JUDE?UL SATU MARE has floated a tender for Contract notice: Actuators. The project location is Romania and the tender is closing on 08 Oct 2018. The tender notice number is 384213-2018, while the TOT Ref Number is 26428103. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Romania

Summary : Contract notice: Actuators

Deadline : 08 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26428103

Document Ref. No. : 384213-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL SATU MARE
Office Name: Jude?ul Satu Mare
Address: Str. 25 Octombrie nr. 1
Town: Satu Mare
Postal Code: 440026
Contact Point: Savu Ramona Ina Mihaela

Phone: +40 261805152
Fax: +40 261710395
Romania
Email :sap@cjsm.ro
URL :www.cjsm.ro

Tender Details

Object of the contract
Actuators

Description: Contract notice: Actuators

Authority Type: Regional or local authority
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: Lowest price
CPV code: 31131100, 79930000, 31131100, 79930000
CPV Description: Actuators - Specialty design services - Hailstorms through active interventions in the atmosphere, including design, within the project "Mitigating the effects of hail and ... details on www.e-licitatie.ro

Reference Number : 3897378/2018 / 2.15 / 1

The system for fighting hailstones through active interventions in the atmosphere, including design, within the project"Main Site: 40 locations in Satu Mare County, according to the Terms of Reference.

The subject of the contract assumes:

Stage I - Designing:

1) Supporting documentation and expenses for obtaining opinions, agreements and authorizations; 2) Environmental impact study.Performance: max. 45 days from signing the contract. Within 15 days of the signing of the contract, the contractor shall make available to the CA a list including the definition of all the approvals / agreements / authorizations required for the commissioning of the shipment. Stage II - Supply:

1) Supply Sist. of comb. of hail falls through active atm interventions, including a typical mobile computertablet;

2) Panels printed with visibility elements of the prog. financing - Interreg V-A Romania-Hungary Program (44 pieces). Duration: max. 90 days from the date of transmission of the order from the AC, after obtaining all the approvals, agreements and authorizations necessary for putting into operation the system for combating the hailstones by active interventions in the atmosphere.The AC will transmit the order, taking into account the period of time required for making, supplying, transporting and installing the system, so that testing can be carried out between April and September, per year. of the year for which the system is designed to work. Contract length: 135 days. According to the budget, the estimated value of the supply contract is RON 2, 836, 864.47, excluding VAT, and is-consists of the following expenditure categories: Pr. Sist. to combat hailstorms through active interventions in the atmosphere - 25, 916.58 RON without VAT; Doc. support and chel. for the child. of opinions, agreements and authorization. - 23, 119.00 RON without VAT; Environmental Impact Study - 9, 247.60 RON without VAT; Supply Sist. of comb. of hailstones by interv. active in atm., includediv a tablet computer - 2, 770, 810.21 RON without VAT; Engraved panels. visibility of progr. financing - Interreg V-A Romania-Hungary Program (44 pieces) - 7, 771.08 RON, VAT excluded.

Ampl. these units is prev. to be done in 40 locations in the county so that the locations form a dense network. approx. homogeneous.

1. The economic operator (leader, associate, subcif any, must not be found in any of the situations of exclusion provided for in article 164, art. 165, art. 167 of Law no.98 / 2016.

The bidders, the associated offerors, the third parties and the subcontractors have the obligation to complete and initially present the DUAE as the first proof of non-compliance in exclusion and capacity requirements.will present separately the Single European Procurement Acquis (DUAE), in accordance with the provisions of art. 193 of the Law no.98 / 2016, by the economic operators participating in the award procedure (leader, associate, third party and subcontractor, as the case may be) with information related to their situation and signed accordingly (electronic signature). The supporting documents proving indthe fulfillment of the obligations assumed by completing the DUAE will be presented at the request of the contracting authority, only by the bidder ranked first after applying the award criterion on the admissible tenders. These documents may be: - - certificate of non-payment of debts outstanding taxes, local taxes and contributions to the general budget conso(local budget, state budget, etc.), showing that the tenderer has no overdue debts at the moment of presentation, or the value of these debts falls within the value thresholds provided by art. 166 paragraph (2) of Law no.98 / 2016, - a criminal record of the economic operator and of the members of the management, management or supervisory body of that economic operator, or of-those who have power of representation, decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act, valid at the moment of its presentation, - if necessary, documents demonstrating that the economic operator may benefit from the derogations provided for in Article 166 (2), Article 167 (2), art. 171 of Law 98/2016 pri- Other publications, as the case may be.

Offenders foreign legal / physical persons: they will present editorial documents issued by the competent authorities of the country in which they are resident, proving that they have fulfilled their payment obligations taxes, taxes and social security contributions to the budgets of the general budget-in accordance with the legal provisions in force in the country of residence.

Documents presented in a language other than the Romanian language shall be accompanied by certified translation.

Documents shall be submitted in Romanian, with the words "according to the original".

