Supplies - 204802-2016

Display compact view

16/06/2016    S115

Romania-Timisoara: Rescue and emergency equipment

2016/S 115-204802

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: Inter Community Development Association for Emergency Situations Management — ADIVEST
Postal address: Revolutiei str., no 17
Town: Timisoara
Postal code: 300034
Country: Romania
Contact person: Inter Community Development Association for Emergency Situations Management, Timisoara, Revolutiei str. no 17, postal code 300034
For the attention of: Mrs. Corina Grunfeld
E-mail: officeadivest@gmail.com
Telephone: +40 256494131
Fax: +40 256494596

Internet address(es):

General address of the contracting authority: http://adivest.ro

Electronic access to information: http://adivest.ro/noutati/

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
Other: Inter Community Development Association
I.3)Main activity
Other: implementation of EU projects
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 of equipment and goods for the management of flood risks.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Timis County, Romania.

NUTS code RO424 Timiş

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)
The contract will include equipment and goods for the management of flood risks, respectively: Inflatable dam (500 meters), Inflatable stretchers — 2 pieces, Modular dam (300 meters), Underwater and front flashlights (100 + 100) pieces, 1 (one) sandbag filling machine. The equipment and goods will be used for the prevention and management of emergency situations — floods in the Timis County area (Romania).
II.1.6)Common procurement vocabulary (CPV)

35112000 Rescue and emergency 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 one or more 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:
500 meters inflatable dams; 2 inflatable stretchers; 100 underwater flashlights; 100 front flashlights; 300 meters modular dams; 1 sandbag filling machine.
Estimated value excluding VAT: 235 000 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: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Inflatable dams
1)Short description
Inflatable dams for protection at floods.
The products to be purchased in this lot are: inflatable dams with power pumps and flexible tubs — 500 meters. The dams are intended to form a protection system against floods based on dams that can be filled with water and which can be installed any place on short notice and with minimal effort. The products to be delivered must comply with all legal requirements applying to this type of products.
The products to be delivered must comply to requirements stated in the present ToR and prove good performance in protecting against floods.
The product will perform accordingly or beyond the ISO (or equivalent) quality standards. The tenderers will provide evidence of the quality certificate for the dam.
Specific Technical requirements:
Formed by 2 special tubs of very resistant tarpaulin. The dam will be made of tarpaulin or other materials that are highly resistant to UV, corrosive chemicals, petrol products, extreme temperatures, penetration and impact. Also, the materials must conform to the other requirements in the ToR (for example weight/meter) and have a lifetime of at least 10 years.
System with 100-125 cm heads and standard tubs of 100 and 50 meters long; double terminals and joints will be used.
The connecting system (double joints) must allow the dams of any length to be configured in any direction and ensure an easy manipulation and installation.
The dams must be usable on any terrain or surface, must no require anchoring or additional support. The installation time must be minimal, the maneuvering easy and the dams must be of high quality. A 500 meter long dam with a water retention high of at least 0,8 meters must be assembled (unfolded and filled) by 4 persons in maximum 4 hours. In order to do this, all joints have fittings of 4” and 6” (Storz or equivalent).
Dimensions.
Actual high of the dam: 100-125 cm.
Water retention high: approx. 0,8 meters.
Length of the dam: 500 meters, in 100 and 50 meters sections.
The weight of the tube: 3-5 kg/m.
Length of the tube (section): 6 sections of 50 meters each and 2 sections of 100 meters each.
Diameter for the pump joining: at least 2 inches.
Power pumps: 2 pieces.
— Energy independent;
— Check valve in suction, in the pump’s body, for self-priming at start;
— Easy manual start;
— Low gas consumption;
— The construction must have a protection and transport frame;
— Dirty water: 2 mm grading;
— Coupling diameter: at least 2 inches;
— Flow: at least 800 litres/minute;
— Gas motor;
— Discharge height: at least 30 meters;
— Priming time: maximum 2 minutes;
— Maximal suction depth: 8 meters;
— Nominal power: min. 3,5 KW;
— Autonomous function: 24 hours;
— Weight: max. 40 kg.
Coupling system: pump-tube and tube-tube.
The tenderer must provide coupling systems tube-pump and tube-tube, according to the technical specifications of the product presented. The systems must allow for dams of any length to be configured in any direction, as well as easy manipulation and installation.
Drum.
The tenderer must provide a hydraulic drum to facilitate the maintenance and installation of inflatable dams.
The hydraulic drum must allow for the dam to be folded (including the 100 meter sections) and to be used both for installation and storage.
The hydraulic drum will have the specific adaptions to allow to be used with a powered machine (stacker or frontal loader) in order to allow the machine to move around the terrain for transporting and folding/unfolding the tubes.
The hydraulic drum’s support must allow the system to be lifted by a frontal loader. The drum (without support) should be lifted in axis in the excavator’s dipper (the drum’s axis must be longer with 15 centimetres on the left-right).
The delivery is to be made at locations in the Timis County.
For all equipment and systems the tenderer must ensure that post-sale services are to be provided in Romania, during the warranty period and after. The companies to provide services will be listed (by name, identification code and address) in the technical proposal.
Each equipment must be accompanied by the (original) technical manual and an operational manual translated into Romanian (printed and digital format).
The following documents will be provided (at no additional costs) in digital format together will two printed copies in Romanian:
— Maintenance and operational manuals for all equipment;
— Spare parts presentation brochures.
Checking and tests at delivery and provisional acceptance.
The tests on delivery will be performed by the Supplier, and all costs for these tests will be included in the price of the products.
Any defect will be corrected, and the parts missing/damaged will be replaced by the supplier without cost for the Contracting Authority.
Tests.
A 50 meter long section will be installed (during which the installing procedure will be checked, and the time required recorded). Following a successful conclusion of the test, the Contracting Authority will sign the Provisional Acceptance Certificate for the dams.
After the equipment has arrived at the indicated locations, specialized staff of the Supplier will instruct the Beneficiary’s staff on the correct installing and use of the product and perform functioning tests.
The specialized staff of the supplier will be responsible for the assembling, installation and testing of the equipment
The delivery period for the 500 meters of inflatable dams (including power pumps and flexible tubes) is 60 days from the contract’s signature by the last part.
Warranty period: 3 years from the provisional acceptance date for the inflatable dam as a whole. The warranty certificate must be according to the H.G. nr. 1022/10.09.2002 (or equivalent EU legislation).
For the power pumps, flexible tubes, coupling systems, will be indicated by the manufacturer the warranty period. The warranty period for these components is to be at least 2 years.
Service:
— Free of cost for the warranty duration and charged after;
— The after sale services (in and outside the warranty period) is to be provided in Romania, by authorized companies. The list of the companies for after sales services will be specified in the technical proposal.
If, during the warranty period, a situation occurs in which it is necessary to send equipment and/or parts of it to the manufacturer’s facilities, the costs of both repairs and transportation is to be paid by the supplier.
2)Common procurement vocabulary (CPV)

