Microtunnel Link

Menu
Icon TEnder

Romania-Bucharest: Construction work for sewage pipes (end 16.03.2021)

Posted On

11.02.2021

Tender Content

The design and execution activities for CL02 “EXTENSION AND REHABILITATION OF WATER AND WASTEWATER INFRASTRUCTURE IN GHIDIGENI, OLTENITEI AND TURZII KEY AREAS, BUCHAREST MUNICIPALITY” are grouped in 3 lots.

⇓ DOWNLOAD PDF
Legal Basis:

Directive 2014/24 / EU

Section I: Contracting authority

I.1)Name and addresses

Official name: Municipiul București
National registration number: 4267117
Postal address: Str. Regina Elisabeta nr. 47
Town: Bucureşti
NUTS code: RO321 Bucureşti
Postal code: 050013
Country: Romania
Contact person: Eugen Davidoiu
E-mail: [email protected]
Telephone: +40 213055530
Fax: +40 213055587
Internet address(es):
Main address: www.pmb.ro
Address of the buyer profile: www.e-licitatie.ro

I.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/100112077
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address

I.4)Type of the contracting authority

Regional or local agency/office

I.5)Main activity

General public services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Contract for the design and execution of works related to the project “Extension and rehabilitation of water and wastewater infrastructure in the areas of Ghidigeni, Olteniței, Cheile Turzii and Henri Coandă, in Bucharest”

 

Reference number: 4267117/2020/3

II.1.2)Main CPV code

45232440 Construction work for sewage pipes

II.1.3)Type of contract

Works

II.1.4)Short description:

 

The design and execution activities for CL02 “EXTENSION AND REHABILITATION OF WATER AND WASTEWATER INFRASTRUCTURE IN GHIDIGENI, OLTENITEI AND TURZII KEY AREAS, BUCHAREST MUNICIPALITY” are grouped in 3 lots.

LOT 1 “EXTENSION OF DRINKING WATER NETWORKS AND SEWERAGE AND REHABILITATION OF AQUEDUCTS IN THE SOUTH – WEST AREA OF BUCHAREST (GHIDIGENI STREET)” Lot 1 includes design and execution works for: Design and execution in the street Strada Gh Lace) for rehabilitation and waterproofing works for relining adduction pipes; Design and execution in the Ghidigeni street area for works to extend the distribution network, including accessory constructions and connections; Design and execution in the Ghidigeni street area for works to extend the sewerage network, including accessory constructions, connections and exfiltration monitoring system.

LOT 2 „CONSTRUCTION OF A NEW INTERCEPTOR CHANNEL ON OLTENITEI ROAD, BETWEEN COLLECTORS A1-A3, IN BUCHAREST MUNICIPALITY” Lot 2 includes design and execution works for: Design and execution on Soseaua Oltenitei Street of a new canal, by pipe – jacking , taking over all the existing lateral connections, in order to ensure the interconnection between the A1 collector in the area of ​​the intersection with Stoian Militaru street and also the A3 collector in the area of ​​the intersection with Lunca Barzesti street; Design and execution of new drains, connected to the proposed new collector on Soseaua Oltenitei Street.

LOT 3 „CONSTRUCTION OF CHEILE TURZII CANAL, IN BUCHAREST MUNICIPALITY” Lot 3 includes design and execution works for: Design and execution on Cheile Turzii street of a new canal through pipe – jacking , including an underpass of the subway gallery, taking over all lateral connections existing, which will start from Metalurgiei Boulevard, from the area of ​​the intersection with Dumitru Brumarescu Street (METRO Metalurgiei area) and will connect to the existing collector, A3, which intersects Vitan Barzesti Road, in the area of ​​the Medico-Legal Institute; Pipe – jacking design and executionof a new section of sewer collector on Berceni Road, and its connection connected to the main collector executed on Cheile Turzii Street; Design and execution of a room with barbecue, provided with decanter; Design and execution of a siphon in the sewerage network; Design and execution of a pumping station for cleaning the siphon; Design and execution of new drains, connected to the new collector proposed on Cheile Turzii Street; Design and execution of the existing pipe connection works and drains at the new collectors, including decommissioning of existing pipes and maintaining the functionality of the existing infrastructure throughout the execution of the works.

The number of days until which clarifications may be requested before the deadline for submission of tenders / applications is 34 days for the first session and 19 days for the second session. The contracting authority shall respond to requests for clarification 25 days before the deadline for submission of tenders in the first session and 11 days before the deadline for submission of tenders for the second session.

The duration of the design and execution contract is 37 months. Within 30 days from the signing of the Contractual Agreement, the Supervisor issues the Administrative Start Order to the Contractor, with the Notification of the Starting Date. The Contractor will start designing and executing the works as soon as possible after the start date and will continue designing and executing the works promptly and without delay. The duration of the guarantee period will be of minimum 36 months, the effective duration will be the one related to the bid declared winner (maximum 60 months).

 

II.1.5)Estimated total value

Value excluding VAT: 122 421 323.00 RON

II.1.6)Information about lots

This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenders may be submitted for one or more lots.

 

II.2)Description

II.2.1)Title:

LOT 1 – “EXTENSION OF DRINKING WATER NETWORKS AND SEWERAGE AND REHABILITATION OF AQUEDUCTS IN THE SOUTH-WEST AREA OF BUCHAREST (GHIDIGENI STREET)”

 

Lot No: 1

II.2.2)Additional CPV code(s)

45232400 Sewer construction work
45000000 Construction work
45231110 Pipelaying construction work
45232150 Works related to water-distribution pipelines
48921000 Automation system
71322000 Engineering design services for the construction of civil engineering works

II.2.3)Place of performance

NUTS code: RO321 Bucharest
Main site or place of performance:

Bucharest

 

II.2.4)Description of the procurement:

 

Lot 1 includes design and execution works for:

• Design and execution in the area of ​​Ghidigeni street (Nod Hidrotehnic section – Strada Dantelei) for rehabilitation and waterproofing works for relining supply pipes;

• Design and execution in the area of ​​Ghidigeni Street for works to extend the water distribution network, including accessory constructions and connections;

• Design and execution in the area of ​​Ghidigeni Street for works to extend the sewerage network, including accessory constructions, connections and leakage monitoring system.

