Cobas Integra MG reactiv pt.determinarea MAGNEZIULUI 175 teste 10 550,00 5.500,00

        26 Cobas Integra NA CI DILUENT 9% kit : 6 x 22 ml (gata de lucru) 10 200,00 2.000,00

        27 Cobas Integra Preciset RF 5 x 1 ml ( gata de lucru) 6 820,00 4.920,00

        28 Cobas Integra RF Control 2 x 1 ml / 2 x 1 (gata de lucru) 10 820,00 8.200,00

        29 Cobas Integra RF II reactiv pt.determinarea FACTORULUI REUMATOID 100 teste 10 570,00 5.700,00

        30 Cobas Integra TP 2 reactiv pt.determinarea PROTEINELOR TOTALE 300 teste 10 100,00 1.000,00

        31 Cobas Integra TRIGL reactiv pt.determinarea TRIGLICERIDELOR 250 teste 30 200,00 6.000,00

        32 Cobas Integra UA 2 reactiv pt.determinarea ACIDULUI URIC 400 teste 15 300,00 4.500,00

        33 Cobas Integra UREA L reactiv pt.determinarea UREEI 500 teste 38 260,00 9.880,00

        34 Cobas Integra Y-GTL reactiv pt.determinarea GGT 400 teste 34 370,00 12.580,00

        35 Container reziduuri kit : 1 x 20 bucati 2 450,00 900,00

        36 Cuvete Cobas Integra kit : 20 x 1000 bucati 18 3.800,00 68.400,00

        37 Lampa halogen Cobas Integra 400 plus buc 5 460,00 2.300,00

        38 Rasini schimbatoare de ioni sac x 25 kg 5 690,00 3.450,00

        39 PreciControl ClinChem Multi 1 20x5 ml 7 460,00 3.220,00

        40 PreciControl ClinChem Multi 2 20x5 ml 7 460,00 3.220,00

        41 Hemoglobina glicozilata A1C-3 150 teste 8 1.100,00 8.800,00

        42 Hemolyzing Reagent kit 6x10 ml 6 790,00 4.740,00

        43 CFAS HbA1c kit 3x2 ml 5 690,00 3.450,00

        44 PreciControl HbA1c norm kit 4x1 ml 3 810,00 2.430,00

        45 PreciControl HbA1c path kit 4x1 ml 3 810,00 2.430,00

        46 Ace Cobas set 2 1.350,00 2.700,00

        47 D-Dimer Gen.2 Calibrator Set kit 6x0,5 ml 5 1.200,00 6.000,00

        48 D-Dimer Gen.2 Control I/II 2x1 ml/2x1 7 1.700,00 11.900,00

        49 D-Dimeri 100 teste 6 1.400,00 8.400,00

      44. Award criteria:
      45. Estimated value:
        Value excluding VAT: 480 170.00 RON
      46. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      47. Information about the limits on the number of candidates to be invited:
      48. Information about variants:
        Variants will be accepted: no
      49. Information about options:
        Options: no
      50. Information about electronic catalogues:

      51. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      52. Additional information:
      53. Title:

        ANALIZOR AUTOMAT VSH ROLLER 20PN

        Lot No: 11
      54. Additional CPV code(s):
        33696200
      55. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      56. Description of the procurement:

        1 Card 1000 teste 8 1.100,00 8.800,00

        2 Control analizor VSH 2x2x9ml 3 1.500,00 4.500,00

        3 Ac metalic pentru analizor VSH buc 2 1.500,00 3.000,00

        4 Hartie termica pentru analizor VSH 57mmx12m 200 5,00 1.000,00

      57. Award criteria:
      58. Estimated value:
        Value excluding VAT: 17 300.00 RON
      59. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      60. Information about the limits on the number of candidates to be invited:
      61. Information about variants:
        Variants will be accepted: no
      62. Information about options:
        Options: no
      63. Information about electronic catalogues:

      64. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      65. Additional information:
      66. Title:

        REACTIVI COAGULOMETRU THROMBOTIMER

        Lot No: 2
      67. Additional CPV code(s):
        33696200
      68. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      69. Description of the procurement:

        1 Cuvete si bile metalice kit x 1000 buc 3 250,00 750,00

        2 Technoplastin kit 2 x 10 ml 20 100,00 2.000,00

        3 APTTC (SIRON) kit 2 x 5 ml 5 60,00 300,00

        4 Clorura de calciu,25 mmol/L kit x 100 ml 3 66,00 198,00

        5 Fibrinogen Reagent fara coagulare reference kit 5 x 5 ml 8 325,00 2.600,00

        6 Coagulation reference kit 5x1 ml 2 290,00 580,00

        7 Control N kit 5 x 1 ml 5 295,00 1.475,00

        8 Control A kit 5 x 1 ml 5 286,00 1.430,00

        9 Solutie tampon V. Fibrinogen kit x 50 ml 4 42,00 168,00

        10 Suspensie caolina 0,5 g/L kit x 50 ml 3 100,00 300,00

        11 Hartie pt.imprimanta role 18 23,00 414,00

      70. Award criteria:
      71. Estimated value:
        Value excluding VAT: 10 215.00 RON
      72. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      73. Information about the limits on the number of candidates to be invited:
      74. Information about variants:
        Variants will be accepted: no
      75. Information about options:
        Options: no
      76. Information about electronic catalogues:

      77. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      78. Additional information:
      79. Title:

        REACTIVI HEMATOLOGIE ANALIZOR SYSMEX XN 550

        Lot No: 3
      80. Additional CPV code(s):
        33696200
      81. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      82. Description of the procurement:

        1 CELLPACK - DCL 20L Diluent kit x 20000 ml 45 760,00 34.200,00

        2 SULFOLYSER - Lizant determ. Hemoglobina kit x 500 ml 30 770,00 23.100,00

        3 FLUORECELL WDF 2X22 ML - Colorant flourescent masurare DIFF kit x 42 ml 15 5.400,00 81.000,00

        4 LYSERCELLWDF 2L - Lizant determ.formula leucocitara kit x 2000 ml 30 1.000,00 30.000,00

        5 XN-LCHECK-L 1 - Sange de control nivel patologic scazut kit x 1,5 ml 25 540,00 13.500,00

        6 XN-LCHECK-L 2 - Sange de control nivel normal kit x 1,5 ml 25 540,00 13.500,00

        7 XN-LCHECK-L 3 - Sange de control nivel patologic inalt kit x 1,5 ml 25 540,00 13.500,00

        8 USB Stick XN-L Chec-Stick USB cu valori sange control Buc. 25 0,00 0,00

        9 Calibrator XN-L flx3 ml 1 285,00 285,00

        10 Detergent - CELLCLEAN AUTO 50 ML kitx50 ml 5 365,00 1.825,00

      83. Award criteria:
      84. Estimated value:
        Value excluding VAT: 210 910.00 RON
      85. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      86. Information about the limits on the number of candidates to be invited:
      87. Information about variants:
        Variants will be accepted: no
      88. Information about options:
        Options: no
      89. Information about electronic catalogues:

      90. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      91. Additional information:
      92. Title:

        ANALIZOR DIRUI

        Lot No: 4
      93. Additional CPV code(s):
        33696700
      94. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      95. Description of the procurement:

        1 Stripuri urina flx100 stripuri 70 55,00 3.850,00

        2 Urina control DIRUI Normal flx 8mL 15 20,00 300,00

        3 Urina control DIRUI Patologic flx 8mL 15 20,00 300,00

        4 Hartie termosensibila pt imprimanta dirui 45 5,00 225,00

      96. Award criteria:
      97. Estimated value:
        Value excluding VAT: 4 675.00 RON
      98. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      99. Information about the limits on the number of candidates to be invited:
      100. Information about variants:
        Variants will be accepted: no
      101. Information about options:
        Options: no
      102. Information about electronic catalogues:

      103. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      104. Additional information:
      105. Title:

        ANALIZOR CHIMIE URINARA UC 3500 i

        Lot No: 5
      106. Additional CPV code(s):
        33696200
      107. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      108. Description of the procurement:

        1 MEDITAPE UC-9A KIT 100 TESTE 65 465,00 30.225,00

        2 UC-CONTROL 2X3X10 ML 7 140,00 980,00

        3 SG CALIBRATOR 3X5X10 4 1.350,00 5.400,00

        4 CELLCLEAN U 1X50 8 270,00 2.160,00

      109. Award criteria:
      110. Estimated value:
        Value excluding VAT: 38 765.00 RON
      111. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      112. Information about the limits on the number of candidates to be invited:
      113. Information about variants:
        Variants will be accepted: no
      114. Information about options:
        Options: no
      115. Information about electronic catalogues:

      116. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      117. Additional information:
      118. Title:

        ANALIZOR SYSMEX UC 1000

        Lot No: 10
      119. Additional CPV code(s):
        33696200
      120. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      121. Description of the procurement:

        1 Stripuri urina MEDITAPE UC 10 S flx100 stripuri 2 190,00 380,00

        2 Stripuri urina MEDITAPE UC 12 S flx100 stripuri - 255,00 0,00

        3 Urina control UC CONTROL(Normal+Patologic) 2x3x10 ml 2 1.500,00 3.000,00

        4 Hartie termosensibila UC 1000 (thermal paper TP-2) 1x5 role 5 180,00 900,00

      122. Award criteria:
      123. Estimated value:
        Value excluding VAT: 4 280.00 RON
      124. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      125. Information about the limits on the number of candidates to be invited:
      126. Information about variants:
        Variants will be accepted: no
      127. Information about options:
        Options: no
      128. Information about electronic catalogues:

      129. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      130. Additional information:
      131. Title:

        SATELLITE

        Lot No: 9
      132. Additional CPV code(s):
        33696200
      133. Place of performance:
        Main site or place of performance:

        CALAFAT , STRADA TRAIAN , NUMARUL 5 , JUDET DOLJ

      134. Description of the procurement:

        1 STA-NeoPTimal 10 12x10 ml 10 700,00 7.000,00

        2 STA PTT 12x5 ml 6 1.200,00 7.200,00

        3 STA Liquid Fib 12x4 ml 5 2.050,00 10.250,00

        4 STA Coag Control N+P 12x2x1 ml 15 900,00 13.500,00

        5 STA Owrens Koller Buffer 12x15xml 5 170,00 850,00

        6 STA CaCl2,25 mmol 12x15xml 5 150,00 750,00

        7 STA Desorb U 24x15 ml 10 510,00 5.100,00

        8 STA Cleaner Solution 6x2.5 l 4 800,00 3.200,00

        9 STA Satellite Pack 6x220 buc 18 1.650,00 29.700,00

        10 Magnetic stir bar PT buc 1 110,00 110,00

        11 CALIBRATOR buc 1 460,00 460,00

      135. Award criteria:
      136. Estimated value:
        Value excluding VAT: 78 120.00 RON
      137. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 8
        This contract is subject to renewal: no
      138. Information about the limits on the number of candidates to be invited:
      139. Information about variants:
        Variants will be accepted: no
      140. Information about options:
        Options: no
      141. Information about electronic catalogues:

      142. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      143. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Informatii si formalitati necesare pentru evaluarea respectarii cerintelor mentionate:

        Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca în situatiile prevazute la art. 164, 165, 167 din Legea

        nr.98/2016. Modalitatea prin care poate fi demonstrata îndeplinirea cerintei: se va completa DUAE de catre operatorii economici

        participanti la procedura de atribuire cu informatiile aferente situatiei lor. Documentele justificative care probeaza îndeplinirea celor

        asumate prin completarea DUAE urmeaza a fi prezentate, LA SOLICITAREA AUTORITATII CONTRACTANTE NUMAI DE CATRE

        OFERTANTUL CLASAT PE PRIMUL LOC ÎN CLASAMENTUL INTERMEDIAR ÎNTOCMIT LA FINALIZAREA EVALUARII OFERTELOR.

        Aceste documente pot fi: 1. Certificate constatatoare privind lipsa datoriilor restante cu privire la plata impozitelor, taxelor sau a

        contributiilor la bugetul general consolidat (buget local, buget de stat etc.) la momentul prezentarii; 2. Cazierul judiciar al

        operatorului economic si 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, asa cum rezulta din certificatul

        constatator emis de ONRC / actul constitutiv; 3. Dupa caz, documente prin care se demonstreaza faptul ca operatorul economic

        poate beneficia de derogarile prevazute la art. 166 alin. (2), art. 167 alin. (2), art. 171 din Legea 98/2016 privind achizitiile publice;

        4.Alte documente edificatoare, dupa caz. Ofertantii, tertii sustinatori si subcontractantii nu trebuie sa se regaseasca in situatiile

        prevazute la art. 60 din Legea 98/2016. Declaratiile conform art. 60 din Legea 98/2016 vor fi prezentate de ofertanti, terti sustinatori

        si subcontractanti odata cu DUAE.

