„EKO DOLINA” SP. Z O.O. has floated a tender for Contract notice: Refuse recycling services. The project location is Poland and the tender is closing on 18 Nov 2019. The tender notice number is 486535-2019, while the TOT Ref Number is 37181886. 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 : Poland

Summary : Contract notice: Refuse recycling services

Deadline : 18 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37181886

Document Ref. No. : 486535-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : „EKO DOLINA” SP. Z O.O.
Office Name: „Eko Dolina” Sp. z o.o.
Address: ???yce, al. Parku Krajobrazowego 99
Town: Koleczkowo
Postal Code: 84-207
Contact Point: Pracownik Dzia?u Zamówie? Publicznych

Phone: +48 586725000
Fax: +48 586727474
Poland
Email :przetargi@ekodolina.pl
URL :http://ekodolina.pl

Tender Details

Object of the contract
Refuse recycling services

Description: Contract notice: Refuse recycling services

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: Lowest price
CPV code: 90514000, 90514000, 90514000
CPV Description: Refuse recycling services.

(19) Waste treatment service marked in the waste classification code 19 12 12 other wastes (including mixed substances and objects) from mechanical treatment of wastes other than those mentioned in 19 12 1

Reference Number: OZP-P / 19 / 2019 / pre-RDF

The subject of the contract is performance - on the terms described in the contract to be concluded between the Employer and the Contractor, SIWZ and in the offer of the Contractor for the processing of waste classified under code 19 12 12 other wastes (including mixed substances and objects) from mechanical treatment of wastes other than those mentioned in 19 12 11, whereby these wastes can only be subjected to the R12 recovery process, as defined designation of this process in the Act on waste from December 14, 2012 (i.e. Journal of Laws of 2019, 701, as amended)/ Annex IA to Regulation (EC) No 1013/2006 of the European Parliament and of the Council of the European Union of June 14, 2006. on the shipment of waste (Journal of Laws EU. L 190/1 as amended) - whereby "submission to recovery" means the commencement and termination of this process.

Main Site: Eko Dolina Sp. z oo, Łężyce, al. Park Krajobrazowego 99, 84-207 Koleczkowo

1, waste classified pfrom code 19 12 12 other wastes (including mixed substances and objects) from mechanical treatment of wastes other than those mentioned in 19 12 11, constituting part 1: fraction from the fragmentation of bulky waste, which includes mainly furniture waste (loose waste) in quantity 3, 800 Mg (/ -) 10 Mg (quantitative differences may result from storage conditions and technical solutions used)and technological weighing system).

2. Receipt of waste:

a) Transfer and collection of Waste will take place solely on the basis and in accordance with the written [order under pain of nullity] orders of the Ordering Party addressed to the Contractor and delivered electronically [e-mail with read confirmation] in the form of PDF files, determining the amount of waste and the date on which Zamabelievers await their reception. The Ordering Party will place the order described above in a situation when the amount of Waste collected by it - the subject of the transfer will be min. 12 tons to be collected in one day.

B) The Contractor will collect Waste from the premises of the plant run by the Employer in Łężyce, Al. 99 Landscape Park, 84-207 Koleczkowo, commune Wejherowo on business days [Monparcel Friday excluding public holidays] between 7:00 and 14:00. unloading.

d) Receipt of Waste will only take place if the vehicle meets the following conditions jointly:

• gross weighta single vehicle entering (empty vehicle for loading) on the premises of the Employer must not exceed 18 tons

• distances between the extreme axles of a single vehicle may not exceed 16 meters, vehicle length may not exceed 18 m.

• the vehicle must be able to be loaded from top `

e) Loading Waste on vehicles submitted by the Contractor is the responsibility of the Purchaser, propelled. The Employer will weigh the Contractor`s vehicle before loading and after loading Waste on a truck scale with an accuracy of 40 kg, located on the premises of the plant operated by the Employer. This weight will be binding for settlements between the Parties.