The works include:

a. Design activities that refer to the detailed technical project for the construction of the proposed works and their ancillary constructions, including the performance of topographic, geological, hydrogeological and geotechnical field studies necessary for the design of the works. The project will include, among others, all the necessary documents (such as memoranda, drawings, calculations, etc.) for the elaboration of the Technical Project in accordance with the national legislation and any necessary documentation for obtaining the building permits.

b. Elaboration of the documentation necessary to obtain the authorizations and approvals necessary for the execution

c. Construction works

d. Supply and installation of technological machinery and equipment

e. Testing and commissioning

f. Elaboration of manuals for operation and maintenance of works.

g. Carrying out all the necessary works for the automation and ensuring the integration of the field equipment in the local SCADA SCADA and the data transmission capacity in the existing SCADA at the level of the Water and Wastewater Infrastructure Operator from Bucharest

h. Monitoring the functioning of the works performed during the Good Performance Guarantee Period granted to the works.

i. Remedy of any defects during the Good Performance Warranty Period.

The duration provided in Section II.2.7, represents the period of design and execution of the works and does not include the Warranty Period.

 

II.2.5)Award criteria

Criteria below
Quality criterion – Name: For the “Technical Component” a number of 3 (three) sub-factors was established, respectively: -Subfactor 1 (PtA) – Adequacy of the proposed work plan (duration, logical and chronological sequence of activities, identification benchmarks (milestones) and the critical path for carrying out the activities within the Contract) by reference to the methodology presented – weight 30% -Subfactor 2 (PtB) – Qualification and professional experience of the staff designated for the execution of the contract (key experts proposed) for of the activities within the Contract – weight 50% -Subfactor 3 (PtC) – Guarantee period granted to the works (expressed in calendar months) – weight 20% / Weighting: 50
Price – Weighting: 50

II.2.6)Estimated value

Value excluding VAT: 44 467 519.00 RON

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 37
This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Strategic priority project regarding the Large Infrastructure Operational Program (POIM), Priority Axis 3 – Development of the environmental infrastructure in conditions of efficient management of resources

 

II.2.14)Additional information

 

The contract will be financed within the project “EXTENSION AND REHABILITATION OF WATER AND WASTEWATER INFRASTRUCTURE IN THE AREAS OF GUIDIGENI, OLTENITEI, TURZII KEY AND HENRI COANDA”, covering exclusively components eligible for financing, the contributions of the related sources of financing being

Cohesion Fund = 85%

National co-financing = 15% (13% state budget and 2% local budget)

 

II.2)Description

II.2.1)Title:

LOT 2 – “CONSTRUCTION OF A NEW INTERCEPTION CHANNEL ON THE OLTENIŢE ROAD, BETWEEN COLLECTORS A1-A3, IN THE MUNICIPALITY OF BUCHAREST”

 

Lot No: 2

II.2.2)Additional CPV code(s)

45232440 Construction work for sewage pipes
45000000 Construction work
45231110 Pipelaying construction work
45232152 Pumping station construction work
48921000 Automation system
71322000 Engineering design services for the construction of civil engineering works

II.2.3)Place of performance

NUTS code: RO321 Bucharest
Main site or place of performance:

Bucharest

 

II.2.4)Description of the procurement:

 

Lot 2 includes design and execution works for:

• Design and execution on Soseaua Olteniţei Street of a new canal, through pipe – jacking , taking over all existing side connections, to ensure the interconnection between the A1 collector in the area of ​​the intersection with Stoian Militaru Street and the A3 collector in the area of ​​the intersection with Lunca Barzeşti Street;

• Design and execution of new drains, connected to the proposed new collector on Şoseaua Olteniţei Street.

The works include:

a. Design activities that refer to the detailed technical project for the construction of the proposed collectors and their accessory constructions, including the performance of topographic, geological, hydrogeological and geotechnical field studies necessary for the design of the works. The project will include, among others, all the necessary documents (such as memoranda, drawings, calculations, etc.) for the elaboration of the Technical Project in accordance with the national legislation and any necessary documentation for obtaining the construction authorizations;

b. Elaboration of the necessary documentation for obtaining the authorizations and approvals necessary for the execution;

c. Construction works;

d. Supply and installation of technological machinery and equipment;

e. Testing and commissioning;

f. Elaboration of manuals for operation and maintenance of works;

g. Carrying out all the necessary works for the automation and ensuring the integration of the field equipment in the local SCADA and the capacity to transmit the data in the existing SCADA at the level of the Water and Wastewater Infrastructure Operator from Bucharest;

h. Monitoring the functioning of the works performed during the Good Execution Guarantee Period granted to the works;

i. Remedy of any defects during the Good Performance Warranty Period.

The duration provided in Section II.2.7, represents the period of design and execution of the works and does not include the Warranty Period.

 

II.2.5)Award criteria

Criteria below
Quality criterion – Name: For the “Technical Component” a number of 3 (three) sub-factors has been established, respectively: – Sub-factor 1 (PtA) – Adequacy of the proposed work plan (duration, logical and chronological sequence of activities , identification of landmarks (milestones) and critical path for carrying out activities under the Contract) by reference to the methodology presented – weight 30% – Sub-factor 2 (PtB) – Qualification and professional experience of staff assigned to perform the contract (key experts proposed) for carrying out the activities within the Contract – weight 50% – Sub-factor 3 (PtC) – Guarantee period granted to the works (expressed in calendar months) – weight 20% / Weighting: 50
Price – Weighting: 50

II.2.6)Estimated value

Value excluding VAT: 39 008 595.00 RON

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 37
This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Strategic priority project regarding the Large Infrastructure Operational Program (POIM), Priority Axis 3 – Development of the environmental infrastructure in conditions of efficient management of resources

 

II.2.14)Additional information

 

The contract will be financed within the project “EXTENSION AND REHABILITATION OF WATER AND WASTEWATER INFRASTRUCTURE IN THE AREAS OF GUIDIGENI, OLTENITEI, TURZII KEY AND HENRI COANDA”, covering exclusively components eligible for financing, the contributions of the related sources of financing being

Cohesion Fund = 85%

National co-financing = 15% (13% state budget and 2% local budget)

 

II.2)Description

II.2.1)Title:

LOT 3 “CONSTRUCTION OF THE TURZE KEY CHANNEL, IN THE MUNICIPALITY OF BUCHAREST”

 

Lot No: 3

II.2.2)Additional CPV code(s)

45232440 Construction work for sewage pipes
45000000 Construction work
45231110 Pipelaying construction work
45232152 Pumping station construction work
48921000 Automation system
71322000 Engineering design services for the construction of civil engineering works

II.2.3)Place of performance

NUTS code: RO321 Bucharest
Main site or place of performance:

Bucharest

 

II.2.4)Description of the procurement:

 

Lot 3 includes design and execution works for:

• Design and execution on Cheile Turzii Street of a new pipe – jacking canal , including an underpass of the metro gallery, taking over all existing side connections, which will start from Metalurgiei Boulevard, from the area of ​​the intersection with Dumitru Brumarescu Street (METRO Metalurgiei area ) and will connect to the existing collector, A3, which intersects Vitan Bârzeşti Road, in the area of ​​the Medico-Legal Institute;

• Design and execution by pipe – jacking of a new section of sewer collector on Berceni Road, and its connection connected to the main collector executed on Cheile Turzii Street;

• Design and execution of a chamber with grill, provided with decanter;

• Design and execution of a siphon in the sewerage network;

• Design and execution of a pumping station for siphon cleaning;

• Design and execution of new drains, connected to the proposed new collector on Cheile Turzii Street;

• Design and execution of existing pipe connection works and drains at the new collectors, including decommissioning of existing pipes and maintaining the functionality of the existing infrastructure throughout the execution of the works.

