Ausschreibung: Sterilisierungs-, Desinfektions- und Reinigungsausrüstung - FI-Hus Sterilisierungs-, Desinfektions- und Reinigungsausrüstung Abfallverbrennungsöfen Dokument Nr...: 204128-2020 (ID: 2020050409062617261) Veröffentlicht: 04.05.2020 * FI-Hus: Sterilisierungs-, Desinfektions- und Reinigungsausrüstung 2020/S 86/2020 204128 Auftragsbekanntmachung Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Helsingin ja Uudenmaan Sairaanhoitopiirin kuntayhtymä Nationale Identifikationsnummer: 1567535-0 Postanschrift: PL 441 (Uutistie 5, 01770 Vantaa) Ort: Hus NUTS-Code: FI1B1 Postleitzahl: 00029 Land: Finnland Kontaktstelle(n): Arttu Karjalainen E-Mail: [6]mons.vermis@gmail.com Internet-Adresse(n): Hauptadresse: [7]http://www.hus.fi I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e -483e-8861-554067123ef3 Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e -483e-8861-554067123ef3 I.4)Art des öffentlichen Auftraggebers Andere: Joint authority of hospital district I.5)Haupttätigkeit(en) Gesundheit Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Equipment for Treating Data Protected Biological Waste Referenznummer der Bekanntmachung: HUS 049-2020 II.1.2)CPV-Code Hauptteil 33191000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: The medical diagnostics utility of Hospital District of Helsinki and Uusimaa (HUS Diagnostic Center) asks for offers for equipment suitable for the treatment, sterilisation and conversion of data protected biological waste. The result of the process must be not data-protected pure energy waste, which can be supplied as a raw material for the waste incineration plant. II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 42320000 II.2.3)Erfüllungsort NUTS-Code: FI1B1 Hauptort der Ausführung: The equipment will be installed at address Topeliuksenkatu 32, 00290 Helsinki, FINLAND. II.2.4)Beschreibung der Beschaffung: HUS Diagnostic Center asks for offers for equipment for treating data protected biological waste. The equipment must be able to process at least 300 kg of waste in eight (8) hours. The installation, user training, support and maintenance services and chemicals possibly required in the waste treatment process are included in the procurement. Please see detailed information and requirements of the equipment and services in annexes of the call for tenders: Annex 1: General data security annex, Annex 2: Description of the object of the procurement, Annex 3: Mandatory requirements (tender form), Annex 4: Levels of service and maintenance, Annex 5: Data protected biological waste properties, Annex 6: HUS exceptions for JYSE 2014 supplies, Annex 7: HUS exceptions for JYSE 2014 services, Annex 8: JYSE 2014 supplies, Annex 9: JYSE 2014 services, Annex 10: Contract of purchase and sale, Annex 11: Mandatory reference (tender form), Annex 12: Prices and costs (tender form), Annex 13: Evaluation and comparison of tenders, Annex 14: User satisfaction survey, Annex 15: References for USAT survey (tender form), Annex 16: Floor plan of the room the equipment is placed, Annex 17: Technical properties of the equipment (tender form). Annexes marked as tender forms must be filled in and included in the tender. The download links for tender forms and other annexes of the tender can be found in part Procurement Object Criteria of this call for tenders. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The support and maintenance agreement will be in effect until terminated. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: The requirements are described in part Other terms and conditions. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 02/06/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch, Finnisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 02/06/2020 Ortszeit: 12:15 Angaben über befugte Personen und das Öffnungsverfahren: Tenders will be opened after expiration of the tendering period. The opening session will not be public. Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Die elektronische Rechnungsstellung wird akzeptiert VI.3)Zusätzliche Angaben: Partial and variant tenders and parallel tenders Partial or variant tenders are not allowed. Parallel tenders are allowed: if the tenderer represents more than one equipment suitable for the intended use, the tenderer may submit a separate tender for each equipment. NB: if you want to submit more than one tender, please notice that the tender portal allows you to launch the second tender only after the first tender has been submitted. Subcontracting The tenderer may use subcontractors. The tenderer shall be responsible for the work of the subcontractor as for his own in relation to the contracting authority. The contracting authority shall sign the contract only with the tenderer. The subcontractors must be identified. The