F) The Contractor shall be solely responsible for all damages, as well as for loss, losses and damage. Waste, solid during the transport of waste from the time of issue at the Employer`s plant and during unloading, storage of Waste until the completion of the service which is the subject of this public procurement procedure. In particular, the Contractor shall be responsible for the acts and omissions of his staff and entities which he used to perform the subject.orders, e.g. Carriers.

g) Upon the release of the Contractor`s waste, i.e. the Carrier indicated by him, all benefits and burdens associated with them and the risk of their accidental loss or damage are transferred to the Contractor, in particular he assumes responsibility for issued Waste, for due lawful handling of them and for the consequences resulting therefrom.

Ordering Partye will pack the waste transferred under part 1, i.e. they will be loaded onto the Contractor`s vehicles in bulk.

1. Contractors who can apply for the contract, who:

a) are not subject to exclusion,

b) meet the conditions for participation in the procedure, regarding:

a. competences or authorizations to conduct a specific professional activity, if it results from separate provisionsthis condition is met if the Contractor has:

a) an administrative decision allowing the processing of Waste in the R12 recovery process, i.e.: - integrated permit, if the installation where the R12 recovery process will be carried out is required to obtain an integrated permit on 01.07 .2015

I notification containing the registration number issued after obtaining the entry in the registerthree entities introducing products, products in packaging and waste management operated by the Marshal of the Voivodship,

Or

- permission to process waste, if the installation where the R12 recovery process will be carried out is not covered by the obligation to obtain an integrated permit as from 01.07.2015

I notification containing registration number assigned after obtaining the entry inthe register of entities introducing products, packaging and waste management kept by the Marshal of the Voivodship,

Note:

The Contractor having an installation outside the territory of the Republic of Poland should present a copy of the equivalent permit to the decisions referred to in point a) above issued in the country in which this installation is located.

The Employer will deem this condition to meetif the Contractor has:

a) funds in the amount of at least PLN 1, 000, 000.00 or creditworthiness in the amount of at least PLN 1, 000, 000.00;

b) is insured against civil liability in the scope of conducted activity related to the subject orders for a minimum guarantee sum of PLN 1, 000, 000.00;

no distinction as to how many parts of the contract the Contractor submits an offer.

Deadline forperformance of the contract for lot 1 is:

1) if the shipment of waste will be of a national nature:

The contract will be valid from the day of its conclusion. The contract will be concluded for a definite period, i.e. individual orders and collection of waste will take place over a period of time in which the Contractor will receive waste in the amount indicated in the Contractor`s offer, i.e. in a total of 3.800.00 Mg (/ -) 10 Mg, however not longer than:

• 12 months from the date of the contract,

• the validity of the waste treatment authorization referred to in -5 para. 11 of the Agreement (Annex No. 5)

Depending on which of these events occurs first.

2) if the shipment of waste is international in nature

The Agreement will be valid from the date of signing this Agreementand the Contract, whereby the Employer will make the first order, not earlier than after receiving the final decision of the Chief Inspector for Environmental Protection authorizing the removal of waste outside the territory of the Republic of Poland. The contract will be concluded for a definite period, i.e. unit orders and collection of Waste will take place over a period of time in which the Contractor will be transferred Wastey in the amount indicated in the Contractor`s offer, that is in the total amount of 3, 800.00 Mg (/ -) 10 Mg, however not longer than:

• 15 months from the date of the contract,

• 12 months from the date of receipt of the final decision of the Chief Inspector of Protection The environment referred to above,

• validity of the Contract,

• validity of the waste treatment authorization referred to in -5 para. 12 contracts (annexdisappears No. 5A),

• the validity of the permit for international shipments of Waste,

Depending on which of the abovementioned events occurs first. :

The contract will be valid from the day of its conclusion. The contract will be concluded for a definite period, i.e. unit ordersWaste collection and collection will take place during the period in which the Contractor will be handed over Waste in the amount indicated in the Contractor`s offer, i.e. in the total amount of 17, 300.00 Mg (/ -) 10 Mg, however not longer than in the period:

• 12 months from the date of conclusion of the contract,

• the validity of the waste processing authorization referred to in -5 para. 11 contracts (Annex 5)

Depending on whichof these events will occur first.