35112000 Rescue and emergency equipment

3)Quantity or scope
500 meters of inflatable dams.
Estimated value excluding VAT: 93 333,33 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Total available sum in the project's budget is 112 000 EUR; this sum includes VAT (20 %).
Lot No: 2 Lot title: Inflatable stretcher
1)Short description
2 pieces of inflatable stretchers.
The inflatable stretcher is designed to provide water transportation for victims of accidents or persons unable to get out of the water by themselves.
The manufacturer/supplier of the inflatable stretcher must present a Declaration of Conformity for the inflatable stretcher, according to HG 1022/2002 (which is in line with European Directive EN 60598).
The stretcher is made of 2 main parts: the metalic structure and the shell. Also, the stretcher is accompanied by accessories. The metallic structure must be of duraluminium (hard aluminum alloy) — a tubular frame type, on which the shell is fixed. The shell (case) must be of plastic, highly resistant to shock, abrasions, and with good sliding properties.
Accessories:
— Transport handles (hand transport points);
— Bag for the victims;
— A fastener system with webbing and fast open-close system;
— Vacuum mattress;
— Vacuum pump;
— Fastener system and a rolling system with two wheels (inflatable envelopes);
— Floaters for use in the water;
— A back bag for transport and storage.
Technical parameters:
— Total (assembled) length: 200-205 cm;
— Weight: 6-8 kg;
Maximum load capacity: at least 200 kg.
Delivery period: 60 days from the contract signature. The place of delivery is to be established after the contract signature.
Warranty period for the inflatable stretcher (accessories included): min. 2 years from provisional acceptance.
The supplier will provide service during the warranty period free of charge and charged after the warranty period.
If, during the warranty period, a situation occurs in which it is necessary to send equipment and/or parts of it to the manufacturer's facilities, the costs of both repairs and transportation is to be paid by the supplier.
2)Common procurement vocabulary (CPV)

