JUDE?UL BAC?U has floated a tender for Contract notice: Roadworks. The project location is Romania and the tender is closing on 06 Sep 2018. The tender notice number is 310134-2018, while the TOT Ref Number is 25094438. 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: Roadworks

Deadline : 06 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25094438

Document Ref. No. : 310134-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL BAC?U
Office Name: Jude?ul Bac?u
Address: Str. M?r??e?ti nr. 2
Town: Bac?u
Postal Code: 600017
Contact Point: Mariana Mitru?i

Phone: +40 234537200
Fax: +40 234535012
Romania
Email :achizitii.publice@csjbacau.ro
URL :www.csjbacau.ro

Tender Details

Object of the contract
Roadworks

Description: Contract notice: Roadworks

Authority Type: Regional or local authority
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 45233140, 45221100, 71322500, 45233140, 45221100, 71322500
CPV Description: Roadworks.

Construction work for bridges.

Engineering and design services for traffic installations.

Design and technical assistance as well as for execution of works for the investment objective: "Rehabilitation and modernization of DJ 252 C, Tătărăşti - Corbasca, km 8 022/23 088, Bacău County "

Reference Number: Not applicable

Designing and technical assistance as well as for execution of works forinvestment objective: "Rehabilitation and modernization of DJ 252 C, Tătărăşti - Corbasca, km 8 022/23 088, Bacău county"

Main Site: DJ 252 C, Tatarasti - Corbasca, km 8 022/23 088, Bacău. technical and parameters specific to the investment resulting from the implementation of the intervention works.

The road structure will be dimensioned for 15 years of prospective traffic, -in accordance with the Norms for the dimensioning of flexible and semi-rigid road structures PD155-2001 and will be tested for freeze-thaw using one of the recommended and approved solutions by the beneficiary.

The execution works do not affect the networks in the area because these works are done over the existing road site. To ensure the functionality of the projected investment is notThe main stages of realization of the investment are:

- Preliminary works,

- Road construction planning works,

- Workshops,

- Water collection works,

- Works on side roads,

- Arrangement of crossing platform,

- Work of unloading bridges,

- Road consolidation works,

- Drainage works,

- Works oftraffic safety,

- Related work,

- Bridge works.

After assessing the importance of the construction according to the order of M.L.P.A.T. no. 31 / n of 2.10.1995 resulted that the work falls within the category of importance C - Constructions of normal importance - Constructions with ordinary functions, the failure of which does not involve major risks for society and nature.the public acquisition, during its period of validity, shall be made under the conditions stipulated in art. 221 of the Law no. 98/2016 and the provisions of Instructions no. 3/2017 issued by ANAP, respectively head. III - Non-Substantial Changes - Adaptations to Practical Context and Non-Substantial Changes - 5% threshold value as set out in the Technical Documentation-economic approval, percentage related to the value of the contract awarded.

The duration of the contract is 30 months, of which:

- Designing 6 months,

- Execution of works 24 months. 1: The bidders, the supporting third parties and the subcontractors must not find themselves in the situations provided by art. 164, 165, 167 of Law no. 98/2016

Mode of accomplishment:

Will be completed and presented i(the tenderer / associated tenderer / subcontractor / third party) with the information relating to their situation. The supporting documents proving the fulfillment of the assumed by the completion of the DUAE shall be submitted, at the request of the contracting authority, only by the bidder ranked first in the rankingan intermediary prepared to complete the bid evaluation after applying the award criterion.

These supporting documents are:

1. Establishing certificates for the lack of overdue debts regarding the payment of taxes, taxes or contributions to the consolidated general budget (local budget, state budget, etc.) at the moment of presentation. These documents must certify the absence of debts rat the time the certificates are presented. Note: In the case of bidders who are foreign legal persons, equivalent certificates will be provided stating that they do not register outstanding tax liabilities under the conditions of the law in force in the country of residence, at the time of submission. The criminal record of the economic operator and the members of the management, management body shave the supervision of the respective economic operator, or those who have the power of representation, decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act; 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 theLaw 98/2016 on Public Procurement. Other editing documents, as appropriate.

Request no. 2: Declaration on own responsibility for non-compliance with the provisions of art. 60 of Law no. 98/2016

Statement on own responsibility for non-compliance with the provisions of art. 60 of Law no. 98/2016, as per the template in the Forms section, will be prepared by each bidder / associate, including-to the sponsor / subcontractor, as the case may be, and will be presented by all participants together with the submission of the DUAE and the offer to SEAP with information related to their situation.

- The decision-makers of the contracting authority involved in the public procurement procedure are the following :

- Sorin Brasoveanu - President,

- Valentin Palea - Public Administrator of the County

- Adri- Popescu - Vicepresident, - - Silviu Ionel Pravat Vicepresident,

- Elena Catalina Zara - Secretary of the County,

- Marius Ciprian Bogea Executive Director - Juridical Division and Local Public Administration

- Gabriela Mitrea Executive Director - Economic and Quality Management

Mariana Mitruti Executive Director Public Procurement Directorate, Contracts

- Cornelia Gireada DirectExecutive Director - Technical and Investment Department and Public Works

- Mihai Alexandra - Person with Power of Representation within the Purchasing Service Provider

Qualification Condition: The economic operators submitting the tender must prove a registration form under the law of the country of residence, from which it appears that the economic operator is legally constituted, that it is not in any way-of the situations of cancellation of the establishment and the fact that it has the professional capacity to perform the activities that are the subject of the contract.

How can the fulfillment of the requirement be demonstrated:

Initially to be completed DUAE (Part IV - Ability to meet the requirements - the trade register) by the economic operators participating in the award procedureinformation about their situation. The supporting documents proving the fulfillment of the undertaken by completing the DUAE, the ... details on www.e-licitatie.ro

The tenderer must demonstrate that the annual / total annual turnover in each of the financial years 2015, 2016 and 2017 was at least - 80, 000, 000.

If two or more bids are-ranked first with equal scores, the tie will be made taking into account the "price" rating factor.

If the prices are equal, for the admitted offers ranked first, then for the contract, the contracting authority will ask the bidders for a new one financial proposal case in which the contract will be awarded to the tenderer whose new financial proposal is the one-

An economic operator may only participate in the procedure if he / she is registered with the SEAP.

To access the DUAE, the following link will be used: https://ec.europa.eu/growth/tools-databases/espd/filter.

The correspondence and all the documents submitted by the economic operators will be in Romanian, or accompanied by authorized translation in Romanian.

Requests for clarification of the potential ofthe respondents will address exclusively to SEAP the "Questions" section of the award procedure by electronic means. The answers to the clarification requests will be posted within the "Documentation, clarifications and decisions" section of the published participation announcement on www.e-licitatie.ro. The contracting authority will not respond to the initial requestsThe evaluation committee will submit the requests for clarification regarding the submitted offers in the SEAP in the "Questions" section. The economic operators will send the answers to the clarifications and any documents requested during the evaluation of the tenders through SEAP (the "Questions" section) ), wholly in the section corresponding to that request, under foThe risk of depositing documents that can not be viewed / opened is the bidder's responsibility, subject to the rejection of the offer.

Tenderers have the opportunity to visit and examine both the location of the investments as well as its surroundings to be able to evaluate chcomplications, risks and all the data needed to prepare the offer. The person in charge of planning and making the visit is: Patrichi Petru - tel. 40 234588377 or mobile 40 740102109.


Internet address (URL): www.csjbacau.ro

Documents

 Tender Notice