4) if the shipment of waste will be international in nature

The contract will be effective from the date of signing this contract and the Contract, with the Employer making the first order, not earlier than after receiving the final decision of the Chief Inspector for Environmental Protection authorizing the export waste outside the territory of the Republic of Polandabove. The contract will be concluded for a definite period, i.e. individual orders and collection of waste will take place over a period of time in which the Contractor will receive waste in the amount indicated in the Contractor`s offer, i.e. in the total amount of 17, 300.00 Mg (/ -) 10 Mg, but not longer than in the period:

• 15 months from the date of the contract,

• 12 months from the date of receipt of the final decision of the Chief Inspector of Environmental Protection, referred to above,

• validity of the Contract,

• validity of the waste processing authorization referred to in -5 para. 12 of the Agreement (Annex No. 5A),

• validity of the permit for international shipments of Waste,

Depending on which of the above-mentioned events occurs first.

The deadline for completing the order for Part 3 is:

5) jif the shipment of waste is of a national nature:

the contract will be valid from the day of its conclusion. The contract will be concluded for a definite period, i.e. individual orders and waste collection will take place over a period of time in which the Contractor will be handed over Waste in the amount indicated in the Contractor`s offer, i.e. in the total amount of 4, 000.00 Mg (/ -) 10 Mg,

however not longer than during the periodse:

• 3 months from the date of conclusion of the contract,

• validity of the waste processing permit referred to in -5 para. 11 of the contract (Annex 5)

depending on which of these events occurs first.

6) if the shipment of waste is international

the contract will be effective from the date of signing this contract and the Contract, with the Employer

making the firstresignation, not earlier than after receiving the final decision of the Chief Inspector of Environmental Protection authorizing the removal of waste outside the territory of the Republic of Poland. The contract will be concluded for a definite period, i.e. unit orders and collection of Waste will take place within a period of time in which Waste will be transferred to the Contractor in the amount indicated in the Contractor`s offer, this is in totalj amount of 4, 000.00 Mg (/ -) 10 Mg, however not longer than in the period of:

• 6 months from the date of the contract,

• 3 months from the date of receipt of the final decision of the Chief Inspector for Environmental Protection, referred to above

• validity of the Contract,

• validity of the waste processing authorization referred to in -5 para. 12 of the Agreement (Annex No. 5A),

• validity of the international authorization pwaste management,

depending on which of the above-mentioned events occurs first.

The deposit is to be set jointly for all lots: PLN 60, 000.00, in words: sixty thousand PLN 00/100, including

height:

part. 1) Fraction from the shredding of bulky waste, which includes mainly furniture waste (loose waste) in the anticipated amount of 3 800 Mg (/ -) 10 Mg PLN 20, 000.00, in words: twenty

thousand 00/100 zlotys



cz. 2) A fraction with a diameter over 160 mm constituting a fraction of ballast waste with an energy value from

sorting process for mixed municipal waste (zbelized waste) in the anticipated amount of 17, 300 Mg

(/ -) 10 Mg PLN 20, 000.00, in words: twenty thousand 00 / 100 zlotys

cz. 3) The fraction with a diameter of 80-160 mm was solidcontaining a fraction of ballast waste with an energy value of

sorting mixed municipal waste (loose waste) in the expected quantity of 4, 000 Mg (/ -) 10 Mg

PLN 20, 000.00, in words: twenty thousand 00/100 PLN

If the Contractor submits offers for individual part of the order, then must state in the content of the transfer

which part of the order the security relates to. The same should be done inIn the event of a tender deposit other than in monetary form. The security shall be set at 10% of the total price (gross price) given in the offer for each part

individual order. or documents confirming compliance with the conditions for participation in the procedure and the absence of grounds for exclusion.

Offers, documents and declarations referred to in art. 25a, including the Single European Order Document (EAT), shall be made, under pain of nullity, in electronic form and provided with a qualified electronic signature. Submission of EAT with the offer on a data carrier (e.g. CD, USB stick) is not allowed, as it is not submitted using means of communication eelectronic within the meaning of the provisions of the Act of

18.07.2002. on the provision of electronic services.

The Contractor by completing the EAT may use the ESPD tool or other available tools

or software that enable the completion of the EAT and the creation of an electronic document, in particular in one of the abovementioned format.

