COMPANIA NATIONALA DE ADMINISTRARE A INFRASTRUCTURII RUTIERE SA has floated a tender for Contract notice: Construction work for highways, roads. The project location is Romania and the tender is closing on 10 Oct 2017. The tender notice number is 268814-2017, while the TOT Ref Number is 14786636. 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: Construction work for highways, roads

Deadline : 10 Oct 2017

Other Information

Notice Type : Tender

TOT Ref.No.: 14786636

Document Ref. No. : 268814-2017

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : COMPANIA NATIONALA DE ADMINISTRARE A INFRASTRUCTURII RUTIERE SA
Office Name: Compania Nationala de Administrare a Infrastructurii Rutiere SA
Address: Bulevardul Dinicu Golescu nr. 38, sector 1
Town: Bucuresti
Postal Code: 010873
Contact Point: Directia Achizitii Infrastructura Rutiera
Attention: dlui Horia Nicolae, director DAIR
Phone: +40 212643299
Fax: +40 212643298
Romania
Email :laura.axente@andnet.ro
URL :www.cnadnr.ro

Tender Details

Object of the contract
Construction work for highways, roads

Description: Contract notice: Construction work for highways, roads

Authority Type: Body governed by public law
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 45233100, 45221111, 71322500, 45233100, 45221111, 71322500
CPV Description: Design and Execution "Bucharest Ring Road km 0 000 km 100 900" Lot 1: Sector 1. Km 52 070 Km 52 770 for North Belt and Sector 2. Km 52 770 Km 69 000 for South Belt Lot 2: Km 69 000 Km 85 300 for the South Belt, Lot 3: Sector 1. Km 85 300 Km 100 765 for the South Belt and Sector 2. Km 0 000 Km 2 500 for the North Belt

Construction work for highways, The main objective is to design and execute the works for the Bucharest highway km 0 000 km 100 900: - - Lot 1: Sector 1. Km 52 070 Km 52 770 for the North Belt and Sector 2. Km 52 770 Km 69 000 for the South Belt;

- Lot 2: Km 69 000 Km 85 300 for the South Belt;

--Lot 3: Sector 1. Km 85 300 Km 100 765 Connected to South Belt and Sector 2. Km 0 000 Km 2, 500 for North Belt,

according to FIDIC Yellow Contract Terms

AC requests GP issued on behalf of the bidder, who will Be issued by a bank / insurance company that is not in special situations regarding authorization or supervision, under the law, in the amount of: Lot 1: 17, 530, 000 RON; Lot 2: 16, 750, 000 RON; Lot 3: 16, 460, 000 RON. GP may be issued on behalf of the tenderer and in EUR in the amount of: Lot 1: EUR 3 849 363, 20; Lot 2: EUR 3 678 085, 20; Lot 3: EUR 3 614 404.92, calculated at an average rate displayed by the NBR, May 2017, of 1 EUR = 4.5540 RON. For the GP value calculation, if the bidder wants to present GP in a currency other thanThe euro will use the average rate of May 2017 published on http: // ec.europa.eu/ budget / contracts _grants / info_contracts / inforeuro / inforeuro_en.cfm

II. The validity period of the GP will be at least equal to the period of validity of the offer. III. GP must be irrevocable. IV. The GP must explicitly provide that the payment will be executed unconditionally, ie at the first request of the beneficiaryBased on his / her statement regarding the guilty person's guilty, and the AC is presented at the latest by the date and time limit for the submission of the bids by loading it in SEAP together with the offer. GP will be signed by the bidder with an extensive electronic signature based on a qualified certificate issued by an accredited certification service provider under the conditions-laws. Form A will be completed. art. 35-38 of HG 395/2016. Further information on the GP is found in section IV.4.3, Presentation of the offer. Pt. GP formed by bank transfer, the accounts of CNAIR SA opened at BCR Branch Unirea are: RO82 RNCB 0082 0080 9408 1283 RON or RO55 RNCB 0082 0080 9408 1284 EUR. The successful bidder will be a good guaranteeOf the contract, in original, in the amount of 10% of the value of the contract, without VAT, within 5 working days from the date of signing the public acquisition contract. In the event that during the execution of the public procurement contract, the contractor has the obligation to complete the performance guarantee in correlation with the new value of the contactHis public acquisition, according to art. The guarantee of good execution is constituted by a bank transfer or by a guarantee instrument issued under the law by a banking company or by an insurance company, which becomes an annex to the contract, The provisions of art. 36 par. (3) - (5) of GD 395/2016 applying accordingly.

