COMPANIA NATIONALA DE ADMINISTRARE A INFRASTRUCTURII RUTIERE SA has floated a tender for Contract notice: Road construction works. The project location is Romania and the tender is closing on 11 Oct 2017. The tender notice number is 268815-2017, while the TOT Ref Number is 14786683. 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: Road construction works

Deadline : 11 Oct 2017

Other Information

Notice Type : Tender

TOT Ref.No.: 14786683

Document Ref. No. : 268815-2017

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : COMPANIA NATIONALA DE ADMINISTRARE A INFRASTRUCTURII RUTIERE SA
Office Name: Compania Nationala de Administrare a Infrastructurii Rutiere SA
Address: Bulevardul Dinicu Golescu nr. 38, sector 1
Town: Bucuresti
Postal Code: 010873
Contact Point: Directia Achizitii Infrastructura Rutiera
Attention: dlui Horia Nicolae, director DAI
Phone: +40 212643292
Fax: +40 213186662
Romania
Email :daniela.preda@andnet.ro
URL :www.cnadnr.ro

Tender Details

Object of the contract
Road construction works

Description: Contract notice: Road construction works

Authority Type: Body governed by public law
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 45233120, 45221111, 71322500, 45233120, 45221111, 71322500
CPV Description: Design and execution of expressway Craiova Pitesti, Tronsonul 2, lot 1 and lot 2.

Road construction works.

Engineering-design services for traffic installations.

The main objective is the design and execution of expressway Craiova Pitesti, Section 2, Lot 1 and Lot 2, in accordance with FIDIC Yellow Contract Terms. lot-1 of Section 2 extends between 17 700 km 36 200 km and the 2nd lot extends between 36 200 km 57 550 km, the section having as starting point the border between the counties of Dolj and Olt, the final point near Slatina, at the intersection With DN 65. It crosses the administrative territories of the following localities: Bals, Barza, Piatra Olt, Slatioara, Ulmi, Slatina and Valea Mare.

AC requests a GP issued in the name of the bidder to be issued by a bank / insurance company that is not in special situations regarding the authorization or supervision under the law in the amount of RON 12, 000, 000 for Lot 1 and 14, 900, 000 RON for Lot 2. The GP may be issued on behalf of the bidder and in Euro, in the amount of EUR 2 625 016.41 for Lot 1 and 3 2EUR 59, 395.37 for Lot 2, calculated at an average rate displayed by the National Bank of Romania; June 2017, of 1 EUR = 4.5714 RON. For the calculation of the GP value, if the bidder wants to present the GP in a currency other than the euro, the average June 2017 average rate published on http: // ec.europa.eu/ budget / contracts _grants / info_contracts / inforeuro / inforeuro_en .cfm. II. Validity periodThe GP's will be at least equal to the period of validity of the offer. III.GP must be irrevocable. IV. The GP must explicitly stipulate that the payment will be executed unconditionally, ie upon the first request of the beneficiary, based on his / her statement regarding the guilty of the guarantor, and the AC shall be presented at the latest by the deadline and date of submission of the bids, ISEAP together with the offer. The GP will be signed by the bidder with an extended electronic signature based on a qualified certificate issued by an accredited certification service provider under the terms of the law. Form A will be completed. art. 35-38 of HG 395/2016. Further information on the GP is found in section IV.4.3, Presentation of the offer. Pt. GP constitutionThrough the bank transfer, the accounts of CNAIR SA opened at BCR branch are: RO82 RNCB 0082 0080 9408 1283 lei or RO55 RNCB 0082 0080 9408 1284 euro. The tenderer declared winner will constitute a guarantee of performance of the original contract in the amount of 10% of the value of the contract, without VAT, within 5 working days from the date of signing the public procurement contract.-In the event that during the execution of the public procurement contract, the contractor has the obligation to complete the performance guarantee in correlation with the new value of the public acquisition contact, according to art. 39, par. (5) of GD 395 / 2016.

The guarantee of good execution is constituted by bank transfer or by a guarantee instrument issued underThe laws of a banking corporation or an insurance company, which becomes an annex to the contract, the provisions of art. 36 par. (3) - (5) of GD 395/2016 applying accordingly.

The contracting authority has the right to issue claims on the performance guarantee, at any time during the fulfillment of the public procurement contract, to the extent of the damage created, in case contractantuHe fails to fulfill his obligations under contract. Prior to the issuance of a claim on the performance guarantee, the contracting authority has the obligation to notify the claim both to the contractor and to the issuer of the guarantee instrument, specifying the obligations which have not been respected and the way the damage is calculated.-The partial or total execution, the contractor has the obligation to re-enter the guarantee in relation to the remainder to be executed, according to art. 41 of HG 395/2016. The Good Execution Guarantee must be presented in accordance with Form B of the "Formulation" Section of the Awarding Documentation.