After the contractor created or generated the electronic documentEAT, the contractor signs

abovementioned a document with a qualified electronic signature issued by a qualified trust service provider, who is an entity providing certification services, an electronic signature that meets the security requirements set out in the Act of 05.09.2016. on trust and electronic identification services

(Journal of Laws 2016.1579). and then along with the status filescompress the offer to one archive file

(ZIP).

1. Along with the offer, each contractor must submit a valid statement as at the date of submission of the form in the form of a

Single European Procurement Document (hereinafter referred to as "EAT") prepared in accordance with the template

standard form specified in the European Commission implementing regulation issued on the basis of art. 59 clause 2 of the Directive 2014/ 24 / EU (see Annex 2 to the ToR). The information contained in the statement will constitute preliminary confirmation that the contractor is not subject to exclusion and fulfills the conditions for participation in the proceeding. jointly applying for the order.

These documents shouldconfirm the lack of grounds for exclusion to the extent that each of the contractors shows no grounds for exclusion and meets the conditions for participation in the proceedings.

4/11 the grounds for exclusion and fulfillment, to the extent that it refers to their resources, conditions for participation in the proceedings consists of thisSingle European Contract Documents for these entities

2. In order to confirm compliance with the conditions for participation in the proceedings regarding:

a) the competence or entitlement to conduct a specific professional activity, if it results from separate

provisions - Part IV: Qualification criteria, Table A: Competences in point 1) and point

2) Uniform Europeanon the Order Document, Annex 2 to the ToR;

b) economic or financial situation - Part IV: Qualification criteria, Table B should be completed accordingly:

Economic and financial situation in item 5) and item 6) of the Single European Order Document

Annex 2 to ToR;

c) technical or professional capacity

• Part IV: Qualification criteria, Table C: Z must be completed accordinglytechnical and professional suitability in item

1b of the Single European Procurement Document, attachment 2 to the ToR and to submit on request

ordering party - evidence described below in the Terms of Reference;

Part IV: Qualification criteria table C: Technical and professional capacity in

item 3) and 9) of the Single European Procurement Document, attachment 2 to the ToR should be given

on whichthe Contractor will use the rows, equipment of the plant and technical devices during

the implementation of the contract, including the installation for waste processing in the R12 recovery process along with its

exact address.

3. To confirm that there are no grounds for exclusion, please complete the following:

a) Part III: Grounds for exclusion, Table A: Grounds for convictions for criminal offensestwo

Single European Procurement Document Annex 2 to the ToR;

b) Part III: Exclusion grounds table B: Basics related to the payment of taxes or social security contributions

Single European Procurement Document Annex 2 to the ToR;

c) Part III: Grounds for exclusion Table C: Basics related to insolvency, conflict of interests or

offenses inclof the Single European Procurement Document Annex 2 to the ToR;

d) Part III: Grounds for exclusion table D: Other grounds for exclusion which may be provided for in the national provisions of the Member State of the contracting authority or contracting entity

of the Single European Procurement Document Annex 2 Terms of Reference.

4. Purchaser before choosing the best oneferty, will call the contractor whose bid has been rated the highest

to be submitted by the deadline, not shorter than 10 days, valid as at the date of submission of the following statements or documents:

1) To confirm compliance with the conditions for participation in the proceedings:

a) a copy administrative decisions authorizing the processing of waste in the R12 recovery process, i.e.: integrated permit, hedgehogthe installation where the R12 recovery process will be carried out is covered by the

obligation to obtain an integrated permit as of 01.07.2015, and the notification containing the registration number issued after obtaining an entry in the register of entities introducing products, packaging and waste management products operated by the Marshal of the Voivodship,

or

• permission to process waste, jIf the installation where the R12 recovery process will be carried out is not covered by the obligation to obtain an integrated permit as of 01.07.2015,

and a notification containing the registration number issued after obtaining an entry in the register of entities introducing products, products in packaging and waste management kept by the Marshal of the Voivodship,

Note:

Contractor with installationoutside the territory of the Republic of Poland should provide a copy of the

permit equivalent to the decisions referred to in item 1) above, issued in the country where the installation is located. in the period of three years before the submission of tenders expires and if the period of business activity

during this period, have been performed or are being duly performed, with the evidence referred to are references or other documents issued by the entity for whose services they were performed, and if for a justified reason of an objective nature the contractor is not in able to obtain these documents from the contractor; for periodic or continuous benefits still performedimportant references or other documents confirming their proper performance should be issued

not earlier than 3 months before the submission of tenders (one joint list in the case of Contractors

submitting a joint bid);

c) information from the bank or cooperative savings and credit union confirming the amount of

financial resources or contractor`s creditworthiness, in the periodnot earlier than 1 month before the deadline for submitting bids, in the amount of at least PLN 1, 000, 000.00 or having a creditworthiness

in the amount of at least PLN 1, 000, 000.00.

d) a document confirming that the contractor is insured against liability civil law in the scope of

activities related to the subject of the order for a minimum amount of PLN 1, 000, 000.00.

If justifiedthe Contractor may not submit documents regarding the financial or economic situation required by the Employer, he may submit another document which sufficiently confirms the fulfillment of the conditions for participation in the proceedings. The Employer indicates that in accordance with the judgment of the Court of Justice of the European Union of 4 May

2017. (reference number C-387/14) when the Contractor relies on experiencefor a group of contractors of which he was a member

(consortium), this experience should be assessed depending on the specific extent of the participation of that contractor, and thus its actual contribution to the activities that were required of that group under the given public procurement. In addition :

The contractor may, in order to confirm compliance with the conditions for participation in the procedure, in appropriate situations and inin relation to a specific contract, or part thereof, rely on the technical or professional capacity or the financial or economic situation of other entities, irrespective of the legal nature of the relations which it has with them. To assess whether the Contractor relying on the capabilities of

or the situation of other entities on the principles set out in Art. 22a of the PPL, he will have these resources in pnecessary for the proper performance of the public contract and to assess whether the relationship between the Contractor and these entities guarantees real access to their resources, the Employer will request the submission and offer of documents, which specify in particular:

a) the scope of resources available to the contractor of another entity,

b) the method of using the resources of another entity by the contractor in the performance ofpublic procurement,

c) the scope and period of participation of another entity in the performance of the contract;

d) whether the entity whose abilities the contractor relies in relation to the conditions of participation in the proceedings regarding education, professional qualifications or experience, will perform the services indicated capabilities relate.

To this end, the Contractor will be able to use Table 1 in Annex 3, which will be filled by another entity, whose resources the Contractor will use.

2) To confirm the absence of grounds for exclusion:

a) an excerpt from the relevant register or central register of information on economic activity, if separate provisions require an entry in the register or register, to confirm the absence of grounds for exclusion under

art. 24 paragraph 5 point 1 of the Public Procurement Law;

b) certifiedand the competent head of the tax office confirming that the contractor is not in arrears with

paying taxes issued no earlier than 3 months before the deadline for submitting bids, or

another document confirming that the contractor has entered into an agreement with the competent tax authority

regarding the repayment of these debts together with possible interest or fines, in particular obtainedlegal release, deferment or installment of overdue payments or suspension in whole of the execution of the decision of the competent authority;

c) a certificate of the competent organizational unit of the Social Insurance Institution or the Agricultural Social Insurance Fund or other document confirming that the contractor is not in arrears

with payment social security contributions or health insuranceexpired, issued not earlier than 3 months

before the deadline for submitting bids or requests to participate, or other

document confirming that the contractor has entered into an agreement with the competent authority regarding the repayment of these amounts

together with any interest or fines, in in particular, he obtained a legal release

postponement or postponementyou overdue payments or withholding in full the decision

the competent authority;

d) information from the National Criminal Record in the scope specified in art. 24 paragraph 1 point 13, 14 and 21 issued

not earlier than 6 months before the expiry of the time limit for submission of tenders;

e) the contractor`s statement that he has not issued a final court judgment or final administrative decision on his arrearspayment of taxes, fees or social security or health insurance contributions or - in the event of such a judgment or decision - documents confirming the payment of these receivables together with any interest or fines or the conclusion of a binding agreement on the repayment of these receivables - in accordance with Annex No. 3B to the ToR;

f) the contractor`s declaration of no judgmentas a preventive measure for prohibiting

to apply for public contracts - in accordance with Annex 3B to the ToR;

g) the contractor`s declaration of non-payment of taxes and local fees, referred to in the