        Persoane cu functie de decizie din cadrul Spitalului Municipal Calafat:

        Comitetul Director

        Manager - Dr Nita Dorin-Stelian ;

        Director Medical - Dr. Voiculescu Luminita Nelica;

        Director Financiar-Contabil - Ec. Ciobanu Dori Daniela;

        Consiliul de Administratie

        Presedinte: Ec. Dina Daniela ,

        Membrii :

        Farm. Lucan Violeta ;

        Jurist Caprarescu Costel Cristinel ;

        Dr. Ciobanu Alina ;

        Dr. Prunariu Ludmila Angela ;

        Dr. Vaduva Teodora Costela ;

        Consilier Juridic Vlasceanu Cristian ;

        Personalul implicat in desfasurarea proceduri de atribuire:

        1. Ing. Draghici Radu Dan - Sef Serviciu Administrativ ;

        2. Chimist Baba Dorobantu Amira ;

        3. Ec. Lupu Anca-Maria - Economist

        4. Ref. Chelaru Viorel – Referend Juridic.

        5. Ec. Dan Ion-Remus - Economist ;

        6. Dr. Vasile Marinela ;

        NOTE:

        Operatorii economici au obligatia completarii si prezentarii initiale a DUAE (inclusiv pentru asociati/subcontractanti/terti sustinatori)

        ca prima dovada a neîncadrarii în situatiile de excludere si a îndeplinirii cerintelor de capacitate (se va consulta Ghidul de utilizare

        DUAE elaborat de ANAP disponibil la adresa www.anap.gov.ro) cu informatiile aferente situatiei lor. DUAE se depune semnat

        electronic in SEAP in conformitate cu art. 60 alin. 4 din H.G. nr. 395/2016, respectiv documentele vor fi semnate cu semnatura

        electronica extinsa, bazata pe un certificat calificat, eliberat de un furnizor de servicii de certificare acreditat în conditiile legii si

        încarcate în SEAP în sectiunile specifice disponibile în sistemul informatic si numai de catre operatorii economici înregistrati.

        Nedepunerea DUAE odata cu oferta (inclusiv pentru asociat/tert sustinator) atrage respingerea acesteia ca inacceptabila.

        Documentele care vor fi solicitate ofertantului declarat castigator la finalizarea evaluarii ofertelor:

        a) certificate constatatoare privind lipsa datoriilor cu privire la plata impozitelor, taxelor sau a contributiilor la bugetul general

        consolidat (buget local, buget de stat etc.) la momentul prezentarii;

        b) cazierul judiciar al operatorului economic si 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 in cadrul acestuia, asa cum

        rezulta din certificatul constatator emis de ONRC / actul constitutiv;

        c) dupa caz, documente prin care se demonstreaza faptul ca operatorul economic poate beneficia de derogarile prevazute la art.

        166 alin.(2), art. 167 alin. (2), art. 171 din Legea 98/2016 privind achizitiile publice;

        d) alte documente edificatoare, dupa caz;

        Modalitate prin care poate fi demonstrata îndeplinirea cerintei: Ofertantul declarat castigator dupa aplicarea criteriului de atribuire

        asupra ofertelor admisibile face dovada, la solicitarea autoritatii contractante, a îndeplinirii cerintei prin prezentarea certificatelor

        privind plata taxelor si impozitelor la bugetul consolidat al statului si la bugetul local care atesta lipsa datoriilor restante aferente

        lunii anterioare depunerii ofertei.

        Pentru ofertantii straini: se vor prezenta orice documente edificatoare, eliberate de autoritati competente din tara in care acestia

        sunt rezidenti, prin care sa dovedeasca indeplinirea obligatiilor restante de plata a impozitelor catre bugetul de stat si bugetul local,

        in conformitate cu legislatia din tara de rezidenta.