The contracting authority has the right toShall issue claims on the performance guarantee, at any time during the performance of the public procurement contract, to the extent of the damage caused, if the contractor fails to fulfill his obligations under contract. Prior to the issuance of a claim on the performance guarantee, the contracting authority has the obligation to notify the claim both to the contractorAs well as to the issuer of the guarantee instrument, specifying the obligations that have not been observed and the way of calculating the damage.

In the case of performance of the performance guarantee, partially or totally, the contractor has the obligation to reintroduce the guarantee in relation to the rest Remaining to be executed, according to art. 41 of HG 395/2016. The guarantee of good execution must be presented in confOrmitate with the B Form in the "Formulation" section of the Awarding Documentation.

I would like to co-finance with the State Budget See the resolutive clause in section IV.4.3) The way of submitting the tenders, chapter 10. The signing of the contract. The fulfillment of the qualification criteria / requirements will be presented:

I. For each batch, the sole bidder / associated bidder / subcoThe supporter / third party must prove that it does not comply with the provisions of art. 164 of Law no. 98 / 2016.

In this respect, for each batch, the sole bidder / associated bidder / subcontractor / third party will complete DUAE Part III "Exclusion Grounds" Section A "Reasons for Criminal Offenses." Each batch, bidderIn the first place after applying the award criterion, prior to the award of the contract, shall present, at the request of the contracting authority, the following editorial documents proving / confirming non-compliance with the situations stipulated in art. 164 above, both for the sole tenderer / associated bidder and for the subcontractor / third party stated in the offer: the record-Judiciary of the economic operator and of the members of the management, management or supervisory body of that economic operator, or of those having the power of representation, decision or control within the economic operator as it results from the certifying certificate issued by the ONRC / act constitutive; Other editing documents, as appropriate. II. For each batch, the unique bidder/ The associated offeror / the subcontractor / third party must prove that they do not comply with the provisions of art. 165 of Law no. 98 / 2016.

For this purpose, for each lot separately, the sole tenderer / associated offeror / subcontractor / third party will complete the DUAE Part III "Exclusion grounds" Section B "Reasons for paying taxes or insurance contributionsThe tenderer ranked first after applying the award criterion, prior to the award of the contract, shall present, at the request of the contracting authority, the following editorial documents proving / confirming non-compliance with the situations stipulated in art. 165 above, both for the sole tenderer / associated bidder and for theThe subcontractor / third party named in the offer:

A. The Romanian legal persons must submit: - a certificate of fiscal attestation regarding the fulfillment of the obligations to pay the taxes, taxes or contributions to the consolidated general budget, from which the lack of overdue debts occurred at the moment of its presentation. Foreign legal persons will present any edIssued by the authorized institutions of the country of origin (fiscal attestation certificates, criminal records, other equivalent documents, etc.) proving that they have fulfilled their obligations to pay taxes, duties or contributions to the general consolidated budget, In accordance with the national law of the country of residence of the sole tenderer / tenderer asVendor / subcontractor / third party or the country where the sole bidder / associated bidder / subcontractor / third party is established. Note 1: The contracting authority shall exclude from the award procedure any economic operator that is aware of it as well- has breached its obligations to pay taxes, duties or contributions to the general consolidated budget, and this has been determined by a court decision or administrative decision having a final and binding character in accordance with the law of the State in which the economic operator is established. Note 2: The contracting authority will exclude from the assignment procedureIs an economic operator if it can demonstrate by any appropriate means that the economic operator has breached its obligations regarding the payment of taxes, duties or contributions to the general consolidated budget

Note 3: The economic operator is not excluded from the award procedure if, Prior to the exclusion decision, fulfills its obligations by paying taxes and dutiesOr the contributions to the general consolidated budget due or other means of extinguishing them, or they benefit, according to the law, from their rescheduling or other facilities for their payment, including, as the case may be, any interest or penalties for delayed accumulation or fines .

Note 4: The economic operator is not excluded from the award procedure when cThe amount of taxes, duties and contributions to the general government due and outstanding, meets one of the following conditions:

a) is less than RON 4, 000; b) it is higher than 4, 000 RON and less than 5% of the total taxes, Taxes and contributions owed by the economic operator to their most recent due date. For each batch, the single /The associated offeror / subcontractor / third party must prove that they do not comply with the provisions of art. 167 of the Law no. 98 / 2016.