Act of 12 January 1991. on local taxes and fees (Journal of Laws 2016.716) in accordance with Annex

No. 3B to the ToR;

3) To confirm that the services offered correspond togive the requirements specified by the Employer:

a) a copy of the Carrier`s registration in the scope of transporting goods (in case when more than one carrier is involved in the movement

a copy of the registration of each of these

carriers is required. If the transport of waste is organized by a forwarding agency -

a copy of the registration of this company and all carrier is requiredow) refers to the case when the service will be performed outside Poland. b) list of expected means of transport drawn up using the abbreviations specified in the list of abbreviations and codes (Annex IA to Regulation (EC) 1013/2006) concerns the case when the service will be carried out outside of Poland.

c) a copy of the permit issued in accordance with art. 4 and 5 of the Directive (required if otherssteel recovery / disposal operations is included in Annex I, category 5 to the Directive) refers to the case where the service will be performed outside Poland.

d) for installations built / installed before 2019: waste in the recovery and / or disposal process at the Contractor`s disposal (in accordance with Annex No.2) in the performance of the contract concluded

based on this public procurement procedure,

(ii) the summary data for 2018 in accordance with the Regulation of the Minister of the Environment of

December 8, 2010. on the scope of information and sample forms for preparing and submitting summary data on waste (Journal of Laws 2010.249.1674) confirmingrecovery of waste in the R12 process by the installation, which will be at the disposal of the Contractor during the performance of the contract, or an equivalent document issued by an authorized institution in the country in which the Contractor or third parties from outside the territory of the Republic of Poland have an installation for waste processing in the recovery / disposal process

and / or (at the choice of the Contractor)

(iii) occupancy permit (approxtherefore referred to in the Act of 07.07.1994. Building Law, i.e. Dz. U. in which youthe contractor or third parties from outside the territory of the Republic of Poland have an installation for

waste treatment in the recovery / disposal process. or disposal, which the Contractor will have at his disposal when performing the contract concluded on the basis ofthe public procurement procedure,

(ii) Waste Record Cards confirming the processing of the subject of the order, i.e. showing the process

R12 for waste code 19 12 12 Other waste (including mixed substances and objects) from mechanical

waste treatment other than those listed in 19 12 11 or an equivalent document issued by an authorized institution in the country in which youthe contractor or third parties from outside the territory of the Republic of Poland have

waste treatment installation in the recovery / disposal process; Waste Records must be prepared in accordance with the specimen contained in the Regulation of the Minister of the Environment of December 12, 2014. regarding sample documents used for the purposes of the waste records (Journal of Laws of 2014, 1973);

the Contractor in the event of commencing processingand waste in the installation in 2019, will be required

to submit to the Employer documents in the form of Waste Record Cards for the entire processing period

the subject of the contract this year.

and / or (at the choice of the Contractor)

(iii) the occupancy permit (o referred to in the Act of 07.07.1994 Construction Law, i.e. Dz. U.the disposal and / or disposal which the Contractor will have

(in accordance with Annex No. 2) when performing the contract concluded on the basis of this

public procurement procedure or equivalent document issued by an

authorized institution in the country in which the Contractor or third parties with outside the territory of the Republic of Poland they have

an installation for waste processing in the recovery / uni processe-neutralization.

In addition:

• In accordance with art. 24 section 11 of the Public Procurement Law, the Contractor within 3 days of placing

information on the website, referred to in Art. 86 paragraph 5 of the Public Procurement Law, provides the Employer with a

statement (in accordance with Annex No. 3A to the ToR) about belonging or not belonging to the same capital group as referred to in the Act on competition andconsumers (Journal of Laws 2019.369). Along with the submission of the declaration, the Contractor may provide evidence that links with another Contractor do not lead to distortion of competition in the procurement procedure;

• The Employer in accordance with art. 25 paragraph 1 of the Public Procurement Law Act to confirm compliance with no grounds for exclusion

will use documents in generally available databases.