2014-2020 and the State Budget See the resolutive clause in Section IV.4.3)Bidding, chap. 10. Signing the contract.

To demonstrate the fulfillment of the qualification criteria / requirements:

I. For each batch, the sole bidder / associated bidder / subcontractor / third party must prove that it does not comply with the provisions of art. 164 of Law no. 98 / 2016.

For this purpose, for each batch, the single bidder / oeThe Associate / Subcontractor / Supporter will complete the DUAE Part III "Exclusion Grounds" Section A "Reasons for Criminal Offenses."

Also, for each batch, the tenderer ranked first after applying the award criterion prior to awarding the contract, Shall present, at the request of the contracting authority, the following editorial documents-Which proves / confirms non-compliance with the situations stipulated in art. 164 above, both for the sole tenderer / associated offeror and for the adjudicating subcontractor / third party stated in the offer: the criminal record of the economic operator and of the members of the management, management or supervisory body of the economic operator or of the Power of representation, Decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act; Other editing documents, as appropriate. II. For each batch, the sole bidder / associated bidder / subcontractor / third party must prove that it does not comply with the provisions of art. 165 of Law no. 98 / 2016.

In this respect, for each lot in pArts, sole bidder / affiliate bidder / subcontractor / supporter will complete the DUAE Part III "Exclusion Reasons" Section B "Reasons for Paying Taxes or Social Security Contributions."

Also for each batch the ranked bidder First place after applying the award criterion, prior to the award of the contract, will present, upon requestContracting authority, the following editorial documents proving / confirming non-compliance with the situations stipulated in art. 165 above, both for the sole offeror / associated bidder and for the subcontractor / third party stated in the offer:

A. The Romanian legal persons must submit: - a certificate of fiscal attestation regarding the fulfillment of the payment obligations of iDeposits, taxes or contributions to the consolidated general government, from which the overdue debts at the moment of its presentation would occur. Foreign legal persons will present any editorial documents issued by the authorized institutions of the country of origin (fiscal attestation, criminal records, other equivalent documents, etc.) proving the factThat they have fulfilled their obligations to pay taxes, duties or contributions to the general consolidated budget in accordance with the national law of the country of residence of the sole tenderer / associated contractor / subcontractor / third party or the country in which the sole tenderer / associated offeror / Subcontractor / supporter is established. From pre editorial documents■ Note 1: The contracting authority shall exclude from the award procedure any economic operator known to have breached its obligations to pay taxes, duties or contributions to the general consolidated budget, And this has been determined by a court decision or decision-The administrative authority being final and binding in accordance with the law of the state in which the economic operator is established. Note 2: The contracting authority shall exclude from the award procedure an economic operator if it can demonstrate by any appropriate means that the economic operator, Has breached its obligations regarding the payment of taxes, duties or fees3 Note: The economic operator is not excluded from the award procedure if, prior to the exclusion decision, he fulfills his obligations by paying the taxes, duties or contributions to the general consolidated budget due or by other means of extinguishing them; or Benefit, under the law, from their rescheduling or other facilitationAnd, if applicable, any interest or penalties for late payment or fines. Note 4: The economic operator is not excluded from the award procedure when the amount of taxes, duties and contributions to the general government due and payable, Outstanding, meets one of the following conditions:

a) is less than 4, 000 RON; b) is moreUp to 4, 000 RON and less than 5% of the total taxes, taxes and contributions owed by the economic operator to their most recent maturity date. For each batch, the sole bidder / associated bidder / subcontractor / third party must prove that it does not comply with the provisions of art. 167 of the Law no. 98 / 2016.

For this purpose, for each lot in parThe sole bidder / associated bidder / subcontractor / third party will complete the DUAE Part III "Exclusion Reasons" Section C "Reasons for Insolvency, Conflicts of Interest or Professional Misconduct."

Also, for each batch, the sole bidder / Associate bidder / Subcontractor / Supporter must submit Form C "Statement of IncorrectShe in the provisions of art. 60 par. (1) of Law 98/2016 ", in accordance with the model presented in the Forms section. Form C will be compulsorily submitted with the DUAE through SEAP and signed with an extended electronic signature based on a qualified certificate issued By a certification service provider accredited under the law.

