?????????????? ???????? ?? „????? ??? ????“ ?? has floated a tender for Contract notice: Laboratory, optical and precision equipments (excl. glasses). The project location is Bulgaria and the tender is closing on 13 Dec 2018. The tender notice number is 495806-2018, while the TOT Ref Number is 28348598. 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 : Bulgaria

Summary : Contract notice: Laboratory, optical and precision equipments (excl. glasses)

Deadline : 13 Dec 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 28348598

Document Ref. No. : 495806-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ?????????????? ???????? ?? „????? ??? ????“ ??
Office Name: ?????????????? ???????? ?? „????? ??? ????“ ??
Address: ???. „??????????? ????“ ? 111?, ??. 2
Town: Sofia
Postal Code: 1784
Contact Point: ?????? ??????????

Phone: +359 889900634
Fax: +359 24472898
Bulgaria
Email :office@sofiatech.bg
URL :www.sofiatech.bg

Tender Details

Object of the contract
Laboratory, optical and precision equipments (excl. glasses)

Description: Contract notice: Laboratory, optical and precision equipments (excl. glasses)

Authority Type: Body governed by public law
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 38000000, 38000000, 38000000
CPV Description: Laboratory, optical and precision equipments (excluding glasses). pos. for In Vitro Laboratory for Evaluation of Biological Activity and Toxicity, Part of a Biopharmaceutical Laboratory Complex, under the project "Science and Technology Park - Phase 2"

Reference Number: 03615-2018-0002

Subject of the procurement is the delivery of equipment for 3 detached positions for the needs of the In Vitro LabAtomic Biological Activity and Toxicity Assessment Unit, part of biopharmaceutical laboratory complex, project BG16RFOP002-1.003-0001 "Science and Technology Park - Phase 2", which is implemented under OP "Innovation and Competitiveness" 2014-2020 according to Contract № BG16RFOP002-1.003-0001-CO1 and includes different types, uses and techniques. feature apparatus grouped in the following 3 sections. under: Main site: Sofia, 111G Tsarigradsko Shose Blvd., Science and Technology Park, Building Laboratories - In Vitro Laboratory for Biological Activity and Toxicity Assessment, Part of Biopharmaceutical Laboratory Complex

The subject of the public procurement includes delivery, installation, installation, commissioning, training of persons designated by the assignor for work with 1 number of high speedthe tubular centrifuge and overall warranty maintenance during the warranty period, which shall be at least 18 months from the date of signing of the two-sided statement of installation, installation and commissioning of the apparatus. The high-speed tubular centrifuge has a tubular (cylindrical) rotor for cleaning liquids from a small hourin them and collecting the particles in the centrifuge rotor. Continuous centrifugation mode by inserting the treated liquid at one end of the rotating tubular (cylindrical) rotor. - The apparatus shall have the following minimum technical characteristics: - The rotor shall have a volume of 0, 2 liters to 0, 5 liters, with a minimum value not less than 0, 2 liters and the maximum-can not be larger than 0.5 liter, made of stainless steel (standard / mark EN1.4571 / AISI 316Ti or equivalent steel with similar parameters). - Possibility of removing from rotor centrifuge and collecting the particles deposited on the inner wall and possibility of sterilizing the centrifugal rotor by means of autoclaving.

Centrifugation of liquids with a microfine(RCF) of not less than 19 000 g - Capacity for centrifuging liquids with microparticles of not less than 25 liters per hour - Required modules, elements and accessories: centrifuge to be driven single-phase electric motor at 230V / 50Hz.

Have a built-in locking safety device that prevents start-up and operation of the spin-off centrifugerotating moving parts of the centrifuge (rotor, etc.) and centrifugal rotor cooling system. The centrifuge is equipped with a set of tools required for removing, inserting and cleaning the rotor and for working with the centrifuge.

The full technical specifications and parameters that must be met by the centrifuge quoted to fulfill the order are detailed in the tech• The equipment proposed for the procurement must be factory-new, defective, unused, recyclable and not discontinued. The participant declares in his / her technical proposal the above mentioned circumstances and a document issued by the manufacturer with a specified year of manufacture and certifying that the offerThe equipment is factory new, unused, defective and not recycled. The centrifuge proposed for fulfillment of the order shall meet the requirements laid down in the technical specification and all the technical and functional characteristics described or have better parameters. This circumstance should be apparent from the description made by the participant in the implementation proposal-of the order and is evidenced by the submission of one of the following documents: a catalog or a sample of a catalog / brochure / prospectus containing photographs, description / details of the technical and functional characteristics of the centrifuge or technical file / technical specification of the apparatus issued by the manufacturer, or other official equivalent document issued by the manufacturer and containing detailsbut a description and information on the technical and functional characteristics and parameters of the apparatus. The bidet has a CE mark. This is evidenced by the submission of a document issued by the manufacturer.