The works include:

a. Design activities that refer to the detailed technical design for the construction of the proposed collectors and their related ancillary constructions, including the performance of topographic, geological, hydrogeological and geotechnical field studies necessary for the design of the works. The project will include, inter alia, all necessary documents (such as memoranda, drawings, calculations, etc.) for the elaboration of the Technical Project in accordance with national legislation and any documentation necessary to obtain construction permits;

b. Elaboration of the necessary documentation for obtaining the authorizations and approvals necessary for the execution;

c. Construction works;

d. Supply and installation of technological machinery and equipment;

e. Testing and commissioning;

f. Elaboration of operation and maintenance manuals for works;

g. Carrying out all the necessary works for the automation and ensuring the integration of the field equipment in the local SCADA and the capacity to transmit the data in the existing SCADA at the level of the Water and Wastewater Infrastructure Operator from Bucharest

h. Monitoring the functioning of the works performed during the Good Execution Guarantee Period, granted to the works.

i. Remedy of any defects during the Good Performance Warranty Period

The duration provided in Section II.2.7, represents the period of design and execution of the works and does not include the Warranty Period.

 

II.2.5)Award criteria

Criteria below
Quality criterion – Name: A number of 3 (three) sub-factors have been established for the “Technical Component”, respectively: – Sub-factor 1 (PtA) – Adequacy of the proposed work plan (duration, logical and chronological sequence of activities, identification benchmarks (milestones) and the critical path for carrying out the activities within the Contract) by reference to the methodology presented – weight 30% – Subfactor 2 (PtB) – Qualification and professional experience of the staff designated for contract execution (proposed key experts) for of activities under the Contract – weight 50% – Subfactor 3 (PtC) – Warranty period granted to the works (expressed in calendar months) – weight 20% / Weighting: 50
Price – Weighting: 50

II.2.6)Estimated value

Value excluding VAT: 38 945 209.00 RON

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 37
This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Strategic priority project regarding the Large Infrastructure Operational Program (POIM), Priority Axis 3 – Development of the environmental infrastructure in conditions of efficient management of resources

 

II.2.14)Additional information

 

The contract will be financed within the project “EXTENSION AND REHABILITATION OF WATER AND WASTEWATER INFRASTRUCTURE IN THE AREAS OF GUIDIGENI, OLTENITEI, TURZII KEY AND HENRI COANDA”, covering exclusively components eligible for financing, the contributions of the related sources of financing being

Cohesion Fund = 85%

National co-financing = 15% (13% state budget and 2% local budget)

 

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:

 

Requirement no. 1 (for all three lots): the bidders, associations, third party supporters and subcontractors must not be found in the situations provided in art.164, art.165 and art.167 of Law no. 98/2016 on public procurement, with subsequent amendments and completions.

The way in which the fulfillment of the requirements can be demonstrated: The DUAE will be filled in by all the operators participating in the procedure (bidders, associations, third party supporters and subcontractors), with the information related to their situation. The supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the Contracting Authority, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. The information in the aforementioned certificates must be real / valid on the date of their presentation.

These documents are:

– The criminal record of the economic operator and of the members of the administrative, management or supervisory body of the respective economic operator, or of those who have the power of representation, decision or control within it, as it results from the ascertaining certificate issued by ONRC / articles of association,

– Certificates stating the lack of outstanding debts regarding the payment of taxes, fees and contributions to the general consolidated budget (local budget, state budget, etc.), for all working points, main and secondary offices for which there are fiscal obligations, which certifies the absence of outstanding debts at the time of their presentation,

– As the case may be, documents proving the fact that the economic operator can benefit from the derogations provided in art. 166 para. (2), art.167 para. (2), art. 171 of Law no. 98/2016 on public procurement,

– Other edifying documents, as appropriate.

Non-resident (foreign) economic operators have the right to present any supporting documents to demonstrate that they have fulfilled their obligations to pay taxes, fees and contributions to the general consolidated budget, in accordance with the requirements of the country of origin or the country in which the tenderer / the candidate is established, issued by the competent authorities of the country of origin (such as certificates, tax records or other equivalent documents). The documents will be presented accompanied by their authorized translation into Romanian.

Note 1: Any economic operator in any of the situations provided in art. 164, 165 and 167 of Law no. 98/2016, which attract exclusion from the award procedure may provide evidence that the measures taken by it are sufficient to concretely demonstrate its credibility by reference to the reasons for exclusion in accordance with the provisions of art. 171 of Law no. 98/2016 on public procurement, with subsequent amendments and completions.

Note 2: The forms and / or documents requested above will be submitted by the bidder ranked first in the intermediate ranking following the application of the criteria for awarding bids declared admissible, by each member of the association (in case of an association), and, if the case, by the subcontractor and by the supporting third party.

Requirement no. 2 (for all three lots): Avoiding conflicts of interest

The bidders, associates, third party supporters and subcontractors must not find themselves in the situations provided in art. 59 and 60 of Law no. 98/2016 on public procurement, with subsequent amendments and completions.

The way in which the fulfillment of the requirement can be demonstrated: The DUAE will be presented completed by the bidder / candidate, third party supporter and subcontractor, as the case may be, with relevant information, according to art. 193-195 of Law no. 98/2016 on public procurement, with subsequent amendments and completions, taking into account the ANAP Notification no. 240/2016.