following information on subcontractors shall be provided: subcontractor's business name and business ID, subcontractor's role in the procurement, contact information (incl. country, if other than Finland). Subcontractor information must be provided in a separate appendix, which shall be named as Subcontractor Information. The download link for the appendix can be found in section Other terms and conditions, item 1.1. Designated subcontractors are considered to be the resources of the tenderer. Therefore, the tenderer must commit to that the named subcontractors are available to carry out the procurement if the tenderer is selected as a provider. The successful tenderer must provide the certificates and statements corresponding to the subcontractors directly involved in the procurement, as required in this invitation to tender, before the contract is signed. Consortium The tenderer may be a consortium of companies. At the time of signing the contract, the consortium must be able to demonstrate a single organisation that handles all communications with the contracting authority. However, all members of the consortium are jointly responsible for the contractual liabilities by signing the contract. The consortium must commit to that all members of the consortium are available to carry out the procurement if the consortium is selected as a provider. The commitment is particularly binding as the resources and experience of all members of the consortium affect the fulfillment of the tender suitability requirements. If the tender is submitted as a consortium, the information of the members of the consortium must be provided in section A of the ESPD-form. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Markkinaoikeus Postanschrift: Radanrakentajantie 5 Ort: Helsinki Postleitzahl: 00520 Land: Finnland E-Mail: [10]markkinaoikeus@oikeus.fi Telefon: +358 295643300 Internet-Adresse: [11]http://www.oikeus.fi/markkinaoikeus VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 30/04/2020 References 6. mailto:mons.vermis@gmail.com?subject=TED 7. http://www.hus.fi/ 8. https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e-483e-8861-554067123ef3 9. https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e-483e-8861-554067123ef3 10. mailto:markkinaoikeus@oikeus.fi?subject=TED 11. http://www.oikeus.fi/markkinaoikeus OT: 04/05/2020 S86 Supplies - Contract notice - Open procedure Finland-Hus: Sterilisation, disinfection and hygiene devices 2020/S 086-204128 Contract notice Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Helsingin ja Uudenmaan Sairaanhoitopiirin kuntayhtymä National registration number: 1567535-0 Postal address: PL 441 (Uutistie 5, 01770 Vantaa) Town: Hus NUTS code: FI1B1 Postal code: 00029 Country: Finland Contact person: Arttu Karjalainen E-mail: [6]mons.vermis@gmail.com Internet address(es): Main address: [7]http://www.hus.fi I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e -483e-8861-554067123ef3 Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]https://tarjouspalvelu.fi/huslogistiikka?id=285277&tpk=51bf7563-f34e -483e-8861-554067123ef3 I.4)Type of the contracting authority Other type: Joint authority of hospital district I.5)Main activity Health Section II: Object II.1)Scope of the procurement II.1.1)Title: Equipment for Treating Data Protected Biological Waste Reference number: HUS 049-2020 II.1.2)Main CPV code 33191000 II.1.3)Type of contract Supplies II.1.4)Short description: The medical diagnostics utility of Hospital District of Helsinki and Uusimaa (HUS Diagnostic Center) asks for offers for equipment suitable for the treatment, sterilisation and conversion of data protected biological waste. The result of the process must be not data-protected pure energy waste, which can be supplied as a raw material for the waste incineration plant. II.1.5)Estimated total value II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 42320000 II.2.3)Place of performance NUTS code: FI1B1 Main site or place of performance: The equipment will be installed at address Topeliuksenkatu 32, 00290 Helsinki, FINLAND. II.2.4)Description of the procurement: HUS Diagnostic Center asks for offers for equipment for treating data protected biological waste. The equipment must be able to process at least 300 kg of waste in eight (8) hours. The installation, user training, support and maintenance services and chemicals possibly required in the waste treatment process are included in the procurement. Please see detailed information and requirements of the equipment and services in annexes of the call for tenders: Annex 1: General data security annex, Annex 2: Description of the object of the procurement, Annex 3: Mandatory requirements (tender form), Annex 4: Levels of service and maintenance, Annex 5: Data protected biological