Supplies - 1343-2016

Display compact view

05/01/2016    S2

Romania-Reşiţa: Security, fire-fighting, police and defence equipment

2016/S 002-001343

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Reşiţa Municipality
Postal address: Piaţa 1 Decembrie 1918, Nr. 1 A, judeţ Caraş-Severin
Town: Reşiţa
Postal code: 320084
Country: Romania
Contact person: Resita Municipality, Piaţa 1 Decembrie 1918, Nr. 1 A, judeţ Caraş-Severin
For the attention of: Bianca Bulgaru
E-mail: proiecte@primariaresita.ro
Telephone: +40 255255001
Fax: +40 255255000

Internet address(es):

General address of the contracting authority: http://www.primaria-resita.ro

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply and installation of emergency alarm system and emergency vehicles in Resita Municipality — Security, fire-fighting, police and defence equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Resita Municipality.

NUTS code RO422 Caraş-Severin

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of emergency intervention vehicles and equipment and supply: one emergency vehicle with water tank, 1 buldo-excavator, 5 large capacity tents and 5 inflatable boats for Reșița City.
II.1.6)Common procurement vocabulary (CPV)

35000000 Security, fire-fighting, police and defence equipment

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
12.
Estimated value excluding VAT: 144 320,73 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
in days: 30 (from the award of the contract)

Information about lots

Lot No: 2 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of a buldo-excavator and an emergency auto-vehicle with water tank
1)Short description
Minimum requirements/specifications Buldo-excavator: 4 400 m³, at least, 110 HP, turbo-diesel motor or equivalent, Loading bucket of at least 1 m³, 600 mm.
Minimum requirements/specifications emergency auto-vehicle with water tank: Minimum 90 HP motor, 4-cylinder motor, 3 t water tank..
2)Common procurement vocabulary (CPV)

43211000 Bulldozers, 44611500 Water tanks

3)Quantity or scope
2.
Estimated value excluding VAT: 98 083,33 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 30 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of five large capacity tents and five inflatable boats
1)Short description
Minimum requirements/specifications Large capacity tents — Made from PVC canvas or equivalent material, at least 24 m² but no more than 30 m², metal structure.
Minimum requirements/specifications Inflatable boats — Made from PVC or an equivalent material, at least 360 cm in length, at least 170 cm in width, 5+1 persons capacity, motor: 9.8 HP, 2 cylinder.
2)Common procurement vocabulary (CPV)

