MUNICIPIUL GIURGIU has floated a tender for Contract notice: IT services: consulting, software development, Internet and support. The project location is Romania and the tender is closing on 24 Sep 2019. The tender notice number is 398592-2019, while the TOT Ref Number is 35727706. 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: IT services: consulting, software development, Internet and support

Deadline : 24 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35727706

Document Ref. No. : 398592-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MUNICIPIUL GIURGIU
Office Name: Municipiul Giurgiu
Address: Str. Bucure?ti nr. 49-51
Town: Giurgiu
Postal Code: 080044
Contact Point: Ianca Meca

Phone: +40 246213588
Fax: +40 246213747
Romania
Email :licitatii.contracte@primariagiurgiu.ro
URL :www.primariagiurgiu.ro

Tender Details

Object of the contract
IT services: consulting, software development, Internet and support

Description: Contract notice: IT services: consulting, software development, Internet and support

Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 72000000, 72000000
CPV Description: IT services: consulting, software development, Internet and support.

Consulting, software development, internet and support services: development / implementation of a participatory online budgeting mechanism, development and implementation [...] details on www.e-auction .ro

Reference Number: 20

The general objective of the project is to modernize administrative mechanisms and procedures atthe veil of the city of Giurgiu, in order to increase the institutional capacity regarding the substantiation of decisions and long-term strategic planning, as well as the reduction of bureaucracy, by implementing and supporting simplification measures, both from the back-office perspective and from the front-office perspective, for the services provided to the community.

Main Site: In Giurgiu, at sPMG edition.

The city of Giurgiu is the beneficiary of a financing contract for the project "Modern administrative mechanisms and procedures in the City Hall of Giurgiu (MEPAM)", through the Operational Program Administrative Capacity 2014-2020, Priority Axis "Public administration and judicial system accessible and transparent", Specific Objective 2.1 "Introduction of common systems and standards in admlocal public administration that optimizes beneficiary-oriented processes in accordance with SCAP ", Component 1" Funding of decisions, strategic planning and simplification measures for citizens at the level of local public administration in less developed regions ". Funding sources of the project "Modern administrative mechanisms and procedures in Giurgiu City Hall (MEPAM), MySMIS code 1236535 / SIPOCA code 564, financed through the Operational Program Administrative Capacity 2014-2020 "are the following: 85% European Social Fund, 13% state budget and 2% local budget. The general objective of the project was to modernize administrative mechanisms and procedures. the level of Giurgiu municipality, in order to increase the institutional capacity regarding fundamentalit makes decisions and long-term strategic planning, as well as reducing bureaucracy, by implementing and supporting simplification measures, both from the back-office and front-office perspective, for the services provided to the community. The estimated value without VAT of the service contract to be concluded is RON 1, 821, 000.00 (excluding VAT) being composedfrom:

- the estimated value of RON 295 000.00 (excluding VAT) for the fulfillment of sub-activity A3.3 "Development / implementation of the online participatory budgeting mechanism",

the estimated value of RON 1, 223, 000.00 (excluding VAT) A5.1 "Development and implementation of a computer system of the unique online and physical type of counter for the coverage of services to citizens" and A5.2 "Development"313 000 RON.

1) The bidders / third parties supporters / subcontractors, must not be found in the situations provided for in articles 164, 165, 167 of Law 98/2016, with the subsequent modifications and completions.

Method of demonstrating the fulfillment the requirement: the bidders (including associates / subcontractors / third party supporters) have the obligation to complete and present the DUAE as the first proof ofnon-classification in the situations of exclusion and the fulfillment of the capacity requirements.

The bidder ranked first after applying the award criterion on the admissible offers proves the non-classification in the situations of exclusion, by presenting, at the request of the AC, the following information and supporting documents:

- certifying certificates regarding the lack of debts regarding the paymentof taxes, taxes or contributions to the general consolidated budget (local budget, state budget, etc.) at the time of presentation,

- the criminal record of the economic operator and of the members of the administration, management or supervision body of the respective economic operator, or of those who have power of representation, decision or control within it, as it results from whatthe confirming certificate issued by the ONRC / the constitutive act,

- as the case may be, documents proving that the economic operator can benefit from the derogations provided in art. 166 para. (2), art. 167 para. (2), art. 171 of Law 98/2016, with the subsequent completions and modifications regarding public procurement,

- other edifying documents, as the case may be.

Framing in the situation provided by art. 164, 165, 167 of Law no. 98/2016, with the subsequent completions and modifications regarding the public procurement, attract the exclusion of the tenderer from the procedure applied for the award of the public procurement contract. country of origin (certificates, court records, alte edifying documents) to prove membership / registration with the organs of the respective country and to prove the fulfillment of the obligations of payment of taxes, taxes and contributions to the budget of the respective state. With regard to the legal term for the demandability of the debts to the respective state budget, the foreign bidders will prove the fulfillment of the payment obligations according to(b) The documents will be presented in a legalized copy or a legible copy signed by the legal representative and stamped with the mention according to the original, to which their authorized translation into Romanian language will be annexed,

(c) ) according to the provisions of art. 60 (1) of the GD no. 395/2016, the economic operator has the obligation to transmit the offer and DUAE in foelectronically and only until the date and time limit for submitting the offers provided in the participation notice,

(d) the following documents will be submitted, together with the DUAE: the firm commitment of the supporting third party, the annex which results the effective way in which will materialize its support, the subcontracting agreement and / or the association agreement, as the case may be.

Not submitting them with the DUAE, constitutes the basis for requesting clarifications for any inadvertent form of the information contained in the DUAE sections, both of the bidder / candidate, as well as of the supporting subcontractor / third party, this being necessary to ensure the proper conduct of the award procedure;

2) In the purpose of avoiding the conflict of interests (art. 60 of Law 98/2016, with the subsequent modifications and completions), the economic operator (leader / associate / subcontractor / third party) will present a declaration on his own responsibility, in this sense, together with DUAE.

The economic operator will complete and present DUAE with the information related to his situation.

Each participant in the procedure for awarding the public procurement contract [...] details on www.e-licitatie.ro

Specifaverage annual turnover. The minimum level of the average turnover for the last 3 years (2016, 2017, 2018) shall be at least equal to the amount of: 1 821 000 RON. The reference rate that will be taken into account for calculating the equivalence for the contracts whose value is expressed in another currency than the lei is the annual average leu / foreign exchange rate communicated by the NBR for each year.the fulfillment of this requirement, the bidder can benefit from the firm commitment by another person according to art. 182 of Law no. 98/2016 and of art. 48 of the GD no. 395/2016. The economic operator has the right to invoke the support of a third party regarding the fulfillment of the turnover requirement. In this case, with the support commitment, the bidder / candidatetul has the obligation to present documents transmitted to it by the third party (s) / supporter (s), outlining the effective way in which the third party (s) / supporter (s) will ensure you fulfill their own commitment commitment, documents that will be annexed to the respective commitment art. 182 of Law no. 98/2016 regarding public procurement. Note: in the situation as inre the tenderer has been established or started its economic activity for less than 3 years, it will be taken into account the presentation of the information corresponding to the effective period of activity.

Data communication and transmission rules:

Any interested economic operator has the right to request further clarifications or information regarding the attribution documentation art. 160 paragraph (1) of Law no. 98/2016 regarding public procurement. Requests for clarifications will be addressed to the SEAP within the award procedure carried out by electronic means, and the answers to them will be published in the SEAP in the "Clarifications" section of the tender notice. technical proposal withthe requirements of the specifications or for the purpose of verifying the financial proposal and the qualification documents, the contracting authority may request the presentation of certain clarifications / additions art. 62 paragraph (1) of H.G. no. 395/2016. The evaluation commission will send clarification requests regarding the offer by using the technical facilities available in SEAP. Both the car requestThe contracting authority, as well as the tenderer`s response shall be transmitted in SEAP in electronic format, signed with the extended electronic signature, based on a qualified certificate, issued by a certification service provider accredited by art. 62 paragraph (1) of H.G. no. 395 / 2016.

Note:

1) At the request of the contracting authority, the tenderer will present:

- the supporting documents requested for the demonsthe fulfillment of the qualification criteria,

- legal empowerment signed by the administrator / legal representative, or another equivalent legal document, if the signer of the offer is someone other than the administrator / legal representative of the company.

The signer of the offer will be authorized by engage the tenderer in the procedure for awarding the contract (valid for pentenderer, associate, subcontractor, third party supporter)

The offer must be legally signed by all the associations or the leader of the association if it is empowered in this regard by the association / empowerment agreement.

The non-resident economic operators will present the copies of the documents presented. to justify those declared in the DUAE, accompanied by their authorized translation inthe Romanian language;

2) For the preparation and transmission of the offer, the tenderer must examine all the documents that make up the award documentation. careful examination of the documentationof the award, including any modification of the award documentation issued during the tender preparation period, as well as obtaining all necessary information regarding any conditions and obligations that may in any way affect the value, conditions or nature of the offer or execution. 4) No cost incurred by the economic operator for the preparation and depositthe rejection of the offer will not be refunded. All these costs will be borne by the bidding economic operator, regardless of the outcome of the procedure;

5) Presumption of legality and authenticity of the presented documents: the tenderer assumes the exclusive responsibility for the legality and authenticity of all the documents presented in original and / or copy in order to participate to the procedure;

6) Oriwhich economic operator has the right to modify or withdraw his offer only before the deadline set for the submission of the offer and only by a written request in this regard. In order to be considered part of the offer already submitted, the modifications must be presented in accordance with the provisions of this award documentation, with the amendment as in the header of each document by whichIf a document already submitted is modified, the mention "Changes" will be required.


Internet address (URL): www.primariagiurgiu.ro

Documents

 Tender Notice