waste properties, Annex 6: HUS exceptions for JYSE 2014 supplies, Annex 7: HUS exceptions for JYSE 2014 services, Annex 8: JYSE 2014 supplies, Annex 9: JYSE 2014 services, Annex 10: Contract of purchase and sale, Annex 11: Mandatory reference (tender form), Annex 12: Prices and costs (tender form), Annex 13: Evaluation and comparison of tenders, Annex 14: User satisfaction survey, Annex 15: References for USAT survey (tender form), Annex 16: Floor plan of the room the equipment is placed, Annex 17: Technical properties of the equipment (tender form). Annexes marked as tender forms must be filled in and included in the tender. The download links for tender forms and other annexes of the tender can be found in part Procurement Object Criteria of this call for tenders. II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: yes Description of renewals: The support and maintenance agreement will be in effect until terminated. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues 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 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: The requirements are described in part Other terms and conditions. III.1.2)Economic and financial standing Selection criteria as stated in the procurement documents III.1.3)Technical and professional ability Selection criteria as stated in the procurement documents III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract 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 IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 02/06/2020 Local time: 12:00 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: English, Finnish IV.2.6)Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 02/06/2020 Local time: 12:15 Information about authorised persons and opening procedure: Tenders will be opened after expiration of the tendering period. The opening session will not be public. Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic invoicing will be accepted VI.3)Additional information: Partial and variant tenders and parallel tenders Partial or variant tenders are not allowed. Parallel tenders are allowed: if the tenderer represents more than one equipment suitable for the intended use, the tenderer may submit a separate tender for each equipment. NB: if you want to submit more than one tender, please notice that the tender portal allows you to launch the second tender only after the first tender has been submitted. Subcontracting The tenderer may use subcontractors. The tenderer shall be responsible for the work of the subcontractor as for his own in relation to the contracting authority. The contracting authority shall sign the contract only with the tenderer. The subcontractors must be identified. The following information on subcontractors shall be provided: subcontractor's business name and business ID, subcontractor's role in the procurement, contact information (incl. country, if other than Finland). Subcontractor information must be provided in a separate appendix, which shall be named as Subcontractor Information. The download link for the appendix can be found in section Other terms and conditions, item 1.1. Designated subcontractors are considered to be the resources of the tenderer. Therefore, the tenderer must commit to that the named subcontractors are available to carry out the procurement if the tenderer is selected as a provider. The successful tenderer must provide the certificates and statements corresponding to the subcontractors directly involved in the procurement, as required in this invitation to tender, before the contract is signed. Consortium The tenderer may be a consortium of companies. At the time of signing the contract, the consortium must be able to demonstrate a single organisation that handles all communications with the contracting authority. However, all members of the consortium are jointly responsible for the contractual liabilities by signing the contract. The consortium must commit to that all members of the consortium are available to carry out the procurement if the consortium is selected as a provider. The commitment is particularly binding as the resources and experience of all members of the consortium affect the fulfillment of the tender suitability requirements. If the tender is submitted as a consortium, the information of the members of the consortium must be provided in section A of the ESPD-form. VI.4)Procedures for review VI.4.1)Review body Official name: Markkinaoikeus Postal address: Radanrakentajantie 5 Town: Helsinki Postal code: 00520 Country: Finland E-mail: [10]markkinaoikeus@oikeus.fi Telephone: +358 295643300 Internet address: [11]http://www.oikeus.fi/markkinaoikeus VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 30/04/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de