CONSILIUL JUDE?EAN CONSTAN?A has floated a tender for Contract notice: Roadworks. The project location is Romania and the tender is closing on 06 May 2019. The tender notice number is 132985-2019, while the TOT Ref Number is 31737917. 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 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 31737917

Document Ref. No. : 132985-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CONSILIUL JUDE?EAN CONSTAN?A
Office Name: Consiliul Jude?ean Constan?a
Address: Str. Tomis nr. 51
Town: Constan?a
Postal Code: 900725
Contact Point: Florina Cristache

Phone: +40 241488413
Fax: +40 241488411
Romania
Email :licitatii@cjc.ro
URL :www.cjc.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, 71322500, 71356200, 45233140, 71322500, 71356200
CPV Description: Design services (PT DDE), technical assistance from the designer and execution of works for the investment objective "Rehabilitation and modernization of the [...] details www.e-licitatie.ro

Reference Number: 2981739/2018 / II.1 / SMIS Code 110343

Design Service Contract (PT DDE), technical assistance services of the designer and execution of works for the investment objective "Rehabilitation and modernization of the county road DJ 223, Cernavodă-Rasova-Aliman-Ion Corvin section" has as main object: Main site: Constanta County. (PT DDE), technical assistance from the designer and work executionfor the investment objective "Rehabilitation and modernization of the county road DJ 223, the Cernavodă-Rasova-Aliman-Ion Corvin section."

The estimated value of the contract is 121 689 614.99 RON without VAT and consists of:

1) Expenses for land acquisition and landscaping:

1.2) Expenditure on land development 1 341 000.00 RON without VAT; 2) Expenses for design and assistance technical:

2.3) Design and engineering 1, 968, 632.49 RON without VAT;

2.6.1) Technical assistance from the designer 574 660.11 RON without VAT; 3) Expenditure on basic investment:

3.1) Construction and installations 114 932 021, 85 RON without VAT; 4) Other expenses: 4.1) Organization of a total yard out of which: 2 873 300, 54 RON without VAT; 4.1.1) Expenditure on construction works and related installationsto the site organization 861 990, 16 RON without VAT

4.1.2) Costs related to the organization of the site 2 011 310, 38 RON without VAT

According to the budget of the project and the general budget

The estimated value of the contract to be awarded does not includes the amount of various and unforeseen expenses specified in the project budget (general budget), which may be accessed, depending on the case, needs, by modifying the contract under the conditions stipulated in art. 221 of Law no. 98/2016 on public procurement.

Requirement 1) Economic operators (bidders / associate bidders / third party / subcontractors) bidding should not be in any of the exclusion situations mentioned in art. 164, 165 and 167 of Law no. 98 / 2016.

Means of performance:

Willcomplete DUAE by economic operators participating in the award procedure INCLUDING eventual associates, third party supporters and subcontractors, confirming that they are not in any of the exclusion situations mentioned in 164, 165 and 167 of the Law no. 98/2016 according to the provisions of art. 183, 170 para. (3) and 193-195 of the Law no. 98 / 2016.

The supporting documents, ACTUALIZATE, which proves the fulfillment of the assumed by completing the DUAE, shall be submitted, at the request of the contracting authority, only by the bidder ranked first, following application of the award criterion.

These documents may be: a) outstanding taxes, taxes or contributions to the general budget c(b) the criminal record of the economic operator and of the members of the administrative, management or supervisory body of the economic operator, or of those having the power of representation, decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act; c) din which case it is demonstrated that the economic operator may benefit from the derogations provided for in Art. 166 par. (2), art. 167 par. (2), art. 171 of Law 98/2016 on public acquisitions, updated; d) other editorial documents, if any.

Information for foreign legal persons: Foreign legal persons shall present any editorial documents regardingproving your personal situation. For non-resident tenderers the provisions of art. 168 of Law no. • Documents issued by the competent authorities of the country where the tenderer is resident, legible copies signed and stamped for "conformity with the original" by the legal representative of the tenderer and, where applicable, in thehusband and wife of their authorized translation into Roman.

Notes:

1. If more than one economic operator participates jointly in the award procedure, the fulfillment of the requirement is demonstrated by each economic operator. It will be required that, with the submission of the DUAE, the firm commitment of the supporting third party (together with supporting documents to the engagement, transmitted to them by a supporting third party, from which the effective manner in which the support of the latter will arise), the association agreement and the subcontracting agreement, as the case may be.

Requirement 2) Avoidance of conflict of interest

Economic operators (tenderers / third parties / subcontractors) should not be in a situation of conflict of interest and / orthe unfairness of the situation, respectively the situations provided in art. 60 of Law no. 98/2016 on public procurement. The classification in the situation provided for in art. 60 of Law no. 98/2016, updated, entails the exclusion of the tenderer from the contract award procedure.

Method of performance:

Will be submitted with the DUAE, a declaration on the sole responsibility of the economic operator (tenderer / tendererassociated partner / third party / subcontractor) regarding the avoidance of conflict of interest, as defined in art. 60 of Law no. 98/2016. The existing Form in the Formation Section, provided by the contracting authority, will be filled in.

The decision-makers within the contracting authority regarding the organization, conduct and finalization of the procedureof the award, are: Ţuţuianu Marius Horia (Chairman); Learciu Dumitru Daniel (Vicepresentative ... details on www.e-licitatie.ro

Average of the economic operator's overall turnover (individual or association of economic operators) for the last 3 financial years ended (2015, 2016, 2017), to be at least equal to RON 100 000 000. The supporting documents, which prove the fulfillment of the requirementsat the request of the contracting authority, be submitted only by the tenderer ranked first following the application of the award criterion, namely: the balance sheets for the last 3 financial years ended (2015, 2016, 2017) or the balance sheet statements of the bodies competent or any other editorial documents issued by specialized bodies, in which they confirm the level of turnover registered in the DUAE, targeted and registered by the competent bodies, in a legible copy, stamped and signed by the bidder. The value in euro for the turnover will be determined on the basis of the average leu / euro exchange rate communicated by the National Bank of Romania for the respective year, as follows:

- Average RON / EUR 2015 = RON 4.4450, - Average RON / EUR 2016 = 4, 4908RON,

- Average rate RON / EUR 2017 = RON 4, 5682.

The leader of the association alone or together with the members of the association and / or the supporting third party must ensure this average of the overall turnover. For the equivalence of a declared turnover in a currency different from the leu and the euro, the average leu / forex average exchange rate communicated by the NBR will be used.

All documents submitted at the request of the controlling authorityactants will be signed with an extended electronic signature, based on a qualified certificate, issued by an accredited certification service provider and will be posted to the SEAP.

If two or more bids are ranked first, with equal scores, the classification will be made taking into account the score obtained in the evaluation factors, in descending order of their weight. Into thethe situation in which equality is maintained, the contracting authority has the right to request new financial proposals and the winning bid will be designated with the lowest financial proposal, according to art. 139 par. (3) of GD no. 395/2016


Internet address (URL): www.cjc.ro

Documents

 Tender Notice