Persons who hold decision-making positions within the contracting authority regarding the organization, conduct and completion of the award procedure or who may influence its outcome, who have, directly or indirectly, a financial, economic or other personal interest, who could be perceived as an element likely to compromise their impartiality or independence in the context of the award procedure, are: Nicusor DAN – MAYOR GENERAL of Bucharest, Emanuela JUGUREANU – General Manager – General Economic Directorate, Ion FLOREA – Executive Director – Financial Accounting Department , Eugen DAVIDOIU – General Manager – General Directorate of Public Procurement, Adrian IORDACHE – Executive Director – Legal Department, Daniel ISTRATE – General Manager – General Directorate of Public Services,Cătălina GUȘAVAN- Executive Director – Integrated Services Department.

In the situation where the economic operator (bidder / associated bidder / subcontractor / third party supporter) is in one of the situations provided by art. 59 and 60 of Law no. 98/2016 on public procurement, it will be excluded from the award procedure, the offer being rejected.

Note 1: Any economic operator in any of the situations provided in art. 164, 165 and 167 of Law no. 98/2016, which attract exclusion from the award procedure may provide evidence that the measures taken by it are sufficient to concretely demonstrate its credibility by reference to the reasons for exclusion in accordance with the provisions of art. 171 of Law no. 98/2016 on public procurement, with subsequent amendments and completions.

Note 2: The forms and / or documents requested above, will be presented by the bidder ranked first in the intermediate ranking following the application of the criteria for awarding bids declared admissible, by each member of the association (in case of an association), and if this is the case, by the subcontractor and by the supporting third party. Foreign legal entities will present any edifying document to prove eligibility – issued by the authorities of the country of origin (certificates, criminal records, or other equivalent documents issued by the competent authorities of the country) proving the fulfillment of tax obligations to the budget. state and local budget at the time of their presentation, in accordance with the legislation of the country of residence. The documents will be presented in accordance with the provisions of art. 123 para. 3 and para. 4 of GD no. 395/2016 with subsequent amendments and completions (the documents requested by the contracting authority in accordance with the above-mentioned legal provisions will be accompanied by the authorized translation into Romanian).

If in the country of origin or in the country where the tenderer / candidate is established, documents of the nature of those provided are not issued or the respective documents do not concern all the situations provided in art. 164, 165 and 167. Foreign legal persons may submit a declaration on their own responsibility or, if there are no legal provisions in that country regarding the declaration on their own responsibility, an authentic declaration given before a notary, an administrative or judicial authority or a a professional association that has competences in this respect.

It will be presented – Declaration regarding the non-compliance with the provisions of art. 59 and 60 of Law no. 98/2016 (Form no. 18 of the Forms Section).

Requirement no. 1 (for all three lots): The economic operators submitting the offer must prove a form of registration under the law of the country of residence, which shows that the economic operator is legally constituted, that it is not in any of the cancellation situations of the constitution as well as the fact that it has the professional capacity to carry out the activities that are the object of the contract.

In order to fulfill the requirement, DUAE will be presented, as a preliminary proof, completed by the bidder / candidate, third party supporter and subcontractor, as the case may be, with relevant information, according to art. 193-195 of Law no. 98/2016 on public procurement, with subsequent amendments and completions, taking into account the ANAP Notification no. 240/2016.

The supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the Contracting Authority, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. In the case of economic operators participating jointly in the award procedure, each member of the association must prove that, for the part of the contract they perform, they have a correspondent in the field / fields of activity / CANE codes authorized in the documents presented to demonstrate capacity. to exercise professional activity.

The documents will be presented in accordance with the provisions of art. 123 para. 3 and para. 4 of GD no. 395/2016 with the subsequent amendments and completions (the documents requested by the contracting authority in accordance with the above-mentioned legal provisions will be accompanied by the authorized translation into Romanian).

The way in which the fulfillment of the requirement can be demonstrated: The justifying documents that prove the fulfillment of those assumed by completing the DUAE, are:

Confirmation documents:

1. for Romanian legal entities: the ascertaining certificate issued by the National Office of the Trade Register attached to the territorial court shall be requested, from which to result: full name, registered office and working point / points, authorized persons (administrators / authorized persons), the main field of activity / areas of authorized secondary activity (ies) of the tenderer and their correspondence with the object of the contract. The object of the contract must have correspondence in the CANE code (s) authorized in the certificate stating … details on www.e-licitatie.ro

 

III.1.2)Economic and financial standing

List and brief description of selection criteria:

 

Lots: 1 Specify the average annual turnover For Lot 1 The average global turnover in the last 3 years (2017, 2018, 2019) must be at least equal to RON 45,000,000. If a bidder submits a bid for two of the 3 lots, the average global annual turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 95,000,000 (in case of participation in the lot 1 and 2 or 1 and 3) / RON 80,000,000 (in case of participation in lot 2 and 3). If a bidder submits the bid for all 3 lots, the average global annual turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 125,000,000. If several economic operators participate jointly in the award procedure, the fulfillment of the criteria regarding the economic and financial situation is demonstrated by taking into account the resources of all the members of the group. Each economic operator (sole bidder / associated bidder) will fill in the corresponding fields in the DUAE regarding the economic and financial capacity.

Lots: 3 Specify the average annual turnover For Lot 3 The average global turnover, in the last 3 years (2017, 2018, 2019), must be at least equal to 40,000,000.00 RON. If a bidder submits a bid for two of the 3 lots, the average global annual turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 95,000,000 (in case of participation in the lot 1 and 2 or 1 and 3) / RON 80,000,000 (in case of participation in lot 2 and 3). If a bidder submits the bid for all 3 lots, the average global annual turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 125,000,000. If several economic operators participate jointly in the award procedure, the fulfillment of the criteria regarding the economic and financial situation is demonstrated by taking into account the resources of all the members of the group. Each economic operator (sole bidder / associated bidder) will fill in the corresponding fields in the DUAE regarding the economic and financial capacity.

Lots: 2 Specify the average annual turnover For Lot 2 The average global turnover in the last 3 years (2017, 2018, 2019) must be at least equal to RON 40,000,000. If a bidder submits a bid for two of the 3 lots, the average global annual turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 95,000,000 (in case of participation in the lot 1 and 2 or 1 and 3) /80,000,000 RON. (for the case of participation in lot 2 and 3). If a bidder submits a bid for all 3 lots, the average annual global turnover in the last three years (2017, 2018, 2019) must be greater than or equal to RON 125,000,000. If several economic operators participate jointly in the award procedure, the fulfillment of the criteria regarding the economic and financial situation is demonstrated by taking into account the resources of all the members of the group. Each economic operator (sole bidder / associated bidder) will fill in the corresponding fields in the DUAE regarding the economic and financial capacity.