In this respect, for each batch, the sole bidder / associated bidder / subcontractor / third party will complete the DUAE Part III "Exclusion Reasons" Section C "Reasons for Insolvency, Conflicts of Interest or Profession Deviance"For each lot as well, the sole tenderer / associated offeror / subcontractor / third party must submit Form C" Statement of non-compliance with the provisions of Article 60 (1) of Law 98/2016 ", in In accordance with the model presented in the Forms section. Form C will be compulsorily submitted with the DUAE via SEAP and will beSigned with an extended electronic signature, based on a qualified certificate, issued by a certification service provider accredited under the law.

Note: For the purposes of the provisions of art. 60, par. (1) lit. D) of Law 98/2016, through a shareholder or significant associate is understood the person who exercises rights related to shares which, cumulatively, represent at least 10% of the share capital• For each lot, the Bidder ranked first after application of the award criterion, prior to the award of the contract, shall present, at the request of the contracting authority, the following documents Edifiers who prove / confirm the non-compliance in the situations provided by art. 167 mYou have up to both the sole offeror / associated offeror and the subcontractor / third party stated in the offer:

- certificates, records, documents proving that the economic operator may benefit from the derogations provided in art. 167 par. (2) and art. 171 of Law 98/2016 on Public Procurement, - other editorial documents, as appropriate.The tenderer does not exclude from the award procedure an economic operator against whom the general insolvency procedure has been opened when, on the basis of the information and / or documents submitted by the economic operator concerned, establishes that he has the capacity to execute the public acquisition contract. This implies that the economic operator is either in the observation phase-And has taken the necessary steps to draw up a feasible reorganization plan that allows for a sustained continuation of current activity whether it is within the judicial reorganization phase and fully complies with the implementation plan of the reorganization plan approved by the court. Note 2: It is considered that the contracting authority has enough plausible evidence to considerThat the economic operator has concluded with other economic operators agreements aimed at distorting the competition within or in connection with this procedure in the situation where within the governing bodies of 2 or more economic operators participating in the awarding procedure are the same persons or persons Who are husband / wife, relative or son-in-law up to second degree inclusiveOr which have common interests of a personal, financial or economic nature or of any other nature. Note 3: The contracting authority is deemed to have sufficient plausible evidence to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition Or in connection with this procedure in the case where a bidder has filed two-Or several offers, both individually and jointly with other economic operators or only jointly with other economic operators. Note 4: The contracting authority is deemed to have sufficient plausible evidence to consider that the economic operator has entered into agreements with other economic operators Which aims at distorting competition within or in connection with this procedure in-Which tenderer has submitted the individual offer / jointly with other economic operators and is nominated as a subcontractor in another tender. Note 5: The contracting authority will exclude an economic operator at any time of the award procedure in which it acknowledges that the operator Economic situation is, having regard to the actions or actions taken before or during the proceedings, -In one of the situations provided in art. 164, 165 and 167, to attract exclusion from the award procedure. The decision-makers of the contracting authority, as well as the persons within the contracting authority that may influence the content of the awarding documentation and / or the award procedure are:

General Manager Ionita Stefan,

Director-Deputy General Director General for Road Infrastructure Development Mr Diamandi Cristian Emilian, Deputy General Manager General Directorate of Engineering, Studies and Investigations Mr. Dicu Craciunel Sorin, Director of Engineering and Documentation Analysis Mr. Patiu Sorin, Deputy Director of Engineering and Documentation Analysis Division Marioara Capra,

Counselor-General Mr. Tanasescu-Anghel

Deputy Director General Directorate General Economic and Financial Mr. Masala Ionut Laurentiu-Director of Acquisitions Road Infrastructure Mr. Nicolae Horia Mihai

Head Procurement foreign funds and State Mr. Curculescu Marius Razvan

Head of Acquisitions Works Axente Ioana Laura

Berdei Mihai Daniel, Enache Nicoleta, Mtir Claudia Agipsina, SeghetSimona, Pricopie Adriana Simona, employees of the Acquisitions Service, Mr. Osman Vasile Petrinel, Costache Designer, Razvan Adrian; Ionita Romeo Cristian Employees in the National Motorways and National Road Service Design Service,

Director of the Legal Department Mr. Filipescu Andrei,

Hlibocianu Mihaela Ruxandra Consulting Advisory Service,

Apostol Mircea, Cambosie Laura, Palai Raluca Maria, Stan Andreea Roxana, Stan Mihai Iulian, Stanescu Roxana Mihaela, Taras Dana Ecaterina, Filip Gianina employed by the Advisory Advisory Service,

CFA Ticu Catalin Alexandru,

Popa Raluca Marilena, Duina Neluta Veronica, Givan Danut Grigore, Otelea Victor Georgian, Dogaru Victor Ioan, Roman Diana Aurelia-CFP Service,