Note: For the purposes of the provisions-art. 60, par. (1) lit. D) from Law 98/2016, through a shareholder or significant associate is understood the person who exercises rights related to shares which, cumulatively, represent at least 10% of the share capital or confer on the holder at least 10% of the total voting rights in the general meeting .

For each lot, the bidder ranked first after applying the criterionPrior to awarding the contract, shall submit, at the request of the contracting authority, the following editorial documents proving / confirming non-compliance with the situations referred to in art. 167 above, both for the sole offeror / associated offeror and for the subcontractor / third party stated in the offer:

- certificates, records, documents provingThe fact that the economic operator may benefit from the derogations provided in art. 167 par. (2) and art. 171 of Public Procurement Law 98/2016 - Other editing documents, as appropriate Note 1: The contracting authority does not exclude from the award procedure an economic operator against whom the general insolvency procedure has been opened when, on the basis of the information and / Or documentsloR submitted by the economic operator in question, establishes that it has the capacity to execute the public procurement contract. This implies that the economic operator is either in the observation phase and has taken the necessary measures to draw up a feasible reorganization plan that allows for a sustainable continuation of the current activity, whether it is within the relay phaseAnd it fully respects the implementation plan of the reorganization plan approved by the court. Note 2: It is considered that the contracting authority has sufficient plausible indices to consider that the economic operator has entered into agreements with other economic operators aimed at distorting competition within or within Related to this procedure in the situation where withinThe management of 2 or more economic operators participating in the awarding procedure are the same persons or persons who are spouses, relatives or cronies up to the second degree inclusive or who have common interests of a personal, financial or economic nature, or of Any other nature. Note 3: The contracting authority is deemed to have sufficient plausible indicesRu considers that the economic operator has entered into agreements with other economic operators aimed at distorting competition within or in connection with this procedure in the situation where a bidder has submitted two or more offers, both individually and jointly with other economic operators, or Only in common with other economic operators. Note 4: The contracting authority is deemed to have sufIndicating that the economic operator has concluded with other economic operators agreements aimed at distorting competition within or in connection with this procedure in the situation where a tenderer has submitted the individual offer / jointly with other economic operators and is nominated as a subcontractor In a different tender.

Note 5: The contracting authority will exClimbs an economic operator at any time of the award procedure in which he is aware that the economic operator is, in the light of the actions or actions taken before or during the proceedings, in one of the situations referred to in Art. 164, 165 and 167, to attract exclusion from the award procedure. Decision-makers within the contracting authorityAs well as the persons within the contracting authority that may influence the content of the awarding documentation and / or the performance of the award procedure are: Ionita Stefan; Deputy General Director General Directorate for Road Infrastructure Development - Mr. Diamandi Cristian Emilian;

Deputy General Manager General Directorate of Engineering, Studies and Investigations Mr.Dicu Craciunel Sorin;

Deputy Director Technical and Quality Directorate Mr. Munteanu Mihai; Director of the Department of Engineering and Documentation Analysis Mr. Patio Sorin; Deputy Director Direction of Engineering and Documentation Analysis; Mrs. Marioara Capra; Tanasescu Anghel; Deputy General Manager General Economic and Financial Directorate Mr. Masala Ionut Laurentiu; directorPurchase Direction Road Infrastructure Mr. Nicolae Horia Mihai;

Head of Public Procurement Department External Funds and State Budget Mr. Curculescu Marius Razvan, Head of Service Acquisitions Services Daniela Constanta Preda; Ioana Filip, Madalina Popescu, Madalina Aurora Pana, Cecilia Gheorghe Employees in the Service Acquisition Service; Head of Design Service Highways and Roads NatiOsman Vasile Petrinel; Costache Razvan Adrian; Ionita Romeo Cristian Employees in the Design of Motorways and National Roads Service Director Juridical Directorate Mr. Filipescu Andrei;

Hlibocianu Mihaela Ruxandra Advisory Advisory Service.

Apostol Mircea, Cambosie Laura, Palli Raluca Maria, Stan Andreea Roxana, Stan Mihai Iulian, Stanescu Roxana Mihaela, Targets Dana EcaterinA, Filip Gianina Employees in the Consultative Advisory Service

Chief of CFP Service Ticu Catalin Alexandru

Popa Raluca Marilena, Duina Neluta Veronica, Givan Danut Grigore, Otelea Victor Georgian, Dogaru Victor Ioan, Roman Diana Aurelia Employees within CFP Service

Head of Analysis Prices d. Calmus Ion Lucian

Berghia Paul-Marian Chairman of the Board of Directors of CNAIR SA,

Trusteur Alina Monica, Girla Laura Diana, Mladinoiu Adrian, Mocanu Gabriela Elena, Simionescu Alexandra Violeta, Neacsa Petre members of the Board of Directors of CNAIR SA

The members of the General Meeting of Shareholders of CNAIR SA have no attributions / competencies regarding the awarding documentation and The process of public procurement. Legal persons responsible for drawing up the documentation(Eg designer's name) Search Corporation Ltd.