 

Minimum level(s) of standards possibly required:

 

In order to fulfill the requirement, DUAE will be presented, as a preliminary proof, completed by the bidder / candidate and third party supporter, as the case may be, with relevant information, cf. art. 193-195 of Law no. 98/2016 on public procurement, updated and taking into account the ANAP Notification no. 240/2016. The supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. These documents are: The financial statements for the years 2017, 2018 and 2019, endorsed and registered by the competent bodies or any equivalent document from which the turnover results (eg financial audit reports prepared by specialized entities, or verification balances assumed by the economic operator, in case the situations related to the concluded financial year have not yet been finalized according to the provisions of the incident legislation in the field). Note: If several economic operators participate jointly in the award procedure, the forms and documents requested above will be submitted by each member of the group. For the conversion into LEI, if the financial statements are prepared in another currency, the average reference exchange rate published by the NBR for the respective year will be taken into account. INFORMATION REGARDING THIRD PARTY SUPPORTERS If the tenderer demonstrates his economic and financial situation by invoking the support granted by one or more third parties, then the tenderer has the obligation to prove to the Contracting Authority that he has taken all the necessary measures to have access at any time to the necessary resources, presenting a commitment in this respect from the third party / parties (Form no. 5). In accordance with Art. 184 of Law no. 98/2016, the third party economic operator / third party sponsor / supporters will be jointly and severally liable for the execution of the contract. Through the firm commitment, the third party (s) will confirm that they will support the tenderer in order to fulfill the contractual obligations, or by specifying the way in which he / she will intervene concretely in order to fulfill the respective obligations for which he / she granted the support, or by indicating the financial resources it will make available to the tenderer (describing the concrete way in which it will do so). Along with the support commitment, the tenderer has the obligation to present documents sent to him by the supporting third party / third parties, which should show the way in which the supporting third party (s) will / will ensure the fulfillment of his / her support commitment. will be annexed to that commitment. The supporting third party will be jointly and severally liable with the tenderer, unconditionally, to the Contracting Authority for non-performance of any obligation assumed by the tenderer, based on the contract, and for which the latter received economic and financial support according to the commitment, giving up, definitively and irrevocably, invoking the benefit of division and discussion. Each supporting third party will fill in the corresponding fields in the DUAE regarding the economic and financial capacity …

In order to fulfill the requirement, DUAE will be presented, as preliminary proof, completed by the bidder / candidate and third party supporter, as the case may be, with relevant information, cf. art. 193-195 of Lg. no. 98/2016. Documents justifying the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first after the application of the award criterion. These documents are: – The financial statements for the years 2017, 2018 and 2019, endorsed and registered by the competent bodies or any equivalent document from which to result the turnover (eg financial audit reports prepared by specialized entities, or verification balances assumed by the economic operator, if the situations related to the concluded financial year have not yet been finalized according to the provisions of the legislation incident in the field). Note: If several economic operators participate jointly in the award procedure, the forms and documents requested above will be submitted by each member of the group. For the conversion into LEI, if the financial statements are prepared in another currency, the average reference exchange rate published by the NBR for the respective year will be taken into account. INFORMATION REGARDING THIRD PARTY SUPPORTERS If the bidder demonstrates its economic and financial situation by invoking the support granted by one or more third parties, then the bidder has the obligation to prove to CA that it has taken all necessary measures to have access at any time to the resources. necessary, presenting a commitment in this respect from the third party (s) (Form no. 5). In cf. with art. 184 of Lg. no. 98/2016, the economic operator, the third party / third party, the sponsor / supporters will be jointly and severally liable for the execution of the contract. Through the firm commitment, the third party (s) will demonstrate that they will support the tenderer in order to fulfill the contractual obligations, either by specifying the way in which they will intervene in order to fulfill the respective obligations for which he granted the support indication of the financial resources it will make available to the tenderer (describing the concrete way in which it will do so). Along with the support commitment, the bidder has the obligation to present documents sent to him by the third party / third parties, from which to result the manner of fulfillment by which the third party / third party (ies) will / will ensure the fulfillment of its own support commitment, documents that will be annexed to the respective commitment. The supporting third party will be jointly and severally liable with the bidder, unconditionally, to the CA for non-performance of any obligation assumed by the bidder, based on the contract, and for which the latter received economic and financial support under this commitment, waiving in this regard, definitively and irrevocably, when invoking the benefit of division and discussion. Each supporting third party will fill in the corresponding fields in the DUAE regarding the economic and financial capacity. The supporting third party must not be in the situation provided by art. 164, 165 and 167 of Law 98/2016, under the sanction of exclusion from the award procedure. Method of fulfillment: The economic operator (third party / third party …

In order to fulfill the requirement, DUAE will be presented, as a preliminary proof, completed by the bidder / candidate and third party supporter, as the case may be, with relevant information, cf. art. 193-195 of Law no. 98/2016 on public procurement, updated and taking into account the ANAP Notification no. 240/2016. The supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. These documents are: The financial statements for the years 2017, 2018 and 2019, endorsed and registered by the competent bodies or any equivalent document from which the turnover results (eg financial audit reports prepared by specialized entities, or verification balances assumed by the economic operator, in case the situations related to the concluded financial year have not yet been finalized according to the provisions of the incident legislation in the field). Note: If several economic operators participate jointly in the award procedure, the forms and documents requested above will be submitted by each member of the group. For the conversion into LEI, if the financial statements are prepared in another currency, the average reference exchange rate published by the NBR for the respective year will be taken into account. INFORMATION REGARDING THIRD PARTY SUPPORTERS If the tenderer demonstrates his economic and financial situation by invoking the support granted by one or more third parties, then the tenderer has the obligation to prove to the Contracting Authority that he has taken all the necessary measures to have access at any time to the necessary resources, presenting a commitment in this respect from the third party / parties (Form no. 5). In accordance with Art. 184 of Law no. 98/2016, the third party economic operator / third party sponsor / supporters will be jointly and severally liable for the execution of the contract. Through the firm commitment, the third party (s) will confirm that they will support the tenderer in order to fulfill the contractual obligations, or by specifying the way in which he / she will intervene concretely in order to fulfill the respective obligations for which he / she granted the support, or by indicating the financial resources it will make available to the tenderer (describing the concrete way in which it will do so). Along with the support commitment, the tenderer has the obligation to present documents sent to him by the supporting third party / third parties, which should show the way in which the supporting third party (s) will / will ensure the fulfillment of his / her support commitment. will be annexed to that commitment. The supporting third party will be jointly and severally liable with the tenderer, unconditionally, to the Contracting Authority for non-performance of any obligation assumed by the tenderer, based on the contract, and for which the latter received economic and financial support according to the commitment, giving up, definitively and irrevocably, invoking the benefit of division and discussion. Each supporting third party will fill in the corresponding fields in the DUAE regarding the economic and financial capacity …

