AUTORITATEA RUTIER? ROMÂN? has floated a tender for Contract notice: Printing and delivery services. The project location is Romania and the tender is closing on 11 Oct 2018. The tender notice number is 390616-2018, while the TOT Ref Number is 26564859. 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: Printing and delivery services

Deadline : 11 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26564859

Document Ref. No. : 390616-2018

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
Printing and delivery services

Description: Contract notice: Printing and delivery 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: The most economic tender
CPV code: 79823000, 79823000
CPV Description: Printing and delivery services

Printing and personalization services for tachograph cards

Reference Number: 12059648201818

The contracting authority will conclude a framework agreement for a period of 40 calendar months with a single economic operator, subsequently awarding subsequent contracts "Printing and personalization services for tachograph cards" for stabling quantities• Main site: At the premises of the provider • - The framework agreement will be concluded with one economic operator, • The subsequent contracts will be awarded without resuming the competition, • The duration of the framework agreement is 40 months.

Estimated total value of purchases for the entire duration of the framework agreement:

Estimated minimum value excluding VAT: 19 000 000, 00. Currency: RON.

Valoaestimated maximum net of VAT: 34 000 000, 00. The minimum amount of a subsequent contract for the period 1.9.2018 31.12.2018 is RON 1, 000, 000.00, excluding VAT.

The maximum value of a subsequent contract for 1.9.2018 31.12.2018 is 4 000 000 RON, without VAT.

The minimum value of a subsequent contract for a one-year period is RON 6, 000, 000.00, without VAT.the maximum amount of a subsequent contract for one year is RON 10, 000, 000.00, excluding VAT.

The minimum number of tachograph cards to be personalized - 190, 000 pieces / duration of the framework agreement.

The maximum number of cards tachographs to be customized - 340, 000 units / duration of the frame agreement.

Minimum number of tachograph cards to be customized - 10, 000 pcs / one contract-Subsequent for the period 1.9.2018 31.12.2018

The maximum number of tachograph cards to be customized - 40, 000 pieces / one subsequent contract for the period 1.9.2018 31.12.2018

The minimum number of tachograph cards to be personalized - 60 000 pieces / one subsequent contract for a period of one year

The maximum number of tachograph cards to be customized - 100 000-piece / one subsequent contract for a period of one year

Requirement no. 1:

Non-compliance with 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:

Failure to comply with the provisions of art. 165 from Legea nr. 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. 3:

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

Tenderers, supportive third parties and subcontractors should not be presentin the situations provided for in art. 164, 165, 167 of Law no. 98/2016 on public procurement. 4:

Declaration on own responsibility for non-compliance with the provisions of art. 60 of Law no. 98/2016 on Public Procurement - Completion.

The persons holding decision-making positions within the contracting authority regarding the organization, carrying out and finalization of the procedure(2) Mihaela Trebea - Deputy Director; 3) Lucian Lambru - Adj. General Manager; 4) Cristian Anton - DJPRI Director; 5) Valerică Marius Melinte - Director of DLA; 6) Orin Mărgărit - Head of SIEC; 7) Constanta Florentina Florea - BAP Chief Bidders, supporting third parties and subcontractors should not find themselves in the situations stipulated 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 way of fulfillment of the obligations to pay taxes, fees, contributions and other revenues due to the general consolidated state budget, issued by the authorized tax authority from which it results that the tenderer does not registerthe outstanding debts at the time of submission of 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, of the original forms / legalized copy / copycertified by the legal representative of the tenderer, for compliance with the original - in the version translated 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 register outstanding debts to the mumpresentation of 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, of the original forms / certified copy / certified copy on their own replyby the legal representative of the tenderer, for compliance with the original - in the version translated by an authorized translator, in Romanian. 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 themas evidenced by the certifying certificate issued by the ONRC / act of incorporation.

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

Other editing documents as appropriate

Note:

(a) Complete the Single European Procurement Document- DUAE according to art. 193 d [...] details on www.e-licitatie.ro.

Request no. 1 - Turnover: The bidder must demonstrate that it has achieved an annual turnover of at least RON 6, 000, 000.00. Global turnover will be demonstrated for the last 3 years (2015, 2016 and 2017). If the tenderer has been set up or has started his economic activity for less than 3 years, he willtake into account the presentation of the information corresponding to the actual period of activity. Failure to comply with this requirement results in the exclusion of the tenderer from the award procedure. Tenderers who need 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 bidderit can not be withdrawn after the deadline for submission specified in the tender notice under the sanction of its exclusion from the procedure for awarding the public acquisition contract and the loss of the participation guarantee. The evaluation committee, with the consent of the economic operator, corrects the arithmetical errors and remedies the defects in the form of documents and offers submitted by them(Article 134 (10) of GD 395/2016). If the economic operator changes the offer after opening or does not accept the remedy of the defects or the correction of the errors, it will be considered inconsistent (Article 134 paragraph (11) of GD 395/2016), (b) In the case of the association of several economic operators with the purpose to submit the joint offer, meet the requirements of the tenderer's personal situation, capacitythe exercise of professional activity and the quality assurance standards must be met by each individual partner and the requirement of technical and / or professional capacity must be met by the pool of associates. The association agreement will be presented, resulting in at least the following: the fact that the associates are jointly and unlimitedly responsiblethe execution of the contract, the nomination of the association leader, the communications and payments will be made by the association's leader,

(c) If the document presentation module does not specify the way in which the documents are presented, they can be presented in any of the following Forms: Original, legalized copy or legible copy with the mention "according to the original",

(d) Documents emissions in a foreign language will be accompanied by translations into Romanian by an authorized translator, (e) Each document will be signed by the legal representative of the bidder. 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 confowith the provisions of art. 215 par. (4) of Law 98/2016, we consider the following: "The offer is considered unacceptable if it does not meet the formal requirements for its elaboration and presentation, as well as the qualification and selection requirements stipulated in the procurement documents." According to art. 60 of HG 395/2016, we would like to mention the following:

"1) Operthe economic operator has the obligation to submit the offer and the DUAE in electronic form and only by the closing date and time limit for the submission of the offers stipulated in the notice of participation;

2) The total value of the financial proposal is encrypted in SEAP;

3) All documents for substantiating the value provided in par. (2) are deposited by electronic means, being loaded into a dedicated section of the portalof SEAP and their content is visible to the evaluation committee after the financial proposal has been decrypted; 4) The documents referred to in para. (1) will 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 onlyby registered economic operators. "

According to the provisions of article 125 of GD 395/2016, we note the following:" The risks of submitting the offer, including force majeure or fortuitous case, are the responsibility of the economic operator that sends the offer. " DUAE completed with information from the economic operator participating in the award procedure, the technical proposaland the financial proposal will be submitted electronically / electronically. The Single European Procurement Document will be available for completion by interested economic operators at: https://ec.europa.eu/growth/tools-databases/espd/filter. The contracting authority only accepts offers submitted online in SEAP. The address at which the offer is submitted is www.e-bidie.ro.


Internet address (URL): www.arr.ro

Documents

 Tender Notice