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 17 Oct 2017. The tender notice number is 273097-2017, while the TOT Ref Number is 14864483. 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 : 17 Oct 2017

Other Information

Notice Type : Tender

TOT Ref.No.: 14864483

Document Ref. No. : 273097-2017

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: Horia Mihai Nicolae
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: Proiectare si executie autostrada Sibiu Pitesti, Sectiunea 1 Sibiu Boita, km. 0 000 km. 14 150 Lot 1 km. 0 000 km. 13 170.

Construction work for highways, roads.

Road bridge construction work.

Engineering-design services for traffic installations.

Obiectivul principal il reprezinta proiectarea si executia lucrarilor pentru Autostrada Sibiu Pitesti, Sectiunea 1 Lotul 1 in conformitate-With FIDIC Yellow Contract Terms. Section 1 for Section 1 is between km. 0 km. 13 170, and the highway route will start in the Selimbar area, at the intersection with the Sibiu ring road. The alignment continues west of the National Road DN7, parallel to it, being located in a hilly area up to 6 km in the area of Vestem. Next, the highway route tCrosses west of Talmaciu, county road DJ 105G Avrig Marsa Talmaciu Sadu to the Boita area where there is a road junction that provides the temporary connectivity of the Sibiu-Pitesti highway with DN7

AC requests GP issued on behalf of the tenderer to be issued by To a bank / insurance company that is not in special situations regarding authorization or supervisionUnder the law, in the amount of RON 14, 000, 000. GP may be issued in the name of the bidder and in euro, in the amount of EUR 3 074 220.47, calculated at an average rate displayed by the NBR for May 2017 of EUR 1 = RON 4, 5540. For the calculation of the GP value, if the bidder wants to present the GP in a currency other than the euro, we 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 beneficiary, based on his / her statement regarding the guilty of the guarantorE, and the AC is presented at the latest by the date and time limit for the submission of bids by loading it in SEAP together with the offer. The GP will be signed by the bidder with an extended electronic signature, based on a qualified certificate, issued by an accredited certification service provider under the terms of the law. Form A will be completed. art. 35-38 of HG 395/2016. Further information on GPs can be 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 bidder declared winner will be a guarantee of good execution of the contract, in original, in the amount of 10% of the valueOf the contract, without VAT, within 5 working days from the date of signing the public procurement 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 public acquisition contact, according to art. 39, par. (5) of HG 395 / 2016.

GaThe good execution order 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 to issue claims on the performance guarantee, at any time during the-The fulfillment of the public procurement contract, within the limit of the created damage, if the contractor fails to fulfill his obligations under the 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 contractor and to the issuer of the guarantee instrument, specifying the obligationWhich are not respected, as well as the method of calculating the damage.

In the case of execution of the performance guarantee, partially or totally, the contractor has the obligation to reintroduce the guarantee in relation to the remainder to be executed, according to art. 41 of HG 395/2016. The Good Execution Guarantee must be presented in accordance with Form B of the "Formulation" Section of the A Documentation■ Projects funded by non-reimbursable funds 2014-2020 We can co-finance with the State Budget. See resolutive clause in section IV.4.3) cap. 10. Signing the contract.

To demonstrate the fulfillment of the qualification criteria / requirements, please provide:

I. The sole tenderer / associated bidder / subcontractor / third party must demonstrate that they do not fit-In the provisions of art. 164 of Law no. 98 / 2016.

In this respect, the sole tenderer / associated bidder / subcontractor / third party will complete the DUAE Part III "Exclusion Grounds" Section A "Reasons for Criminal Offenses."

Also the bidder ranked first after application The award criterion, prior to the award of the contract, will present, upon requestContracting documents, the following editorial documents proving / confirming non-compliance with the situations provided in art. 164 above, both for the sole tenderer / associated bidder and for the supporter / subcontractor stated in the offer: the criminal record of the economic operator and the members of the management, management or supervisory body of that companyEconomic operator, or those who have power of representation, decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act; Other edifying documents, as appropriate. II. The sole tenderer / associated offeror / subcontractor / third party must prove that they do not comply with the provisions of art. 165 of Law no. 98 / 2016.

In this areaNs, the sole bidder / associated bidder / subcontractor / third party will complete the DUAE Part III "Exclusion Reasons" Section B "Reasons for Paying Taxes or Social Security Contributions."

Also, the bidder ranked first after application of the Criterion The award, prior to the award of the contract, will, at the request of the contracting authority, The most important documents proving / confirming the non-compliance in the situations provided by art. 165 above, both for the sole offeror / associated bidder and for the subcontractor / third party stated 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 otherIbuties to the consolidated general government, which would reveal the lack of overdue debts at the moment of its presentation. Foreign legal entities will present any editorial documents issued by the authorized institutions of the country of origin (tax attestation, criminal records, other equivalent documents, etc.) proving that they have fulfilled their obligations-The payment of taxes, duties or contributions to the consolidated general budget in accordance with the national law of the country of residence of the sole vendor / associated contractor / subcontractor / third party or of the country in which the sole tenderer / associated offeror / subcontractor / established. From the enlightened documents presented, the absence must be revealed-Of the outstanding debts at the time of their presentation.

Note 1: The contracting authority will exclude from the award procedure any economic operator that is aware that it has breached its obligations to pay taxes, duties or contributions to the consolidated general budget, and this was Established by a court decision or administrative decision having a characterDefinitively and compulsorily, in accordance with the law of the State in which the economic operator is established. Note 2: The contracting authority shall exclude from the award procedure an economic operator if it can demonstrate by any appropriate means that the economic operator has breached its obligations On the payment of taxes, duties or contributions to the general budget-Note 3: The economic operator is not excluded from the award procedure if, prior to the exclusionary decision, he fulfills his obligations by paying taxes, duties or contributions to the general consolidated budget owed or by other means of extinguishing or benefiting, under the conditions The law, their rescheduling or other facilities for their payment, Including Note 4: The economic operator is not excluded from the award procedure when the amount of taxes, duties and contributions to the general government due and outstanding, meets one of the following Conditions:

a) is less than 4, 000 RON;

b) is higher than 4, 000 RON and less than 5-% Of total taxes, taxes and contributions owed by the economic operator to their most recent due date. The sole tenderer / 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, the sole tenderer / associated bidder / subcontractor / third party will completeDUAE Part III "Exclusion Reasons" Section C "Reasons for Insolvency, Conflicts of Interest or Professional Misconduct."

Also, the sole tenderer / associated bidder / subcontractor / third party must submit Form C "Statement of Non-compliance with Art. . 60 paragraph (1) of Law 98/2016 "according to the model presented in the Forms sectionThe C-code will be compulsorily submitted with the DUAE through SEAP and will be signed with an extended electronic signature based on a qualified certificate issued by a certification service provider accredited under the law. . 60, par. (1) lit. D) of Law 98/2016, through the shareholder or significant associate is understood the person who exercisesThe rights attaching to shares which, cumulatively, represent at least 10% of the share capital or confer on the holder at least 10% of the total voting rights in the general meeting. Shall present, at the request of the contracting authority, the following supporting documentsA / confirm the non-compliance in the situations provided by art. 167 above, both for the sole offeror / the associated offeror and for the subcontractor / third party declared 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- Note 1: The contracting authority does not exclude from the award procedure an economic operator against whom the general insolvency procedure has been initiated when, on the basis of the information and / or documents submitted by the economic operator in question, Establishes that it has the capacity to execute the public procurement contract. This assumes cThe respective economic operator is either in the observation phase and has taken the necessary measures to draw up a feasible reorganization plan that allows the continued activity in a sustainable manner either in the judicial reorganization phase and fully respect the chart To implement the reorganization plan approved by the court. Note 2: The Authority is considered to be-The contracting entity has sufficient plausible evidence to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition in connection with or in connection with this procedure in the situation in which within the governing bodies of 2 or more economic operators participating in the procedure The award is to the same persons or personsI am a spouse, relative or cow, up to the second degree or who have common interests of a personal, financial or economic nature or of any other nature. Note 3: The contracting authority is considered to have sufficient plausible indices to consider that the operator Economic agreements with other economic operators aimed at distorting competition within or in connection with it-With this procedure in the situation where a tenderer has submitted two or more offers, both individually and jointly with other economic operators or only jointly with other economic operators. Note 4: The contracting authority is considered to have sufficient plausible indices for To consider that the economic operator has entered into agreements with other economic operators aimed at the distortion of competitionIn the context of or in connection with this procedure in the case where a 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 in any The moment of the award procedure in which it is aware that the economic operator is in the active positionOr in 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.

IV. Decision-makers within the contracting authority as well as those within the contracting authority that may influence the content of the awarding documentation and / or the conduct of the procedureAward are:

CEO Mr. Ionita Stefan

Deputy Director General DG Development Road Infrastructure Mr. Diamandi Cristian Emilian-Deputy Director General Directorate General Engineering Studies and Investigations Mr. Dicu Craciunel Sorin

Deputy Technical Director and Quality Mr. Munteanu Adrian Mihai

Director of Engineering Documentation and analysis dL Patiu Sorin,

General Counselor Mr. Tanasescu Anghel,

Deputy General Manager General Economic and Financial Directorate Mr Masala Ionut Laurentiu,

Director of the Road Infrastructure Acquisition Mr. Nicolae Horia Mihai,

Head of Public Procurement Department Foreign and State Budget Mr. Curculescu Marius Razvan,

Ioana Laura Axe Acquisition Service Chief,

Seghete SimShe, Berdei Mihai Daniel, Matir Claudia Agipsina, Enache Nicoleta, Pricopie Adriana Simona Employees in the Service Acquisitions Service,

Director of the Fund for Finance and Exploitation of Land Simion Raluca Ruxandra,

Deputy Director Environment Directorate Muscalu Ecaterina,

Deputy Director Development Department Motorways And Expressways Mr. Scarlat Florin Sorin,

ExpEri Fields Mr Cupanache Ion,

Director of the Directorate for Development of National Roads Mr Ionita Jean Marius,

UIP Chief 2 Ms Dragomirescu Otilia Florentina,

Head of Service Tracking Feasibility Studies Mr Lupescu Alexandru Bogdan,

Udeanu Ionut Adrian, Bulearca Gabriela, Simion Alexandra Mihaela, Taranu Marian, employees of the Feasibility Study Follow-up Service,

Sef SeRviciu Preparation Projects Mr. Tudor Andrei,

Soroiu Nicoleta Simona, Employee of the Project Preparation Service,

Head of the Service of Opinions, Agreements and Authorizations for Construction Mrs. Franculescu Elena,

Head of the Service for Avia and Circulation Safety Regulations. Marian Hammer

Chief of PIP 3 Directorate for Development of Highways and Roads Expres Mr. Chis Grigore,

Head of Archaeological Sites Bem CaRmen Cornelia,

Executive Director, Mr. Cestrin, Mr. Tudor Bogdan,

Technical Director, Mr Cestund, Mr. Sandu Robert,

Director of the Legal Department Mr. Filipescu Andrei,

Hlibocianu Mihaela Ruxandra Consultancy Advisory Service, Apostol Mircea, Cambosie Laura, Palii Raluca Maria, Stan Andreea Roxana, Stan Mihai Iulian, Stanescu Roxana Mihaela, Targets Dana Ecaterina, Filip Gianina Employees in Service AVision Consultancy,

CFO Services Director Ticu Catalin Alexandru,

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

Chief of Office Analyst Prices Mr. Calmus Ion Lucian,

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

Truter Alina Monica, Girla Laura Diana, MladinoAdrian, Mocanu Gabriela Elena, Simionescu Alexandra Violeta, Neacsa Petre members of the Board of Directors of CNAIR SA,