 

III.1.3)Technical and professional ability

List and brief description of selection criteria:

 

Lots: 1 For works procurement contracts: execution of works of the specified type Requirement no.1-Similar experience in cf. art.179 letters a) and letters b) of Lg. no. 98/2016 pv public procurement, updated. Tenderers must prove that in the last 5 years for works and 5 years for services, fulfilled on the deadline for submission of tenders, mentioned in the notice of participation, has executed and completed works and services relevant / similar to those which are the object of the public procurement contract based on one or more contracts. Through “relevant / similar” works, AC defined the execution of works by: construction / rehabilitation / capital repairs of drinking water pipes or construction / rehabilitation / modernization / extension works of networks of pipes for raw water / drinking water / wastewater / rainwater which involves the crossing of other networks totaling a length of at least 500 m diameter of at least 1000 mm, using technologies without open digging. Through “relevant / similar” services, AC defined the provision of the following …

Lots: 1 Machinery, installations and technical equipment Requirement no. 2 – Declaration regarding the machinery, installations and technical equipment at the disposal of the economic operator providing services or performing works for the execution of the contract The tenderer must prove that he owns or has access (by lease or similar) to the workstations and the relevant software applications that will be used by its staff, as well as the equipment and machinery necessary for the design and execution of the works provided to be performed by the works contract. Note:. The characteristics and the number of workstations / software applications / equipment / machinery will be presented in full correlation with Form no. 12 included in the technical offer, representing the resources that the bidder provided as necessary for the execution of the contract. Requirement no. 3 INFORMATION REGARDING THIRD PARTY SUPPORTERS – if applicable: The technical and / or professional capacity of the economic operator may be supported in accordance with the provisions of art. 182 of Law 98 / …

Lots: 1 Proportion of subcontracting INFORMATION ABOUT SUBCONTRACTORS – if applicable. The tenderer has the obligation to specify the part / parts of the contract he intends to subcontract and the identification data of the proposed subcontractors if the latter are known at the time of submitting the tender, in accordance with the provisions of art. 219 of Law no. 98/2016 on public procurement. If the bidder will subcontract part of the contract, the bidder has the obligation to complete the DUAE. Each subcontractor will also complete a separate DUAE form. In case the bidder will subcontract a part of the contract, the bidder will present together with the submission of DUAE, the subcontracting agreement. Also, the tenderer ranked first after applying the award criterion,

Lots: 3 Proportion of subcontracting INFORMATION ABOUT SUBCONTRACTING – if applicable. The tenderer has the obligation to specify the part / parts of the contract he intends to subcontract and the identification data of the proposed subcontractors if the latter are known at the time of submitting the tender, in accordance with the provisions of art. 219 of Law no. 98/2016 on public procurement. If the bidder will subcontract part of the contract, the bidder has the obligation to complete the DUAE. Each subcontractor will also complete a separate DUAE form. In case the bidder will subcontract a part of the contract, the bidder will present together with the submission of DUAE, the subcontracting agreement. Also, the tenderer ranked first after applying the award criterion,

Lots: 3 For works procurement contracts: execution of works of the specified type Requirement no.1-Similar experience in cf. art.179 letters a) and letters b) of Law no. 98/2016, updated. Tenderers must prove that in the last 5 years for works and 5 years for services, fulfilled on the deadline for submission of tenders, mentioned in the notice of participation, has executed and completed works and services relevant / similar to those which are the object of the public procurement contract, based on one or more contracts. Through “relevant / similar” works, AC defined the execution of works – construction / rehabilitation / modernization / extension / pipeline works for raw water / drinking water / wastewater / rainwater totaling a length of at least 500 m, having a diameter of at least 1000 mm using technologies without open excavation. Through “relevant / similar” services, AC defined the provision of the following design services: 1. Design services (preparation of Feasibility Study / DALI / Technical Project and Execution Details) for construction works …

Lots: 3 Machinery, installations and technical equipment Requirement no. 2 – Declaration regarding the machinery, installations and technical equipment at the disposal of the economic operator providing services or performing works for the execution of the contract The tenderer must prove that he owns or has access (by lease or similar) to the workstations and the relevant software applications that will be used by its staff, as well as the equipment and machinery necessary for the design and execution of the works provided to be performed by the works contract. Note:. The characteristics and the number of workstations / software applications / equipment / machinery will be presented in full correlation with Form no. 12 included in the technical offer, representing the resources that the bidder provided as necessary for the execution of the contract. Requirement no. 3 INFORMATION REGARDING THIRD PARTY SUPPORTERS – if applicable: The technical and / or professional capacity of the economic operator may be supported in accordance with the provisions of art. 182 of Law 98 / …

Lots: 2 Proportion of subcontracting INFORMATION ON SUBCONTRACTORS – if applicable. The tenderer has the obligation to specify the part / parts of the contract he intends to subcontract and the identification data of the proposed subcontractors if the latter are known at the time of submitting the tender, in accordance with the provisions of art. 219 of Law no. 98/2016 on public procurement. If the bidder will subcontract part of the contract, the bidder has the obligation to complete the DUAE. Each subcontractor will also complete a separate DUAE form. In case the bidder will subcontract a part of the contract, the bidder will present together with the submission of DUAE, the subcontracting agreement. Also, the tenderer ranked first after applying the award criterion,

Lots: 2 For works procurement contracts: execution of works of the specified type Requirement no.1-Similar experience in cf. art.179 letters a) and letters b) of Lg. no.98 / 2016, updated: The bidders must prove that in the last 5 years for works and 5 years for services, fulfilled on the date of the deadline for submission of bids, mentioned in the tender notice, it has executed and completed works / services relevant / similar to those that are the object of the public procurement contract, based on one or more contracts. Through “relevant / similar” works, AC defined the execution of works-construction / rehabilitation / modernization / extension / pipeline installation works for raw water / drinking water / wastewater / rainwater totaling a length of at least 500 m, with a minimum diameter 1000 mm, using technologies without open digging. Through “relevant / similar” services, AC defined the provision of the following design services: 1. Design services (preparation of Feasibility Study / DALI / Technical Project and Execution Details) for works …