35112000 Rescue and emergency equipment

3)Quantity or scope
2 pieces.
Estimated value excluding VAT: 2 500 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
The total available sum for this lot in the project's budget is 3 000 EUR — this sum includes VAT (20 %).
Lot No: 3 Lot title: Modular dams
1)Short description
300 meters of modular dams.
The scope of the lot is to purchase 300 meters of modular dams — a system that ensures protection against floods. The system is based on rigid panels that can be installed anywhere, easily and fast. The products to be purchased must be according to all legal regulations.
The modular dams must conform to the operation conditions and requirements described in the present ToR and will prove performance under working conditions (protection against floods).
Conformity and classification:
The product will perform accordingly or beyond the ISO (or equivalent) quality standards. The tenderers will provide evidence of the quality certificate for the dam.
Technical specifications:
The modular dam must have a height of at least 110 cm and be able to retain water of at least 80 cm height. The dam must have a counterbalancing system to confer stability against the pressure of water and wind.
Also, the modular dam must:
— Be easy and fast to install;
— Able to extend easily;
— Not require additional equipment in order to be installed;
— To be self-sustained (does not require a foundation);
— To be easy to store and transport;
— To be easy to clean and re-use.
The dam will be provided in 3 sections x 100 meters each.
The system must be composed of maximum 3 (three) components: standing support, boards and membranes/titls.
Standing support:
— The standing support can be integrated into the boards;
— The standings must support a platform with a height up to 150 cm;
— The standings must be made of aluminim and easy to assemble.
Boards:
— The boards must be made of aluminium with a tickness of 3-4 mm;
— The Boards must be reinforced in order to provide superior resistance.
Membrane:
— Must be able to be bound by rope to the support of the aluminium structure;
— Should play a stabilization role when the water flow increases;
— Where the membrane is hanging over the water, boulders or other materials can be placed;
— Must have reinforced holes at the edges (spaced 25-30 cm) where the rope can be bound;
— The weight of the membrane: between 100-200 gr/m².
Dimensions:
— Actual height of the dam: 110-120 cm.
— Water retention height: approx. 0,8 m.
— Dam length: 300 meters, in 100 meteres sectoins.
Delivery place will be in Timis county; location to be established.
The delivery period for the 300 meters of modular dams is 60 days from the contract's signature by the last part.
Checks for provisional acceptance:
To be made at the location indicated by the Beneficiary, in the presence of the Contracting Authority's representatives.
Tests on provisional acceptance:
A 100 meters long section will be installed and the procedure for installation will be timed and checked. Following a successful conclusion of the test, the Contracting Authority will sign the Provisional Acceptance Certificate for the dams.
After the equipment has been delivered at the indicated location(s), the specialized representatives of the supplier will instruct the Beneficiary on the assembly of all components.
The specialized staff of the supplier will be responsible for the assembling, installation and testing of the equipment.
Warranty and after sale services.
— Warranty period: 3 years from the provisional acceptance date. The warranty certificate must be according to the H.G. nr. 1022/10.09.2002 (or equivalent).
Service:
— Free of cost for the warranty period and charged after.
The after sale services (in and outside the warranty period) is to be provided in Romania, by authorized companies. The companies to provide services will be listed (by name, identification code and address) in the technical proposal.
If, during the warranty period, a situation occurs in which it is necessary to send equipment and/or parts of it to the manufacturer's facilities, the costs of both repairs and transportation is to be paid by the supplier.
— Each equipment must be accompanied by the (original) technical manual and a manual translated into Romanian.
2)Common procurement vocabulary (CPV)