The members of the General Assembly of the Shareholders of CNAIR SA have no powers / competences regarding the awarding documentation and the process of the public acquisition. . Legal persons responsible for drawing up the technical and economic documentation included in the Documentation(Name of the Designer) Association Spea Ingegneria Europea SA Milan Italy Branch Bucharest Tecnic Consulting Engineering Romania SRL

Note 1: Represents a potential situation generating conflict of interest participation in the process of checking / evaluating the offers of a person who is a husband / Wife, relative or son, up to the second degree inclusive, with car passengersThey are part of the board of directors / management or supervising body of the individual bidder / associated offeror / subcontractor / third party supporter. Note 2: Poses a potential conflict-generating situation to participate in the process of verifying / evaluating the bids of a Persons found or in respect of which there are reasonable indications /-Concrete information that may have, either directly or indirectly, a personal, financial, economic or other interest, or is otherwise in a position to affect its independence and impartiality during the assessment process. In which, as a result of clarifications requested by the bidder on a potentially conflicting situation, The 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 interest, including measures such as the replacement of the persons responsible for the evaluation of the offers, when their impartiality is affected, where possible, Or removal of the bidder / candidate-In relation to the decision-makers of the contracting authority. Note 4: In order to prove that it does not fall into one of the situations provided by art. 164, 165 and 167 of Law 98/2016, the tenderer ranked first after application of the award criterion will present, prior to awarding the contract, at the request of the contracting authority any documentIn 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 in accordance with Art. 168 par. (1) of Law 98/2016, both for the sole offeror / associated bidder and for third parties and subcontractors statements in the offer. Note 5: In the case of documentsThe above mentioned documents are not issued in the country of origin or in the country where the sole tenderer / the associated tenderer / subcontractor / third party is established, or these documents do not cover all the situations provided for in art. 164, 165 and 167 of Law 98/2016, the sole tenderer / associated offeror / subcontractor / third party will either submit a declaration on his / her own responsibility, orIn this country there are no legal provisions regarding the declaration on own responsibility, an authentic statement given to a notary, an administrative or judicial authority or a professional association with competence in this respect. There are uncertainties regarding the existence or non-existence of an exclusion situation, contrActant has the right to request information directly from the competent foreign authorities. 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 operator is legally constituted, that he is not in any of the situations of cancellation of the establishment, and that he has the capacity professionalTo perform the activities that are the subject of the contract.

In order to demonstrate the fulfillment of the professional performance criterion, the single tenderer / the associated tenderer / the supporting party / the subcontractor will complete the DUAE Part IV "Selection Criteria" Section A " Meets the requirements. "● The bidder ranked first after the callThe awarding body shall present, prior to the award of the contract, at the request of the contracting authority, the Certificate of Attestation issued by the Trade Registry Office of the Territorial Court in its entirety, 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 consistsIssued by the Trade Registry Office of the Territorial Court shall also contain the following information: identification data of the economic operator, shareholders / associations, management bodies, administrators, members of the Board of Directors, members of the Supervisory Board, participation quotas.

Note 1: For foreign legal persons, they will be presentThe editorial documents proving a registration form in accordance with the legal provisions of the country where the tenderer is established, from which the information requested by the contracting authority will be made. Note 2: In the case of an association, documents for each of the members association. To meet the requirement, it is sufficient that the subject of each activityIf the tenderer receives support from third parties or if he / she subcontracts parts of the contract, he / she will present the Certificate of Conformity and for third parties Supporters / subcontractors declared in the DUAE.

Note 4: For the subcontractors declared in the DUAE, the object of the assetRegistered in the Certificate of Conformity will be in accordance with the part of the contract that they will make.


Internet address (URL): www.cnadnr.ro
Directive: Classical Directive (2004/18/EC)

Documents

 Tender Notice