Lots: 2 Machinery, installations and technical equipment Requirement no. 2 – Declaration regarding the machinery, installations and technical equipment at the disposal of the economic operator providing services or performing works for the execution of the contract The tenderer must prove that he owns or has access (by lease or similar) to the workstations and the relevant software applications that will be used by its staff, as well as the equipment and machinery necessary for the design and execution of the works provided to be performed by the works contract. Note:. The characteristics and the number of workstations / software applications / equipment / machinery will be presented in full correlation with Form no. 12 included in the technical offer, representing the resources that the bidder provided as necessary for the execution of the contract. Requirement no. 3 INFORMATION REGARDING THIRD PARTY SUPPORTERS – if applicable: The technical and / or professional capacity of the economic operator may be supported in accordance with the provisions of art. 182 of Law 98 / …

 

Minimum level(s) of standards possibly required:

 

Continuation: For works contracts: -relevant extracts of the contract / documents / certificates (eg final acceptance report / receipt report at the end of the works, delivery-receipt certificates, recommendations, certificates of good execution, ascertaining certificates) attesting the fact that the works were executed in accordance with the professional and legal norms in the field and that they were completed and / or other documents that show: the beneficiary, the quantity (technical indicators that characterize the object of the work), the period (including date) concluding the contract) and attesting that the works were executed in accordance with the legal and professional norms in the field. For design services contracts: -relevant extracts of the contract / documents / certificates (eg PV for approval of documentation,

Mode. Requirement No.2: The DUAE will be completed by the operators participating in the procedure with the information related to their situation. Doc. supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. Needle. documents are: Technical sheets of workstations / software applications / equipment / machinery offered; – Documents showing the ownership / access to workstations / software applications / equipment / machinery offered. Note: If the offer is submitted by a group of economic operators, the requested forms will be submitted by each member of the association, depending on the part of the contract he is going to fulfill. In the case of an association, each associate will complete the DUAE with relevant information. The bidder who will be designated the winner of the procurement procedure has the obligation to use the stations in the realization of the contract …

5. If the economic operator intends to subcontract a part / parts of the contract, DUAE also includes the requested information regarding the subcontractors. 6. In the case of subcontractors, the contracting authority will apply the provisions of art. 51 GD no. 395/2016. Subcontractors on whose capacity the tenderer relies to demonstrate the fulfillment of certain qualification criteria are also considered as third party supporters, in which case the subcontracting agreement represents, at the same time, the firm commitment. 7. Conform. art. 218 of Law 98/2016, the subcontractors will express at the date of submission of the offer / the moment of their introduction in the contract, the option to be or not to be paid directly by the CA. In this sense, the submitted name will include the name of the subcontractors and their contact details, the part / parts of the contract to be fulfilled by them, the value of the respective part / parts, as well as the agreement of the subcontractors regarding these aspects (art. 150 paragraphs 1 and 2 of GD no. 395/2016) . 8. The contractor has the obligation to …

5. If the economic operator intends to subcontract a part / parts of the contract, DUAE also includes the requested information regarding the subcontractors. 6. In the case of subcontractors, the contracting authority will apply the provisions of art. 51 GD no. 395/2016. Subcontractors on whose capacity the tenderer relies to demonstrate the fulfillment of certain qualification criteria are also considered as third party supporters, in which case the subcontracting agreement represents, at the same time, the firm commitment. 7. Conform. art. 218 of Law 98/2016, the subcontractors will express at the date of submission of the offer / the moment of their introduction in the contract, the option to be or not to be paid directly by the CA. In this sense, the submitted name will include the name of the subcontractors and their contact details, the part / parts of the contract to be fulfilled by them, the value of the respective part / parts, as well as the agreement of the subcontractors regarding these aspects (art. 150 paragraphs 1 and 2 of GD no. 395/2016) . 8. The contractor has the obligation to …

Continuation: For the design services contracts: -relevant extracts of the contract / documents / certificates (eg the minutes of approval of the documentation, at the level of Feasibility Study / DALI / Technical Project and Execution Details, by the Investment Beneficiary, PV receipt of the works that were executed on the basis of these documentations, etc.) attesting that the services and works that were executed on the basis of these documentations were provided in accordance with the professional and legal norms in the field and that they were taken to good end. Documents attesting both the services and works partially received as well as the services and works received at the end of the performance and execution will be accepted (cf. art. 9 paragraph 3 and art. 11 paragraph 3 of Instruction no.

Mode. Requirement No.2: The DUAE will be completed by the operators participating in the procedure with the information related to their situation. Doc. supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. Needle. documents are: Technical sheets of workstations / software applications / equipment / machinery offered; – Documents showing the ownership / access to workstations / software applications / equipment / machinery offered. Note: If the offer is submitted by a group of economic operators, the requested forms will be submitted by each member of the association, depending on the part of the contract he is going to fulfill. In the case of an association, each associate will complete the DUAE with relevant information. The bidder who will be designated the winner of the procurement procedure has the obligation to use the stations in the realization of the contract …

5. If the economic operator intends to subcontract a part / parts of the contract, DUAE also includes the requested information regarding the subcontractors. 6. In the case of subcontractors, the contracting authority will apply the provisions of art. 51 GD no. 395/2016. Subcontractors on whose capacity the tenderer relies to demonstrate the fulfillment of certain qualification criteria are also considered as third party supporters, in which case the subcontracting agreement represents, at the same time, the firm commitment. 7. Conform. art. 218 of Law 98/2016, the subcontractors will express at the date of submitting the offer / the moment of their introduction in the contract, the option to be or not to be paid directly by the CA. In this sense, the submitted name will include the name of the subcontractors and their contact details, the part / parts of the contract to be fulfilled by them, the value of the respective part / parts, as well as the agreement of the subcontractors regarding these aspects (art. 150 paragraphs 1 and 2 of GD no. 395/2016) . 8. The contractor has the obligation …

Continuation: For the design services contracts: -relevant extracts of the contract / documents / certificates (eg the minutes of approval of the documentation, at the level of Feasibility Study / DALI / Technical Project and Execution Details, by the Investment Beneficiary, PV of receipt of the works that were executed on the basis of these documentations, etc.) attesting that the services and works that were executed on the basis of these documentations were provided in accordance with the professional and legal norms in the field and that they were taken to good end. Documents attesting both the services and works partially received as well as the services and works received at the end of the performance and execution will be accepted (cf. art. 9 paragraph 3 and art. 11 paragraph 3 of Instruction no.