Chief of Bureau Analysis Mr. Calmus's Prices Ion Lucian,

Berghia Paul-Marian Chairman Board of Directors of CNAIR SA,

Truter Alina Monica, Girla Laura Diana, Mladinoiu Adrian, Mocanu Gabriela Elena, Simionescu Alexandra Violeta, Neacsa Petre members in The Board of Directors of CNAIR SA - Members of the General Meeting of Shareholders of CNAIR SA do not have attributions /To the awarding documentation and carrying out the public acquisition process. Legal entities responsible for drawing up the technical and economic documentation included in the Designation Documentation (designer name) IPTANA SA. Note 1: Possible potential conflict generating situation Participation in the process of verification / evaluation of the tenders of a person-Is a spouse, a relative or a son, up to the second degree inclusive, with persons who are part of the board of directors / management or supervising body of the individual offeror / associated offeror / subcontractor / third party supporter. Situation potentially generating conflict of interest participation in the process of verification / evaluation of offers of a-Persons found or in respect of which there are reasonable indications / information that they may have, directly or indirectly, a personal, financial, economic or other interest, or are in another situation likely to affect their independence And impartiality during the evaluation process.

Note 3: If, as a result of the clarifications requested, the offerThe contracting authority establishes that there is a conflict of interest, the contracting authority shall adopt the necessary measures to eliminate the circumstances that generated the conflict of interests, by providing measures such as the replacement of the persons responsible for the evaluation of the offers, When affectedWhere applicable, or the removal of the tenderer / candidate in relation to the decision-makers within the contracting authority. Note 4: In order to demonstrate that he / she does not fall into one of the situations provided for in art. 164, 165 and 167 of Law 98/2016, for each batch, the bidder ranked first after applying the atPrior to awarding the contract, at the request of the contracting authority, any editorial document in the country of origin or in the country where the tenderer is established, such as certificates, criminal records or other equivalent documents issued by the competent authorities of that country according to art. 168 par. (1) of Law 98/2016, both for the single offeror / bidderT Notebook 5: If the above mentioned documents are not issued in the country of origin or in the country where the sole tenderer / the associated tenderer / the subcontractor / the supporting third party is established, the tenderer / subcontractor / Or these documents do not cover all the situations referred to in art. 164, 165 and 167 of Law 98/2016, the sole offerorThe Associate / Subcontractor / Supporting Party will either submit a declaration on his / her own responsibility or, if there is no legal provision in his / her country of affiliation, an authenticated statement in front of a notary, an administrative or judicial authority, or A professional association with competence in this respect. Note 6: WhereThere are uncertainties as to the existence or non-existence of an exclusion situation, the contracting authority has the right to request directly information from the competent foreign authorities. For each lot, the economic operators submitting the tender must prove a form of registration under the law of the country of residence, from which it appears that the ecOnomic is legally constituted, that he is not in any of the situations of cancellation of establishment, and that he has the professional capacity to carry out the activities that are the subject of the contract.

In order to demonstrate the fulfillment of the criterion of the capacity to exercise the professional activity for each Batch, single bidder / affiliate bidder / third party / subcontThe Routant will complete the DUAE Part IV "Selection Criteria" Section A "Capacity to Meet the Requirements."

For each lot, the Bidder ranked first after applying the award criterion will, prior to the award of the contract at the request of the contracting authority, The Certificate of Attorney issued by the Trade Registry Office near the Teri TribunalIn full, showing that the main / secondary activity it carries out according to the CAEN coding corresponds to the object of the contract.

Also, in the Certificate of Finding issued by the Trade Register Office of the Territorial Court, the following information must also be found: the data Identification of the economic operator, shareholders / associatesThe management bodies, the administrators, the members of the Board of Directors, the members of the Supervisory Board, the participation quotas. Note 1: For foreign legal persons, proofreading documents shall be provided proving a registration form according to the legal provisions of the country in Which the tenderer is established, from which the information requested by the author can be retrievedNote 2: In case of an association, documents will be submitted for each of the members of the association. In order to meet the requirement, it is sufficient for each member's activity to be in accordance with the part of the contract that he / she will undertake. Note 3: If the tenderer benefits from support from third parties or if he / she subcontractsParts of the contract, for each lot separately, it shall present the Certificate of Conformity and for the third party supporters / subcontractors declared in the DUAE. In order to meet the requirement, it is sufficient for the activity of each third party / subcontractor to be consistent with the part of the contract he / she will make.
Internet address (URL): www.cnadnr.ro
Directive: Classical Directive (2004/18/EC)

Documents

 Tender Notice