The Contracting Authority does not impose requirements on the economic and financial standing of the participants. 54, para. 1 and Art. 55, para. 1, item 1 of the LPP are obligatory and participant, kwhich does not respond to them, will be removed from the procedure when:

1.1. has been convicted by a judgment which has entered into force, unless he is rehabilitated, for a crime under Art. 108a of the Penal Code, Art. 159a-art. 159d of the Penal Code, Art. 172 of the Penal Code, Art. 192a of the Criminal Code, Art. 194-217 of the Criminal Code, Art. 219-252 of the Criminal Code, Art. 253-260 of the Penal Code, Art. 301-307 of the Criminal Code, Art. 321 of the Criminal Code, Art. 321a of the Penal Code, Art. 352-353f of the Criminal Code;

1.2. has been convicted by a verdict in force, unless it is-rehabilitated, for crimes, an analogue. of those under item 1.1, in others. Member State or in a third country;

1.3. there are obligations for taxes and compulsory social security contributions within the meaning of Art. 162, para. 2, item 1 of the TIPC and the interest thereon, to the state and to the municipality at the headquarters of the contracting authority and the participant, or analogue. obligations established by an act of a competent authority, state legislation, which the participant is established, unless a rescheduling, postponement or collateralisation of the obligations or the obligation is made by an act which has not entered into force;

1.4. for which there is an inequality in the cases under Art. 44, para. 5 of the Public Procurement Act;

1.5. who has been found to have: (a) submitted a false document related to the verification of the absence of grounds for removal or enforcementof the selection criteria;

(b) has not provided the required information relating to the verification of the absence of axle. to remove or fulfill the selection criteria;

1.6. for whom it is established by a punitive decree or a court decision that has entered into force, violation of Art. 61, para. 1 of LC, Art. 62, para. 1 or 3 of the LC, Art. 63, para. 1 or 2 of the Labor Code, Art. 118 of LC, Art. 128 of LC, Art. 228, para. 3 of the LC, Art. 245 of the Labor Code and Art. 301-305 of the Labor Code, under Art. 13 para. 1 of the Labor Migration and Mobility Act or similar obligations, established by an act of a competent body, according to art. the law of the country in which the participant is established;

1.7. for which there is a conflict of interest that can not be eliminated.

Participants will also be removed when they are declared bankrupt or are in breachinsolvency proceedings or in liquidation proceedings or have concluded an out-of-court agreement with their creditors in the sense of Art. 740 of the Commercial Act or has ceased its activity. Participants will also be removed if they violate the prohibitions provided in Art. 101, para. 9, para. 10 and para. 11 of the Public Procurement Act and for which there are circumstances under Art. 3, item 8 of ЗИФОДРУПДРКЛТДС and under Art. Art.

3. Hoursthe parties will be removed when related persons according to art. 4.1 of the General Terms and Conditions to the Contracts under the PO and in respect of which there is a conflict of interests under Art. the general terms of the OP contracts.

4. Participants will be removed when they have not indicated any action. owner. In the current procedure, the contracting authority has specified the same selection criteria for the individual units. positions and oart. 47, para. 10 of the RSPC is allowed to submit 1 set of documents referred to in Art. 39, para. 2 of the PPPP, containing information about the participant's personal condition and proof of compliance. (eEEDOP, proof of reliability measures taken when applicable) When a tenderer submits an offer for more than one lot. position, cthe packaging for each of the items shall be presented individually and in a folder the documents under Art. 39, para. 3, item 1 of the PPPP and separate opaque envelopes with the inscription "Suggested price parameters" with indication of the position to which they relate.The contracting authority requires the execution performance specified for the contractor for each lot 5% of the lot of the contract in BGN without-VAT and guarantee for the provision of the advance payment, covering 100% of the value of the advance payment (submitted if the participant has indicated in its price offer that he / she chooses an advance payment amounting to 20% of the total value of the contract in BGN . VAT included). The same shall be presented in one of the forms under Art. 111, para. 5 of the PPL by choice of contractor. The warranty for Avan annuity payment will be released at the end of the year. and within the term under Art. 111, para. 3 of the Public Procurement Act
Internet address (URL): www.sofiatech.bg

Documents

 Tender Notice