SPITALUL JUDE?EAN DE URGEN?? „MAVROMATI" BOTO?ANI has floated a tender for Contract notice: Electricity. The project location is Romania and the tender is closing on 16 May 2019. The tender notice number is 177337-2019, while the TOT Ref Number is 32319108. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Romania

Summary : Contract notice: Electricity

Deadline : 16 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32319108

Document Ref. No. : 177337-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SPITALUL JUDE?EAN DE URGEN?? „MAVROMATI" BOTO?ANI
Office Name: Spitalul Jude?ean de Urgen?? „Mavromati" Boto?ani
Address: Str. Arhimandrit Marchian nr. 11
Town: Boto?ani
Postal Code: 710211
Contact Point: Mihaela Fetchi

Phone: +40 231517150
Fax: +40 231517780/+40 231517150
Romania
Email :achizitii_mavromati@yahoo.com
URL :www.spitjudbotosani.ro

Tender Details

Object of the contract
Electricity

Description: Contract notice: Electricity

Authority Type: Other
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: Lowest price
CPV code: 09310000, 09310000
CPV Description: Electricity supply for Mavromati Botanical Emergency Hospital

Reference Number: 4557951/2019/1

Electricity supply for "Mavromati" Emergency County Hospital Botosani. The contracting authority will respond clearly and fully to all clarification requests / additional information at least 5 days before the deadline set for submittingsupply. Number of days up to which clarifications can be requested: 10 days before the deadline for submission of tenders

Main Site: Emergency County Hospital "Mavromati" Botosani

Electricity Supply for Emergency County Hospital "Mavromati" Botosani, at the points of consumption specified in the Terms of Reference.

Minimum and maximum quantities for subsequent contracts andthe framework agreements are the following:

Minimum quantity of a subsequent contract - 290 MWh

Maximum quantity of a subsequent contract - 1 450 MWh

Minimum value of a subsequent contract - 166 808 RON without VAT.

The maximum value of a subsequent contract - 834 040 RON without VAT

Minimum quantity of the framework agreement - 4 930 MWh.

Maximum amount of the framework agreement - 5 378 MWh.no frame agreement - 2 835 736 RON without VAT

The maximum value of a framework agreement - 3 093 425, 60 RON without VAT.

The tenderers, third parties and subcontractors must not find themselves in the situations provided by art. 164, 165, 167 of Law no. 98 / 2016.

Means of performance: the DUAE will be filled in by tenderers with information related to their situation. Evidence supporting documentsthe fulfillment of the undertaken by completing the DUAE is to be presented, at the request of the contracting authority, only by the bidder ranked first in the intermediate rankings drawn up at the completion of the tender evaluation. These documents may be: (a) certificates of absence of overdue debts in respect of taxes, duties or contributions to the budget(b) the criminal record of the economic operator and of the members of the management, management or supervisory body of the said entity (the local budget, state budget, etc.) at the time of their presentation (Article 196 of Law 98/2016); economic operator or those who have power of representation, decision or control within it, as it results from the certificate(c) as the case may be, documents demonstrating that the economic operator may benefit from the derogations provided for in Art. 166 par. (2), art. 167 par. (2), art. 171 of Public Procurement Law 98/2016, (d) other editorial documents, as appropriate.

Foreign / Foreign natural persons wishing to participate in the procedure shall present any documentsissued by the competent authorities of the country where they are resident, proving the fulfillment of the outstanding obligations regarding the payment of taxes and social security at the moment of their presentation; 2) Economic operators shall assume the lack of conflict of interest, with the mention of the persons holding decision-making positions within the account authorityas well as those with the power of representation from the auxiliary service provider, as well as those involved in the procedure of the latter.

The decision-makers within the contracting authority, regarding the organization, execution and finalization of the award procedure are the following:

- dr. Livia Mihalache - manager,

- ec. Ungureanu Iulia-Geanina- financial and accounting director,

- ec. Buchir Lucian - Head of Public Procurement Service,

- ec. Ciritel Elena-Mihaela - CFP visa,

- ec. Pohontu Cristina-Mihaela - CFP substitute,

- Hutanu Dorel - Chief Legal Officer.

Mode of accomplishment: completion of the DUAE confirming that the economic operator is not in any of the exclusion situations mentioned in art. 59 60. F will also be filled inormular no. 1, made available to potential bidders through documentation. (3) The economic operators submitting the tender must prove a form of registration in accordance with the law of the country of residence, it must be apparent that the economic operator is legally constituted, that he is not innone of the situations of cancellation of the establishment and the fact that it has the professional capacity to carry out the activities that are the subject of the present procedure.

Mode of accomplishment: completion of the DUAE, following the supporting document, respectively the certifying certificate issued by the ONRC or, in the case of the foreign tenderers, equivalent documents issued in the country of residence shall be presented, lthe request of the contracting authority, only by the economic operator ranked first in the intermediate rankings drawn up at the completion of the evaluation of the tenders.

If the tender is submitted by an association of economic operators, each associate will present the above mentioned information / documents. It is required to present the Certificate of Conformity (in original, in legalized copythey are in a legible copy with the mention "according to the original") issued by the National Office of [...] details on www.e-licitatie.ro

The documentation will be downloaded from SEAP Analysis of the documents submitted by the bidders by the evaluation committee does not impose any liability or liability on its part for acceptance as genuine or legal and does not remove the exclusive liability of the offerorin this regard. Any economic operator registered with SEAP has the right to submit the offer. Alternative offers are not accepted. Rejects submitted after the deadline and time of submission or at a different address than SEAP will be rejected. DUAE - The Single European Procurement Document can be accessed by the interested economic operators at: https://ec.europa.eu/growth/tools-databases/espd/filter

To view the awarding documentation uploaded in SEAP, economic operators must have a required program to view the electronically signed files.

Any request for clarification regarding this awarding documentation and all during the course of the procedure, will exclusively address the SICAP in the "Questions" section of thewithin the framework of the award procedure carried out by electronic means, and the responses to them will be published in SEAP in the "Documentation and clarification" section of the participation announcement, signed with the extended electronic signature, the contracting authority not to comply with the requests addressed by another way communication than established.

Frequency and contract valueor to be awarded: the first subsequent contract will end once the framework agreement has been signed and the other monthly contracts, quarterly, according to the funds allocated, for the entire duration of the framework agreement.


Internet address (URL): www.spitjudbotosani.ro

Documents

 Tender Notice