35112000 Rescue and emergency equipment

3)Quantity or scope
300 meters.
Estimated value excluding VAT: 120 000 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Total available sum for this lot in the project's budget is 144 000 EUR — this sum includes VAT 20 %.
Lot No: 4 Lot title: Underwater and front flashlights
1)Short description
Front flashlights — 100 pieces.
The flashlight is aimed at providing efficient lightening for night work in emergency interventions in case of floods or under difficult wet conditions, when an efficient and reliable light is necessary, and the hands should be free.
The manufacturer/supplier will present a Declaration of Conformity according to HG 1022/2002 (which is in line with the European Directive EN 60598).
The frontal flashlight must have a light focalization system for both close and far lightening.
The flashlight must have a connection/fastener system for the helmet.
The flashlight should allow the user to focus the beam on a spot or enlarge the lightened area (with a less focused beam).
The head of the flashlight should rotate under a 90 degree angle.
Technical parameters:
— Light source: LED, min. 1 W;
— Light power: 20-25 lumens;
— Length of light beam: min. 60 meters;
— Autonomous functioning: min. 16 hours;
— Power source: batteries or accumulator;
Warranty period for the frontal flashlight and it's accessories: min. 2 years from delivery date (no LED and batteries).
Underwater flashlights — 100 pieces.
The flashlight is aimed at providing efficient lightening for night work in emergency interventions in case of floods or under difficult wet conditions, when an efficient and reliable light is necessary.
The manufacturer/supplier will present a Declaration of Conformity according to HG 1022/2002 (which is in line with the European Directive EN 60598).
The flashlight will have to parts: the head (with the lightening and light focalization system) and the body (for batteries and switches). Both head and body must be of anodized aluminum, and have striations to prevent sliding on both sides. The flashlight must have a light focalization system that can be used both for close and far lightening.
Technical specifications:
— Lighting source: LED, min.3 W;
— Light power: 130-134 lumens;
— Incorporated (‘buried’) switch, powered by pressing down;
— Autonomous functioning: min. 9 hours;
— Length of light beam: min. 370 m;
— Dimensions: max. 26 cm (L), max. 4 cm (body diameter), max. 6 cm (head diameter);
— Weight: max. 700 grams (batteries included);
— Water and shock resistant.
Warranty period for the underwater flashlight and it's accessories: min. 3 years from delivery date (without LED and batteries).
The supplier will provide service during the warranty period free of charge and charged after the warranty period. If, during the warranty period, a situation occurs in which it is necessary to send equipment and/or parts of it to the manufacturer's facilities, the costs of both repairs and transportation is to be paid by the supplier.
2)Common procurement vocabulary (CPV)

35112000 Rescue and emergency equipment

3)Quantity or scope
100 pieces underwater flashlights and 100 pieces front flashlights.
Estimated value excluding VAT: 6 666,67 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Total available sum in the project's budget: 6 000 EUR (VAT 20 % included) for underwater flashlights and 2 000 EUR (VAT 20 % included) for front flashlights.
Lot No: 5 Lot title: Sandbag filling machine
1)Short description
1 piece sandbag filling machine.
The product to be purchased is 1 (one) sand filling machine, for the automatic filling of bags with sand in order to allow for the fast building of an embankment against floods.
The sand filling machine must be accompanied by a Declaration of Conformity from the manufacturer. The declaration must conform to the requirements of HG 1029/2008 that establishes the conditions for the selling of machinery/devices (according to the standards of the European Directive 2006/42/EC of the European Parliament and of the Council).
The tenderer will present document(s) from the responsible/specialized entities entitled to certify that the manufacturer(s) of the machine have implemented quality control systems according to the SR EN ISO 9001/2001 standards (or equivalent) for the offered machine.
General description — components:
— Sand filling dipper;
— Machine's body with the drive;
— Land securing stand;
— Filling slots.
Technical characteristics:
— Capacity (sand filling speed): min. 2 000 bags/hour;
— Drive: by a cardan ax coupled to a multifunctional vehicle (backhoe, tractor, etc.); electric drive optional;
— Drum's diameter: min. 1 200 mm;
— Filling slots no: min. 5;
— Material's grading: up to 30 mm.
Tests and checkups on delivery and provisional acceptance.
The tests on delivery will be performed by the Supplier, and all costs for these tests will be included in the price of the products. Any defect will be corrected, and the parts missing/damaged will be replaced by the supplier without cost for the Contracting Authority.
Tests for provisional acceptance.
The machine will be installed and powered, and the time required will be logged. Following a satisfactory conclusion of the test, the Beneficiary will sign the Provisional Acceptance Certificate.
After the machine and all it's component has been delivered and checked, the specialized representative(s) of the Contractor will instruct the representatives of the Beneficiary regarding the assembling, installation and operation of the machine and it's components and will perform operational tests.
The specialized representative(s) of the Contractor is responsible for the assembling, installation and operation of the equipment.
The delivery should take place no later than 60 days from the date of the signature of the Contract by the last part. The delivery place will be communicated after the signature of the contract by the last part, but will be in Timis County.
Warranty and post sale services.
The machine will be delivered with:
— The warranty certificate for a duration of (at least) 3 years from delivery date; the warranty certificate must be according to H.G. nr. 1022/10.09.2002 (or equivalent).
— The technical manual (original) and a maintenance and operation manual in Romanian language.
The tenderer must ensure the following services:
— No cost services during the warranty period;
— Charged (paid) services after the warranty period.
All services must be provided in Romania, in specialized (authorized) units. If, during the warranty period, the equipment (or component(s) of the machine) must be sent to the manufacturer, the costs of repairs/replacements and transportation should be covered by the supplier.
2)Common procurement vocabulary (CPV)

35112000 Rescue and emergency equipment

3)Quantity or scope
1 piece.
Estimated value excluding VAT: 12 500 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Total sum available for this lot in the project's budget: 15 000 EUR (VAT 20 % included).

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance guarantee: 10 % of the value of the contract. The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender. The performance guarantee is set at 10 % of the amount of the contract and must be presented in the form specified in the annex to the tender dossier.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments shall be made in lei, at the InforEuro rate exchange from the invoice date. No pre-financing payments will be made. The Contracting Authority will issue one single final payment, after the approval of the Provisional Acceptance Certificate. If the equipment/goods have been provided in more than one delivery, the payment shall be done only based on the approval of all Provisional Acceptance Certificates. The payment must not exceed the deadline of the project which is 31.12.2016. In the situation mentioned at Art. 20.3, (of general conditions) the dead-line for the payment shall be modified accordingly.
Payments shall be made by the Intercommunity Development Association for the Management of Emergency Situations (ADIVEST), having the address: Blv. Revolutiei din 1989, No 17, Timisoara, Timis County, PC 300034, Romania.
In order to obtain payments, the Contractor must forward to the Contracting Authority:
— the invoice and the approved Provisional Acceptance Certificate.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
According to law and /or the specifications in the General Conditions.
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: The tenderer must have a certificate appropriate to this contract, such as a certificate from the Registry of Commerce with the appropriate NACE code, or equivalent.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Not required.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Based on i.a. items 5 and 6 of the Tender Form for a Supply Contract. This means that the delivery the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects/contracts/deliveries completed within the reference period (although started earlier) or to projects/contracts/deliveries not yet completed. In the first case the project/contract/delivery will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects/contract/deliveries still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects/contracts/deliveries completed) also detailing its value. Capacity-providing entities.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required.
Minimum level(s) of standards possibly required:
For each lot for which the tenderer submits a bid:
The tenderer has performed at least 1 delivery of similar supplies (as the ones tendered in that specific lot) in the last 3 years from the submission deadline (September 1, 2013 — September 1, 2016).
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:
1283/ADIVEST/2
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 058-097417 of 23.3.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.9.2016 - 11:00
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: 1.9.2016 - 12:00

Place:

Romania, Timisoara city, Bd. Revolutiei No 17, IVth floor.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of the tenderers.

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): ‘Joint management of flood risks’ financed in the IPA Programme 2007-2013, MIS ETC CODE 1283.
VI.3)Additional information
The total project's budget for the whole of 5 lots is 282 000 EUR, VAT included.

Documents relating to this procedure can be downloaded from the following address: http://www.romania-serbia.net/?page_id=232&lang=en_GB

on the following website: www.romania-serbia.net Menu: Transparency — Public Procurement — 2016.

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:
14.6.2016