Mode. Requirement No.2: The DUAE will be completed by the operators participating in the procedure with the information related to their situation. Doc. supporting documents proving the fulfillment of those assumed by completing the DUAE are to be presented, at the request of the CA, only by the bidder ranked first in the intermediate ranking following the application of the award criteria declared admissible. Needle. documents are: Technical sheets of workstations / software applications / equipment / machinery offered; – Documents showing the ownership / access to workstations / software applications / equipment / machinery offered. Note: If the offer is submitted by a group of economic operators, the requested forms will be submitted by each member of the association, depending on the part of the contract he is going to fulfill. In the case of an association, each associate will complete the DUAE with relevant information. The bidder who will be designated the winner of the procurement procedure has the obligation to use the stations in the realization of the contract …

 

Section IV: Procedures

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.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 16/03/2021
Local time: 15:00
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:

Romanian

IV.2.6)Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 16/11/2021

IV.2.7)Conditions for opening of tenders

Date: 16/03/2021
Local time: 15:00
Place:

In SEAP

 

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.3)Additional information:

 

The bidders have the obligation to carefully analyze the Award Documentation and to prepare the bid according to all the instructions, forms, contractual provisions and technical specifications contained in this Documentation. – It is recommended to the bidders to inspect the project location and the surroundings in order to evaluate, on their own responsibility, expense and risk, the data necessary to prepare the bid. – The contracting authority will organize, for all economic operators interested in participating in the procedure, the visit of the locations where the works that are the objects of the contract will be executed, and the dates of the meetings will be announced in SEAP. The participants in the site visit will provide their means of transport in order to carry out the visit. Following the participation in the site visit, a report will be concluded between the participating economic operators and the Contracting Authority. – We mention the fact that in order to view the award documentation uploaded in SEAP, the economic operators must have a program necessary to view the electronically signed files, this program being available free of charge on the websites of the electronic signature providers. – An economic operator can participate in the procedure only if it is registered in SEAP. – The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by an authorized translation in Romanian. – The awarding documentation is posted in full within the participation announcement published on the site – We mention the fact that in order to view the award documentation uploaded in SEAP, the economic operators must have a program necessary to view the electronically signed files, this program being available free of charge on the websites of the electronic signature providers. – An economic operator can participate in the procedure only if it is registered in SEAP. – The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by an authorized translation in Romanian. – The awarding documentation is posted in full within the participation announcement published on the site – We mention the fact that in order to view the award documentation uploaded in SEAP, the economic operators must have a program necessary to view the electronically signed files, this program being available free of charge on the websites of the electronic signature providers. – An economic operator can participate in the procedure only if it is registered in SEAP. – The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by an authorized translation in Romanian. – The awarding documentation is posted in full within the participation announcement published on the site this program is available free of charge on the websites of electronic signature providers. – An economic operator can participate in the procedure only if it is registered in SEAP. – The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by an authorized translation in Romanian. – The awarding documentation is posted in full within the participation announcement published on the site this program is available free of charge on the websites of electronic signature providers. – An economic operator can participate in the procedure only if it is registered in SEAP. – The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by an authorized translation in Romanian. – The awarding documentation is posted in full within the participation announcement published on the sitewww.e-licitatie.ro .

Requests for clarifications from potential bidders will be addressed exclusively in SEAP, in Romanian, to the “Questions” Section of the award procedure carried out by electronic means. – The answers to the requests for clarifications will be posted in legal term in the column “Documentations, clarifications and decisions” of the participation announcement published on the site www.e-licitatie.ro. – The evaluation commission will send the clarification requests regarding the submitted offers, in SEAP to the “Questions” Section. The economic operators will send the answers to the clarifications and the eventual documents requested during the evaluation of the offers through SEAP (“Questions” Section), entirely in the section corresponding to that request, in the form of one or more distinct documents / files signed with valid extended electronic signature. based on a qualified certificate not suspended or not revoked at the time of signing the offer in accordance with the legal provisions regarding the electronic signature. – In the case of bidders (natural or legal persons) of another nationality than the Romanian one, the documents will be transmitted in the language in which they were issued, accompanied by their authorized translation into Romanian.

Details on the preparation of the DUAE can be found, after authentication in the system, in the section “DUAE information” – DUAE supplement

Regarding the modification of the public procurement contract, the contracting authority reserves the right to apply the provisions of art. 221 of Law 98/2016. Modification of the contract during its validity period, other than in the cases and conditions provided in art. 221 of Law no. 98/2016, is achieved by organizing a new award procedure, in accordance with the provisions of the law.

DESIGNATION OF THE WINNING OFFER

The contracting authority has the obligation to establish the winning bid based on the award criterion specified in the Award Documentation, respectively “the best quality-price ratio”. The evaluation of the offers is made by awarding, for each offer, a score resulting from the application of the algorithm of

Calculation established. The ranking of the offers is established by the descending order of the scores. The winning bid is the first ranked bid which, after applying the award criteria, obtained … details on www.e-licitatie.ro

 

VI.4)Procedures for review

VI.4.1)Review body

Official name: National Council for Solving Complaints
Postal address: Str. Stavropoleos no. 6, sector 3
Town: București
Postal code: 060042
Country: Romania
E-mail: [email protected]
Telephone: +40 213104641
Fax: +40 213104642 / +40 218900745
Internet address: http://www.cnsc.ro

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

Any appeals can be submitted to the National Council for Solving Appeals and will be resolved according to Law 101/2016.

 

VI.4.4)Service from which information about the review procedure may be obtained

Official name: General Directorate of Public Procurement
Postal address: Bulevardul Regina Elisabeta nr. 47, sector 5
Town: București
Postal code: 050013
Country: Romania
E-mail: [email protected]
Telephone: +40 213055500
Internet address: www.pmb.ro

VI.5)Date of dispatch of this notice:

27/01/2021
Details
End: 16/03/2021 12:00 am

Last Tenders

ROMANIA
Romania-București: Construction work for sewage pipes
Tender WebSite 👇 https://e-licitatie.ro/pub/notices/c-notice/v2/view/100162394   Download tender PDF 👇 2023-OJS035-103597-en   📌 Time limit for receipt of tenders or requests to participate Date: 20/03/2023  …
Bangladesh-Dhaka
Bangladesh-Dhaka: Construction work for water projects (end date 09/05/2022)
Short description: CONSTRUCTION OF INTAKE, RAW WATER PUMPING STATION AND RAW WATER PIPELINE INCLUDING TUNNEL CROSSING OF RIVER Description of the procurement:…
NORWAY
Norway-Holmestrand: Consulting services for water-supply and waste consultancy (end 21/10/2021)
DOWNLOAD 👇 Norway-Holmestrand Consulting services for water-supply and waste consultancy (end 21102021)   II.1.4) Short description: Framework agreement for technical consultants related…