34522500 Rubber dinghies, 39522530 Tents

3)Quantity or scope
10.
Estimated value excluding VAT: 22 183,33 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 30 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Tenderers must provide a tender guarantee of:
— 1 177 EUR for Lot no. 2: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of a buldo-excavator and an emergency autovehicle with water tank.
— 266,20 EUR for Lot no. 4: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of five large capacity tents and five inflatable boats when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer (s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Financing agreement.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Participation in tendering is open to all legal persons (participating either individually or in a grouping (consortium) or tenderers) which are established in a the Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the IPA programme under which the contract is financed. All works, supplies and services must originate in one or more of these countries. The participation is also open to international organisations. The participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
These terms refer to all nationals of the said states and to all legal entities, companies or partnerships constituted under, and governed by, the civil, commercial or public law of such states and having their statutory office, central administration or principal place of business there. A legal entity, company or partnership having only its statutory office there must be engaged in an activity which has an effective and continuous link with the economy of the state concerned.
These rules apply to:
a) tenderers;
b) members of a consortium;
c) any subcontractors.
Natural persons, companies or undertakings falling into a situation set out in section 2.3.3 of the Practical Guide to contract procedures for EU external actions are excluded from participation in and the award of contracts. Tenderers must provide declarations to the effect that they are not in any of these exclusion situations. The declarations must cover all the members of a joint venture/consortium. Tenderers who have been guilty of making false declarations may also incur financial penalties and exclusion in accordance with section 2.3.4 of the Practical Guide.
The exclusion situation referred to above also applies to any subcontractor. Whenever requested by the Contracting Authority, the tenderer/contractor shall submit a declaration from the intended subcontractor that it is not in one of the exclusion situations. In case of doubt on this declaration of honour, the Contracting Authority shall request documentary evidence that the sub-contractor is not in a situation of exclusion.
To be eligible for participation in this tender procedure, tenderers must prove to the satisfaction of the Contracting Authority that they comply with the necessary legal, technical and financial requirements and have the means to carry out the contract effectively.
If the offer includes subcontracting, it is recommended that the contractual arrangements between the tenderer and its subcontractors include mediation, according to national and international practices, as a method of dispute resolution.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Economic and financial capacity of tenderer (based on i.a. item 3 of the Tender Form for a Supply Contract). In case of tenderer being a public body, equivalent information should be provided (demanding requirement for each lot).
Legal persons: — The average annual turnover of the tenderer for the past three years must exceed the maximum budget of the contract for each individual lot (117 700 EUR (VAT included) for Lot no. 2 and 26 620 EUR (VAT included) for Lot no. 4 for which he is bidding (demanding requirement for each lot);
Natural persons: — The available financial resources of the tenderer must exceed the annualised maximum budget of the contract for each individual lot (117 700 EUR (VAT included) for Lot no. 2 and 26 620 EUR (VAT included) for Lot no. 4 for which he is bidding (demanding requirement for each lot).
Minimum level(s) of standards possibly required: Professional capacity of tenderer (based on i.a. items 4 and 5 of the Tender Form for a Supply Contract).
a) Legal persons:
Lot No: 2 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of a buldo-excavator and an emergency auto-vehicle with water tank.
a.2.1.) The tenderer has the following certificates appropriate to this contract, such as: authorized domain of activity (CAEN Code) according to Ascertaining Certificate issued by the Trade Register, or equivalent;
a.2.2.) Declaration on own responsibility stating that the tenderer has the necessary personnel to supply, deliver, install, put into operation, test, train, maintain and provide warranty services for emergency intervention vehicles and equipment.
Lot No: 4 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of five large capacity tents and five inflatable boats.
a.4.1.) The tenderer has the following certificates appropriate to this contract, such as: authorized domain of activity (CAEN Code) according to Ascertaining Certificate issued by the Trade Register, or equivalent;
a.4.2.) Declaration on own responsibility stating that the tenderer has the necessary personnel to supply, deliver, install, put into operation, test, train, maintain and provide warranty services for emergency intervention vehicles and equipment.
b) Natural persons:
Lot No: 2 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of a buldo-excavator and an emergency auto-vehicle with water tank.
b.2.1.) The tenderer has the following certificates appropriate to this contract, such as: authorized domain of activity (CAEN Code) according to Ascertaining Certificate issued by the Trade Register, or equivalent;
b.2.2.) Justifying documents showing that the designated staff is trained to fulfil the tasks specified in the tender documentation (examples: qualification certificates, diplomas, etc. or equivalent);
Lot No: 4 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of five large capacity tents and five inflatable boats.
b.4.1.) The tenderer has the following certificates appropriate to this contract, such as: authorized domain of activity (CAEN Code) according to Ascertaining Certificate issued by the Trade Register, or equivalent;
b.4.2.) Justifying documents showing that the designated staff is trained to fulfil the tasks specified in the tender documentation (examples: qualification certificates, diplomas, etc. or equivalent);
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Technical capacity of tenderer (based on i.a. items 5 and 6 of the Tender Form for a Supply Contract).
For legal and natural persons:
The tenderer has delivered supplies under at least one contract, but no more than three contracts, with a budget of a least:
Lot No: 2 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of a buldo-excavator and an emergency auto-vehicle with water tank: 117 700 EUR (VAT included) in the emergency intervention field or equivalent, which was implemented during the following period: 3 years from the submission deadline;
Lot No: 4 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of five large capacity tents and five inflatable boats: 26 620 EUR (VAT included) in the emergency intervention field or equivalent, which was implemented during the following period: 3 years from the submission deadline.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 137-251816 of 18.7.2015

Other previous publications

Notice number in the OJEU: 2014/S 094-164213 of 28.10.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.2.2016 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.3.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 11.3.2016 - 13:00

Place:

Resita Municipality, 1A December 1st 1918 Square, Resita City, Caras — Severin County, Romania, PC 320084, 1st floor — Meeting Hall.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Bulgaru Bianca, Titiana Cătană, Enuică Cristina, Anca Purec, Elena Lupu, Liliana Penda, Geanina Catrina, Viorica Popa, Rosalia Frâncu.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Project title: Flood Prevention for Better Life Quality, MIS ETC Code 1256, Romania-Republic of Serbia IPA Cross-border Cooperation Programme.
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.1.2016