        Operatorii economici au obligatia completarii si prezentarii initiale a DUAE (inclusiv pentru asociati/subcontractanti/terti sustinatori)

        ca prima dovada a neîncadrarii în situatiile de excludere si a îndeplinirii cerintelor de capacitate ( se va consulta Ghidul de utilizare

        DUAE elaborat de ANAP disponibil la adresa www.anap.gov.ro) cu informatiile aferente situatiei lor. DUAE se depune semnat

        electronic in SEAP in conformitate cu art. 60 alin 4 din H.G. nr. 395/2016, respectiv documentele vor fi semnate cu semnatura

        electronica extinsa, bazata pe un certificat calificat, eliberat de un furnizor de servicii de certificare acreditat în conditiile legii si

        încarcate în SEAP în sectiunile specifice disponibile în sistemul informatic si numai de catre operatorii economici înregistrati.

        Nedepunerea DUAE odata cu oferta (inclusiv pentru asociat/tert sustinator) atrage respingerea acesteia ca inacceptabila.

        Cerinta 1. Operatorii economici ce depun oferta trebuie sa dovedeasca o forma de înregistrare în conditiile legii din tara de

        rezidenta, din care sa reiasa ca operatorul economic este legal constituit, ca nu se afla în niciuna dintre situatiile de anulare a

        constituirii precum si faptul ca are capacitatea profesionala de a realiza activitatile care fac obiectul contractului. Modalitate de

        îndeplinirea a cerintei: se va completa DUAE de catre operatorii economici participanti la procedura de atribuire cu informatiile

        aferente situatiei lor. Documentele justificative care probeaza îndeplinirea celor asumate prin completarea DUAE, respectiv certificat

        constatator emis de ONRC, sau în cazul ofertantilor straini, documente echivalente emise în tara de rezidenta (traducere autorizata),

        urmeaza sa fie prezentate, la solicitarea autoritatii contractante, doar de catre ofertantul declarat castigator. Informatiile din

        certificatul constatator trebuie sa fie REALE/VALIDE LA DATA PREZENTARII ACESTUIA.

        Cerinta 2. Aviz de functionare emis de Ministerul Sanatatii pentru activitatea de depozitare, distribuire si comercializare pentru

        categoria de Produse ofertate Modalitate de îndeplinirea a cerintei: se va completa DUAE de catre operatorii economici participanti

        la procedura de atribuire cu informatiile aferente situatiei lor. Documentele justificative care probeaza îndeplinirea celor asumate

        prin completarea DUAE, respectiv Avizul de functionare, sau în cazul ofertantilor straini, documente echivalente emise în tara de

        rezidenta, urmeaza sa fie prezentate, la solicitare autoritatii contractante, doar de catre ofertantul declarat castigator. Informatiile

        trebuie sa fie REALE/VALIDE LA DATA PREZENTARII acestui document.

        Nota: Documentele vor fi depunse in copie, semnate cu semnatura electronica extinsa, bazata pe un certificat calificat, eliberat de un

        furnizor de servicii de certificare acreditat în conditiile legii .

      2. Economic and financial standing:
        Selection criteria as stated in the procurement documents
      3. Technical and professional ability:
        Selection criteria as stated in the procurement documents
      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Open procedure
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-05-15
      Local time: 15:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      RO
    5. Minimum time frame during which the tenderer must maintain the tender:
      Tender must be valid until: 2023-11-15
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-05-15
      Local time: 15:00
      Place:

      In SEAP

      Information about authorised persons and opening procedure:

      Comisia de adjudecare

  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information

      Comisia de adjudecare

    4. Procedures for review
      1. Review body
        Consiliul National de Solutionare a Contestatiilor
        Str. Stavropoleos nr. 6, sector 3
        Bucuresti
        030084
        Romania
        Contact person: 030084
        Telephone: +40 213104641
        E-mail: office@cnsc.ro
        Fax: +40 213104642 / +40 218900745
        Internet address: http://www.cnsc.ro
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-05-02

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Румыния

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    05-05-2023 Guidance and counselling services.

    05-05-2023 Passenger cars.

    05-05-2023 Housing services.

    05-05-2023 Construction work.

    05-05-2023 HVAC packages.

    05-05-2023 Laboratory, optical and precision equipments (excl. glasses).

    



    Copyright © 2008-2025, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru