AUTORITATEA RUTIER? ROMÂN? has floated a tender for Contract notice: Post and courier services. The project location is Romania and the tender is closing on 22 Nov 2018. The tender notice number is 459907-2018, while the TOT Ref Number is 27797391. 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: Post and courier services

Deadline : 22 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27797391

Document Ref. No. : 459907-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : AUTORITATEA RUTIER? ROMÂN?
Office Name: Autoritatea Rutier? Român?
Address: Bulevardul Dinicu Golescu nr. 38
Town: Bucharest
Postal Code: 010873
Contact Point: Constan?a Florentina Florea

Phone: +40 213182100
Fax: +40 213122114
Romania
Email :achizitii@arr.ro
URL :www.arr.ro

Tender Details

Object of the contract
Post and courier services

Description: Contract notice: Post and courier services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: Lowest price
CPV code: 64100000, 64100000
CPV Description: Post and courier services

Domestic and international express and postal services

Reference Number: 1205964820192

The contracting authority will conclude a framework agreement for a period of 36 calendar months, with only one economic operator, subsequently awarding subsequent contracts of "Domestic and international express mail and courier services" for the quantities set by the-to the contracting authority.

Main Site: At the headquarters of A.R.R., at the headquarters of the Territorial Agencies A.R.R. and third parties (natural or legal persons)

- The framework agreement will be concluded with only one economic operator, - The subsequent contracts will be awarded without resumption of the competition, - The duration of the framework agreement is 36 months. be the ones required by the specifications, confof the contracts following the framework agreement, which will be concluded during its validity and within the limits of the quantities and the estimated value.

The estimated minimum quantities of shipments to be carried out during the framework agreement are as follows:

- The minimum number of internal items 0-1 kg = 138, 900 pieces,

- Minimum number of internal shipments 1-15 kg = 4, 200 units,

- Mini numberm of external items 0-1 kg = 750 pieces,

- Minimum number of external shipments 1-15 kg = 60 pieces

The maximum estimated quantity of shipments to be carried out during the frame agreement is in number:

- Number maximum internal dispatches 0-1 kg = 144 456 units, - - Maximum number of internal shipments 1-15 kg = 4 992 pieces, - - Maximum number of external items 0-1 kg = 780 pieces, The maximum number of external items 1-15 kg = 63.

The estimated minimum quantities of shipments to be carried out during a subsequent contract are as follows:

- The minimum number of domestic shipments 0-1 kg = 46 300 pieces,

- Minimum number of internal shipments 1-15 kg = 1 400 units, - - Minimum number of external shipments 0-1 kg = 250 pieces, - - Minimum number of external shipments 1-15 kg = 20 pieces

The maximum estimated quantity of shipments to be carried out during a subsequent contract is as follows:

- Maximum domestic number of items 0-1 kg = 48 152 pieces, - - Maximum number of internal items 1 -15 kg = 1 664 units, - - Maximum number of external items 0-1 kg = 260 pieces, - - Maximum number of external items 1-15 kg = 21 pieces. 1

Neincadherence to the provisions of art. 164 of Law no. 98/2016 on public procurement.

Tenderers, supporting third parties and subcontractors should not find themselves in the situations referred to in art. 164, 165, 167 of Law no. 98/2016 on public procurement. 2.

Non-compliance with the provisions of art. 165 of Law no. 98/2016 on Public Procurement.

Tenderers, third parties and subcontractorsthe contractors must not find themselves in the situations provided by art. 164, 165, 167 of Law no. 98/2016 on public procurement. 3.

Non-compliance with the provisions of art. 167 of Law no. 98/2016 on public procurement.

Tenderers, supporting third parties and subcontractors should not find themselves in the situations referred to in art. 164, 165, 167 of Law no. 98/2016 concerning achipublications.

Requirement no. 4.

Declaration on your own responsibility regarding non-compliance with the provisions of art. 60 of Law no. 98/2016 regarding the public procurement - filling in.

The persons holding decision-making positions within the contracting authority regarding the organization, carrying out and finalization of the awarding procedure are:

1) Aurelia Surulescu - General Manager; 2) Mihaela Trebea --3) Lucian Lambru - Adj. General Manager; 4) Cristian Anton - DJPRI Director; 5) Mirela Niţu - DLA Director; 6) Constanta Florentina Florea BAP Chief Bidders, supporters and subcontractors to be found in the situations provided in art. 60 of Law no. 98/2016. This statement will be presented with the DUAE by all economic operators. 5.

Certificate of fiscal attestation regarding the fulfillment of the obligations to pay the taxes, taxes, contributions and other revenues due to the general consolidated state budget, issued by the authorized fiscal body, showing that the tenderer does not record outstanding debts at the time of submitting the documents . The document will be submitted by the bidders in any formthey are required to present the equivalent document issued by the competent body of the country of origin in any of the original forms / certified copy / certified copy on their own responsibility, by the legal representative of the bidder, for compliance with the original - in the varianttranslated by an authorized translator in Romanian. 6.