• Zamathe foresee provides for the exclusion of an economic operator pursuant to art. 24 (5) points 1, 2, 4 and 8 of the PPL Act, i.e. his property pursuant to art. 332 section 1 of the Act of 15.05.2015r. Rightstructuring (i.e. Dz. U. of

2019.243) or whose bankruptcy was announced, with the exception of the contractor who after the declaration of bankruptcy entered into an arrangement

approved by a final court decision, if the arrangement does not provide for satisfaction of creditors by

liquidation of the assets of the bankrupt, unless the court ordered the liquidation of his assets pursuant to art. 366 section 1 of the Act of February 28, 2003. Bankruptcy Law (i.e.. Laws 2019.498 with later (change) means of evidence;

- the contractor, who for reasons attributable to him, failed to perform or improperly performed to a significant extent an earlier contract on public procurement concluded with the awarding entity referred to in

Article 3 paragraph 1 items 1-4 which led to termination of the contract or award of compensation.

- which violated the obligations regarding payment taxes, fees or social security or health insurance contributions, which the contracting authority is able to demonstrate by usingappropriate means of proof, except in the case referred to in Article 24 paragraph 1 point 15 of the Public Procurement Law, unless the contractor

has made payments of taxes, fees or social security or health insurance contributions together with

interest or fines or has entered into a binding agreement on the repayment of these debts.

5. In the case of transmission by an electronic contractora copy of the document, its signature by the contractor or the entity on whose abilities or situation the contractor relies, or by a subcontractor by a qualified electronic signature is equivalent to certification by the contractor or by the entity on whose abilities or situation the contractor relies, or by a subcontractor, an electronic copy of the document with consentwith the original.

6. If the contractor submits an electronic document in a format that submits data

compression, providing a file containing compressed data with a qualified electronic signature is

equivalent to the contractor`s confirmation of compliance with the original of all electronic copies of the documents contained in this file, with the exception of certified copieson another day by another contractor

jointly applying for the contract with him, by the entity whose capacity or situation

consists of the contractor, or by a subcontractor.

7. The contracting authority will assess whether the technical or professional capacities made available to the contractor by them or their financial or economic situation allow the contractor to demonstrate compliance with the conditions for participation in the postproceeding and will examine whether there are grounds for exclusion against this entity, as referred to in art. 24 paragraph 1 point 13 22 and par. 5 points 1), 2), 4) and 8).

8. With respect to conditions relating to education, professional qualifications or experience, contractors may rely on the capacities of other entities if those entities carry out works or services to which they are able towalls are required.

9. The contractor, which relies on the financial or economic situation of other entities, is jointly and severally liable with the entity that has undertaken to make the resources available, for damage suffered by the contracting authority

resulting from the failure to make these resources available, unless it is not at fault for failure to make the resources available.

10. If technical or professional capacity or economic situation orfinancial, the entity referred to in paragraph 1, do not confirm the fulfillment by the contractor of the conditions for participation in the procedure or there are

grounds for exclusion for these entities, the contracting authority requests that the contractor within the time limit specified by the contracting authority:

a) replaces this entity with another entity or entities, or

b) undertakes to personally performance of the relevant part of the contract, if demonstrated bytechnical or professional difficulties or financial or economic situation referred to in para. 1

11. If the Contractor, demonstrating compliance with the conditions referred to in Chapter VIII. paragraph. 1, letter b.-c., consists in

resources of other entities, and these entities will participate in the implementation of part of the contract, the Employer requests

ch in chapter IX. paragraph. 4

point 2 lit. a) to g).

12. If the Contractor indicates the availability of declarations or documents referred to in

chap. IX.ust.4 and para. 14, in electronic form to specified internet addresses of generally available

and free databases, in particular public registers within the meaning of the Act of February 17, 2005

on the computerization of the activities of entities implementpublic tasks (i.e. Dz. U. 2019.700), the Employer

independently downloads declarations or documents indicated by the Contractor from these databases.

13. In the case referred to in the preceding sentence, the Employer may request the Contractor

to present a translation into Polish indicated by the Contractor and downloaded by the Employer

documents.