2. The suppliers, third parties and subcontractors must not find themselves in the situations provided by art. 59 and art. 60 fromLaw no.98 / 2016.

The manner by which the fulfillment of the requirement can be demonstrated:

- the DUAE will be filled in by the economic operators (tenderer, associated offeror, third party, subcontractor, as the case may be) participants in the award procedure with the information related to the situation their - will be presented in SEAP with the DUAE Statement on non - compliance with the provisions of art.60 of the Law no.98 / 2016regarding the public procurement, Form 1 of Section III Formulation of the awarding documentation, by all the participants in the award procedure (tenderer, associate, subcontractor and third party, as the case may be.)

The economic operator (bidder, associated offeror, third party, subcontractor ) should not be in conflict with any of the following personsSatu Mare County:

Pataki Csaba - President, Rus Ioan - Vice President, Crasnai Mihaela Elena Ana - Secretary of the State, Mandrut Marius Vasile - Executive Director Legal Affairs and Relations with Advocates, Hadady Eva Katalin - Executive Director Economic Directorate, ... details on www.e-licitatie.ro

Requirement 1. The bidder (associations in the case of offerstheir joint and, if applicable, the supporting third party) will declare the global annual average turnover for the years: 2015, 2016 and 2017, which must be at least 2, 500, 000 RON. This will be determined as the arithmetic average of the global business figures obtained by the economic operators in the specified financial years. Global turnover figures will be expressed in LThey. If the financial statements are drawn up in a currency other than a leu, the average annual leu / foreign exchange rate communicated by the NBR (average rate set by the NBR) for 2015, 2016 and 2017 will be applied. The number of reference years normally decreases the date of establishment or commencement of the economic operator's activity. If the offer is submitted by an association, the condition will be cons□ Requirement 2. Information regarding third parties The economic and financial capacity of the economic operator can be sustained in accordance with the provisions of art.184 of the Law no.98 / 2016. Tertium / third party assisting in meeting the headline criteriathe technical and / or professional activity must not be in the situation that leads to the exclusion from the award procedure in accordance with the provisions of art. 164, art. 165 and art. 167, as well as art.60 of the Law no.98 / 2016, with the modifications and subsequent additions.

1) Bidding will be done solely on the basis of price and not by quantification of other technical elements or other advantages.(2) If two or more admissible tenders are ranked first and have equal prices, in order to divide the bids, the reimbursement will be requested through SEAP, ie the loading electronics by the economic operators of the doc. which contain new prices, and the contract will be awarded-the tenderer whose new financial proposal has the lowest price, 3) Doc. DUAE is available in electronic format via the dedicated online service, available free of charge from the EC, available at: https: //ec.europa.eu/growth/tools-databases/espd/filter or https : //ec.europa.eu/tools/espd

4) Economic operators are required to submit DUAE together with the carrierotherwise, the offer will be declared unacceptable, according to the provisions of art. 137 par. (2) lit. b) from H.G. 395/2016. Doc. The DUAE will be submitted to the SEAP, accompanied, as appropriate, by: The firm's firm commitment (together with the supporting documents submitted to the third party by the third party / supporters, needleestora), Association Agreement, Subcontracting Agreement. The supporting documents proving the ones assumed in the commitments / agreements will be submitted only by the tenderer ranked first after the application of the award criterion on the admissible tenders, at the request of AC; 5) If the offer and the documents accompanying it are not signed with extended electronic signature, based on a-qualified certificate, issued by an accredited certification service provider, the tender will be declared unacceptable, according to the provisions of art. 137 par. (2) lit. j) from H.G. 6) The Contractor, together with the CA representatives, will contact the project partners in order to ensure the computerization of the warnings given by the contractors with the anti-hail system in the countySatu Mare

The contractor will ensure: - the necessary supplies (acetone, etc.), - the supply, installation and transport of UCGs at the locations established together with the representatives of the local authorities from the 40 localities, - the necessary materials, assembling / manufacturing and assembling, development of computer support, cartographic support, assurance of functional communication units penthe contractor will prepare a manual for the use and maintenance of the system, which will contain the description of all the materials, the subassemblies used, the cond. and the verification parameters. of the various equipment and sub-assemblies (technical characteristics to be monitored in periodmaintenance), normal and overflow values for the values to be automatically monitored, as defined in the Tender Specifications. The manual will specify the specific verification periods for the various components / subassemblies.

The contractor will collaborate during the operation of the system with the maintenance operator to remove any problems not included in the myear of use and maintenance of the system. The duration of delivery, transportation, installation of the products shall be no more than 90 days from the date of transmission of the order from the CA, after obtaining all the approvals, agreements and authorizations required for the placement in operation of the Combat Systemhail falls through active interventions in the atmosphere. The AC will send the order, taking into account the period of time required for the system to deliver, deliver, transport and mount, so that testing can be performed between April and September, the year of the year for which the system is designed to work.
Internet address (URL): www.cjsm.ro

Documents

 Tender Notice