Note 1: Represents a potential conflict-generating situation to participate in the process of verifying / evaluating the bids of a person who is a spouse, relative or affinity, Up to the second degree inclusive, with persons on the board of directors / oManagement or oversight of the individual offeror / associated offeror / subcontractor / supporting party. Note 2: It is a potential conflict-generating situation, participation in the process of verifying / evaluating the offers of a person that is found or regarding At which there are reasonable indications / concrete information that can directly haveIndirectly, a personal, financial, economic or other interest, or is otherwise in a position to affect its independence and impartiality during the assessment process. Note 3: If, as a result of clarifications Required to the tenderer on a potentially conflicting situation, the contracting authority shall establish that there is a-Conflict of interest, the contracting authority will take the necessary steps to eliminate the circumstances that generated the conflict of interest, including measures such as the replacement of the persons responsible for bid evaluation, when impartiality is affected, where possible, or the removal of the bidder / candidate In relation to the decision-makersIe from the contracting authority. Note 4: In order to prove that it does not fall into one of the situations provided for in art. 164, 165 and 167 of Law 98/2016, for each lot, the tenderer ranked first after application of the award criterion will present, prior to awarding the contract, at the request of the Contracting Authority any edifying document in the country-The country of origin or the country in which the tenderer is established, such as certificates, criminal records or other equivalent documents issued by the competent authorities of that country in accordance with Art. 168 par. (1) of Law 98/2016, both for the Unique Offeror / Associated Offeror and for the Supporters and Subcontractors statements in the offer. Note 5: If the above mentioned documents-Above shall not be issued in the country of origin or in the country where the sole tenderer / associated offeror / subcontractor / third party is established, or these documents do not cover all the situations referred to in art. 164, 165 and 167 of Law 98/2016, the sole tenderer / associated offeror / subcontractor / third party shall submit either a declaration under his / her own responsibility, whether in the country orThere is no legal provision for the declaration on your own responsibility, an authentic statement made before a notary, an administrative or judicial authority or a professional association with competence in this respect. Note 6: If there are uncertainties in As regards the existence or non-existence of an exclusion situation, the contracting authority is entitledTo request information directly from the competent foreign authorities. For each lot, the economic operators submitting the tender must prove a form of registration under the law of the country of residence, from which it appears that the economic operator is legally constituted, that he is not in any of the situations of cancellation of the establishment, As well as being able to• In order to demonstrate the fulfillment of the professional capacity criterion for each lot, the single tenderer / the associated tenderer / the third party / the subcontractor will complete the DUAE part IV "the selection criteria "Section a" ability to meet requirements. "

For fThe tenderer ranked first after application of the award criterion will submit, prior to the award of the contract, at the request of the contracting authority, the Certificate of Attorney issued by the Trade Registry Office by the Territorial Court in its entirety, showing that the main activity / Secondary activity that it carries out according to the CAEN codificationCorresponds to the subject of the contract.

Also, the following information must be found in the Certificate of Attorney issued by the Trade Register Office near the Territorial Court: identification data of the economic operator, shareholders / associations, management bodies, administrators, members of the Board of Directors, The members of the Supervisory Board, the shares of theAttendance Note 1: For foreign legal persons, enforceable documents proving a registration form according to the legal provisions of the country in which the tenderer is established, from which to retrieve the information required by the Contracting Authority, shall be provided. In case of an association, documents will be presented for each of the members of the association. For iThe fulfillment of the requirement is sufficient for the activity of each member to be in accordance with the part of the contract that he / she will carry out. Note 3: If the tenderer benefits from support from third parties or if he / she subcontracts parts of the contract, He / she will present the Certificate of Conformity and the third party supporters / subcontractors declared in the DUAE.

Note 4: For the subcontractors declared in the DUAE, the scope of activity enrolled in the Certificate of Conformity will be in accordance with the part of the contract they will make.
Internet address (URL): www.cnadnr.ro
Directive: Classical Directive (2004/18/EC)

Documents

 Tender Notice