Tax certificate regarding taxes, local taxes and other local budget revenues, issued by the authorized fiscal body, showing that the tenderer does not record outstanding debts at the time of submitting the documents. The document will be submitted by the tenderers in any of the original forms / legalized copy/ Legible copy with the mention "according to the original."

For foreign legal persons, the equivalent document issued by the competent body of the country of origin, in any of the original forms / certified copy / certified true copy, is requested by the legal representative of the tenderer for compliance with the original - in the version translated by a car translatorin Romanian.

Requirement no. 7.

The criminal record of the economic operator and the members of the administrative, management or supervisory body of that economic operator or those having the power of representation, decision or control within the economic operator, as evidenced by the certifying certificate issued by ONRC / constitutive act.

Where appropriate, states that the economic operator may benefit from the derogations provided in art. 166 par. (2), art. 167 par. (2), art. 171 of Public Procurement Law 98/2016

Other editorial documents, as appropriate.

Note:

(a) The European Unique Procurement Document - DUAE, as per Art. 193 of Law no. 98/2016,

(b) Authority ... details on www.e-licitatie.ro

Requirement no. 1 - Fig-Business. The bidder must demonstrate that he has achieved an annual turnover of at least RON 352, 688.00. Global turnover will be demonstrated for the past 3 years (2015, 2016 and 2017). If the tenderer has been set up or has commenced its business for less than 3 years, consideration shall be given to presenting information relevant to the effective period ofctive. Failure to comply with this requirement results in the exclusion of the tenderer from the award procedure. Bidders who have to convert currencies other than RON into Euro will use the annual average exchange rates set by the National Bank of Romania (for the years 2015, 2016 and 2017).

(A) No bids can be withdrawn after the deadline for submission specified in the participation announcementhas, under the sanction of his exclusion from the procedure for awarding the public acquisition contract and the loss of the participation guarantee. The Evaluation Commission, with the consent of the economic operator, corrects the arithmetical errors and remedies the defects of the form of documents and offers submitted by it (art. 134 par. (10) of H.G. 395/2016]. If the economic operator changes the offer-after opening or not accepting the remedy of the defects or correcting the errors, it will be considered non-compliant [art. 134 par. (11) of H.G. 395/2016]; (b) In the case of the association of several economic operators with the purpose of submitting the joint bid, the fulfillment of the requirements regarding the tenderer's personal situation, the ability to exercise the professional activity and the quality assurance standardsEach partner must meet each and the requirement for technical and / or professional capacity must be met by the pool of associates. The association agreement will be presented, which will result in at least the following: the fact that the associates are jointly and severally liable for the execution of the contract, the nomination of the association's leader, the communications andthe payments will be made by the association's leader, (c) If the document presentation module is not specified in this Data Sheet, they may be presented in any of the following forms: original, legalized copy or legible copy with the mention "according to the original",

(d) Documents issued in a foreign language will be accompanied by translations into Romanian(e) Each document shall be signed by the legal representative of the tenderer. If they are signed by another person, they will present a power of attorney;

(f) All documents shall bear, in addition to the signature, the names, names and functions of the signatory. In accordance with Art. 215 par. (4) of Law 98/2016, we bring you in"The offer is considered unacceptable if it does not meet the formal conditions for its elaboration and presentation, as well as the qualification and selection requirements stipulated in the procurement documents." In accordance with the provisions of article 60 of GD 395/2016, we refer to you the following:

"1) The economic operator has the obligation to send the offer and DUAE in an elected format(2) The total value of the financial proposal is encrypted in the SEAP; 3) All documents for substantiation of the value stipulated in par. (2) are deposited by electronic means, loaded into a dedicated section of the SEAP portal, and their content is visible to the evaluation committee after decthe removal of the financial proposal; 4) The documents referred to in para. (1) shall be signed with an extended electronic signature, based on a qualified certificate, issued by a certification service provider accredited under the law and uploaded to SEAP, in the specific sections available in the IT system and only by the registered economic operators.

In accordance with the provisions-art. 125 of H.G. 395/2016, we take into account the following: "The risks of submitting the offer, including force majeure or fortuitous case, fall within the responsibility of the economic operator submitting the offer." DUAE completed with information regarding the economic operator participating in the award procedure, the technical proposal and the proposal financial data will be transmitted in electronic / medium formatelectronic systems. The Single European Procurement Document will be available for access by interested economic operators at: https://ec.europa.eu/growth/tools-databases/espd/filter

The contracting authority accepts only the offers submitted online SEAP. The address where the offer is submitted is www.e-licitatie.ro


Internet address (URL): www.arr.ro

Documents

 Tender Notice