AUTORITATEA NA?IONAL? PENTRU ADMINISTRARE ?I REGLEMENTARE ÎN COMUNICA?II has floated a tender for Contract notice: Damage or loss insurance services. The project location is Romania and the tender is closing on 27 Mar 2019. The tender notice number is 085777-2019, while the TOT Ref Number is 30957957. 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: Damage or loss insurance services

Deadline : 27 Mar 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 30957957

Document Ref. No. : 085777-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : AUTORITATEA NA?IONAL? PENTRU ADMINISTRARE ?I REGLEMENTARE ÎN COMUNICA?II
Office Name: Autoritatea Na?ional? pentru Administrare ?i Reglementare în Comunica?ii
Address: Str. Delea Nou? nr. 2
Town: Bucharest
Postal Code: 030925
Contact Point: Scurtu Cristina

Phone: +40 372845481
Fax: +40 372845599-402
Romania
Email :mirela.bejgu@ancom.org.ro
URL :www.ancom.org.ro

Tender Details

Object of the contract
Damage or loss insurance services

Description: Contract notice: Damage or loss insurance services

Authority Type: Other
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 66515000, 66515000
CPV Description: Damage or loss insurance services

Insurance contract for electronic equipment, buildings / technical constructions, goods and CASCO motor vehicles

Reference Number: MB03 / 2019

Insurance contract for electronic equipment, buildings / technical constructions, goods and CASCO motor vehicles (CPV codes: 66515000-3 and 66514110-0) according to the provisions of section 2: Pathways- Main Site: According to the Specifications in the Tender Specifications.

Insurance contract for electronic equipment, buildings / technical constructions, goods and CASCO motor vehicles (CPV codes: 66515000-3 and 66514110-0), in accordance with Section 2: The specifications.

Estimated value net of VAT: the range between 605 000, 00 and 1 050 000, 00. Currency: RON.

i) The minimum value provided in the above range (RON 605, 000.00) represents the estimated value of this procedure according to which the offers will be elaborated and evaluated, and the maximum value is the estimated value that also contains the cumulative value of the additional possibilities foreseen in point (ii) below; (ii) The contracting authority is entitled, in accordance with the provisions of art. 104 par. (8) of the Law no. 98/2016, through the negotiation procedure without prior publication, to acquire new similar insurance services from the economic operator whose tender will be declared winner in the present procedure - the estimated value of these supplements is RON 445 000.00. :

Tenderers and, where appropriate, third-party supporters and subcontractors should notto be found in the situations provided by art. 164, 165 and 167 of Law no. 98/2016 on public procurement.

In the sense of the provisions of art. 63 par. (1) of the Law no. 98/2016 regarding the public procurement, the decision-makers within the contracting authority are the following:

- Sorin Mihai Grindeanu - president,

- Eduard-Lucian Lovin - vice president,

- Bogdan-Cristian Iana - viChairman of the Board of Directors, Mrs. Gabriela Stanoiu - Director, Economic Direction,

- Valentin Bacanu - Director, DAA,

- Gemma-Luminita Iosip - Head of Department DA, DAA

Adrian Leaota SAO, DA, DAA, Mirela -Rodica Bejgu - head of office, BAR, SAO, DA, DAA,

- Niculae-Catalin Caloiu - expert SAO, DA, DAA,

- Mihaela-Cristiana Stoian - expert SAO, DA, DAA,

- Bogdan Margineanu - SJA, DA, DAA,

- Veaceslain Zaporojanu - legal adviser - SJA, DA, DAA,

- Monica Bogatoniu - legal advisor - SJA, DA, DAA,

- Izabela-Francisca Năstase - DADM, DAA,

- Daniela Mistoi - Office Head, BLPPM, D.Adm., DAA,

- Mioara Florea - expert, BLPPM / D.Adm., DAA,

- Franco-Armando Tomcovici - expert, BLPPM / D .Adm., DAA,

- Gabriel-Radu Necula - birBPA, D.Adm., DAA,

- Pavel-Constantin Costache - expert, BPA, D.Adm., DAA,

- Marilena Rosca - CFPP expert DE, - Radita Tanase - CFPP expert DE. Mode of accomplishment:

The European Single Procurement Document (DUAE) will be completed according to art. 193 195 of the Law no. 98/2016 and according to ANAP Notification no. 240/2016 by the tenderers and, if applicable, third parties and subcontractors, cu information related to their situation.

In order to verify the information contained in the DUAE, according to art. 196 par. (2) of the Law no. 98/2016, at the request of the contracting authority, the bidder ranked first after application of the award criterion for the admissible tenders, as well as each of the associates, third party supporters, subcontractors who have completed the DUAE distinct, will /the supporting documents proving the fulfillment of those undertaken by completing the DUAE, such as: - a criminal record for the tenderer and for persons who are members of the administrative, management or supervisory body of that tenderer or have the power to represent, control within it, as it results from the certifying certificate issued by the ONRC /the constitutive document, - tax certification certificates regarding the payment of taxes, duties or contributions to the general consolidated budget, etc., showing the lack of overdue debts at the date of their presentation, - documents demonstrating that the economic operator can benefit from the derogations provided in art. 166 par. (2), art. 167 par. (2) and art. 171 of Law no. 98 /2016 (if applicable), - declaration on avoidance of conflict of interest according to art. 60 of Law no. 98/2016 regarding the decision-makers mentioned in the procurement documents.

For foreign bidders, any document deemed to be edifying in the country of origin or in the country in which it is established, such as self-declaration, certificates, falljudicial documents or other equivalent documents issued by the competent authorities of that country, accompanied by a translation in Romanian.

Note: The supporting documents requested above will be presented by each partner in the case of a joint tender, and in both subcontracting as tender and subcontractor / s, and in the case of the offer supported by(i) Registration

Requirement:

Tenderers and, where applicable, third-party supporters and subcontractors must provide evidence of the form of registration under the terms of the Law, in the country of residence, from which it is apparent that they are legally constituted, that they [...] details on www.e-licitatie.ro. Offers will be open in SEAP. Reptenderers of bidders can not be present at the opening;

B. The contracting authority has the obligation to require tenderers, in exceptional circumstances requiring such an extension, to extend it before the expiry of the period of validity of the offer. If the offer is extended, the participation guarantee will be prolonged accordingly. The bidder has a binding obligationto communicate to the contracting authority whether or not it agrees to prolong the validity of the offer. The offer of the economic operator refusing to extend the validity of the offer and of the guarantee of participation will be considered unacceptable;

C. The contracting authority will respond clearly and fully to all clarification requests: on the 11th day before the deadlinethe bribe established in the contract notice for the submission of bids;

D. In order to view the attributed award documentation in SEAP, economic operators must have a program required to view electronically signed files;

E. Additional specifications regarding the determination of the winning bid in accordance with point II.2.5):

1) Rank based on which the winning bid is establishedit is drawn in the decreasing order of the scores, the winning offer being the first one, respectively the one with the highest score;

2) If, as a result of applying the calculation algorithm set out above, the resulting score of the bids (ranked first) is equal, the grading will be made taking into account the score obtained by the rating factors in the descending orderescalators of their weight;

3) If the equality is maintained, the contracting authority will ask the tenderers for a new financial proposal, in which case the service contract will be awarded to the tenderer whose new financial proposal has the lowest price;

F. Specifications regarding the participation guarantee: the amount is RON 6, 050.00 and the valid periodat least 190 days after the closing date for the submission of tenders. All requirements in point III.1.6.a) Participation Guarantee in the section on Instructions to bidders will be met;

G. In the elaboration of the technical proposal all the requirements specified in point IV.4.1) shall be complied with. The presentation of the technical proposal in the section on Instructions forfertile;

H. In the elaboration of the financial proposal, all the requirements specified in point IV.4.2) will be presented. The presentation of the financial proposal in the section referring to Instructions for tenderers;

I. In the elaboration of the offer, all the requirements specified in point IV.4.3) The tender presentation module in the section referring to Instructions for tenderers shall be complied with.
Internet address (URL): www.ancom.org.ro

Documents

 Tender Notice