14. If indicated byContractor of statements or documents referred to in chapter IX paragraph 4,

which are at the disposal of the Employer, in particular statements or documents kept

by the Employer pursuant to the provisions of Art. 97 paragraph 1 of the Public Procurement Law, the Awarding Entity to confirm the circumstances referred to in art. 25 section 1 point 1 and 3 of the Act, uses its declarations or documents, if anythey current.

15. If the contractor has its registered office or place of residence outside the territory of the Republic of Poland, instead of the documents referred to in chapter IX paragraph 4 point 2):

1) as regards the documents indicated in point d) - submits information from the relevant register or, in the absence of such a register, another equivalent document issued by the competent judicial or administrative authority of the country inwhich the contractor has its registered office or place of residence or place of residence has a person to whom the information or document relates, to the extent specified in art. 24 paragraph 1 point 13, 14 and 21 of the Public Procurement Law;

2) in the scope of documents referred to in point a) - c) - submits a document or documents issued in the country in which he has his registered office or place of residence, confirming accordingly that:

a) his lno claims or bankruptcy,

b) is not in arrears with taxes, fees, social security and health contributions, or that it has entered into an agreement with the competent authority regarding repayment of these debts together with any interest or fines, in particular, it has obtained legal exemption, deferment or installment

outstanding payments or withholding in fulla decision of the competent authority,

3) Documents referred to in item 1) and item 2) lit. a) above should be issued not earlier than 6

months before the closing date for submission of tenders. Documents referred to in item 2) lit. b) above should be issued not earlier than 3 months before the deadline for submission of tenders.

16. If in the country in which the Contractor has its registered office or place of residencethe person or place of residence

has the person to whom the document relates, does not seem the documents referred to in paragraph 15, they are replaced with

a document containing a statement of these persons, submitted to a notary public or before the authority competent for their place of residence court, administrative or self-government or commercial self-government body competent for the seat or place of businessthe contractor`s place of residence or place of residence of that person. Terms listed in chapter IX paragraph 15 point 3 shall apply accordingly.

17. Certification for compliance with the original is made by the Contractor or a third party or the Contractor - jointly applying for the award of the public contract, respectively, in the scope of documents which apply to each of them.

18. In the case of joint application forcontract by Contractors, the Single European Document

Contracts are submitted by each of the contractors jointly applying for the contract. These documents should

confirm compliance with the conditions for participation in the procedure and the lack of grounds for exclusion to the extent that

each of the contractors demonstrates compliance with the conditions for participation in the procedure and no grounds for exclusion.

19. Documents drawn up in the languagestrangers are submitted together with a translation into Polish. Translation

is not required if the Employer has given his consent referred to in Article 9 para. 3 of the Public Procurement Law

20. Description of how to assess compliance with the above conditions:

The Employer will check the correctness of submitted documents and compliance with the above-mentioned, as required to take part in the tender. The Purchaser will assess complianceby the Contractors

the conditions of participation in the procedure based on the attached documents and statements, in accordance with the formula

meets-does not meet. The content of the documents attached to the offer must clearly show that the abovementioned conditions

the Contractor has met. The content of the documents attached to the offer must clearly show that the abovementioned conditions

the Contractor meets on the day of submission of bids. If you do not showe. the Contractors meet the conditions for participation in the procedure, they will be excluded from the procedure on the basis of the relevant provisions of the Act of 29 January 2004. Public procurement law (i.e. Dz. U. 2019.1843).

21. The Contractor whose offer will be assessed as the most advantageous (i.e. before announcing information about the selection of the most advantageous offer) will be called by the Employer tosubmission within a designated, not shorter than 10 days, valid on the day of submitting statements or documents confirming that the Contractor is not subject to exclusion, meets the conditions for participation in the procedure and the services offered by him meet the requirements specified by the Employer. The Employer provides the possibility that he will first evaluate the offers and then examine whether the Contractor, about whichthe ferry has been assessed as the most favorable, it is not subject to exclusion and meets the conditions for participation in

proceedings.

If the Contractor referred to in the preceding sentence fails to conclude the contract, the Employer

may examine whether he is not subject to exclusion and whether he meets the conditions for participation in the procedure, which

submitted the highest-rated offer among the other offers.


Internet address (URL): http://ekodolina.pl

Documents

 Tender Notice