Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
1. Supply and installation of emergency alarm system and emergency vehicles in Resita Municipality – Security, fire-fighting, police and defence equipment, Publication reference 2014/S 094-164213, Resita City, 1A December 1st 1918 Square, Caras-Severin County, Romania
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Main site or location of works, place of delivery or of performance: Resita City, 1A December 1st 1918 Square, Caras-Severin County, Romania (Piaţa 1 Decembrie 1918, Nr. 1A, Reşiţa, Caraş-Severin).
NUTS code
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; installation, putting into operation, testing, training, maintenance and warranty services of an Alert system for emergency situations, including the elaboration and approval by the competent entities of an ‘Audibility Study’ with the purpose of preventing flood, fires and other natural disasters, etc. for Reșița City.
Taking into account the fact that Romania is a country with risk factors caused by a series of natural disasters such as floods, earthquakes, land sliding, dangerous meteorological phenomena, but also to direct or induced technological/ anthropogenic disasters, and the fact that the present alarm system of the population is morally and physically aged, 90 % being of over 40 years old and needing a large amount of expenditure for maintenance, it is a must to achieve a modern system, integrated at national level, after the new international concept of acoustic warning of the population that transmits oral messages, thus increasing the speed of the activities of sheltering or coordination of the population in cases of civil emergency.
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)LotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
15
Estimated value excluding VAT: 477 822 58 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of emergency intervention vehicles and equipment1)Short description
Emergency Auto vehicle with High Debit Pump, Quantity: 1, Technical Characteristics: Minimum 2 000 L water capacity, 50 L foam capacity, Min. of 110 km/h high speed with full load.
Emergency Auto vehicle with Telescopic Basket, Quantity: 1, Technical Characteristics: Over 13 meters work height, Joystick control for the telescopic arm, Resistant to 12 m/s winds, 200 kg capacity for the bucket.
Emergency Auto vehicle with Water Tank, Quantity: 1, Technical Characteristics: At least 90 HP motor, 4-cylinder motor, 3 tons water tank.
Buldo-excavator, Quantity: 1, Technical Characteristics: 4 400 m³, at least, 110 HP, turbo-diesel motor or equivalent, Loading bucket of at least 1 m³.
Large Capacity Tents, Quantity: 5, Technical Characteristics: Made from PVC canvas or equivalent material, At least 24 m² but no more than 30 m².
Inflatable Boats, Quantity: 5, Technical Characteristics: Made from PVC or an equivalent material, 5+1 persons capacity, Aluminium or equivalent floor.
2)Common procurement vocabulary (CPV)35000000 Security, fire-fighting, police and defence equipment
3)Quantity or scope
— 1 emergency vehicle with high debit pump,
— 1 emergency vehicle with telescopic basket,
— 1 emergency vehicle with water tank,
— 1 buldo-excavator,
— 5 large capacity tents,
— 5 inflatable boats.
Estimated value excluding VAT: 276 209,67 EUR
4)Indication about different date for duration of contract or starting/completionin days: 45 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Alert system for emergency situations1)Short description
Alarming System, Quantity: 1, Elaboration a new ‘Audibility Study Regarding the Required Number of Sirens for the Public Alarm System in the Resita City Area’, and named shortly ‘Audibility Study’ (1 unit), study that has to be approved by the competent entities in the field of flood, natural calamities and fire prevention. The ‘Audibility Study’ has to include all of Resita's administrative territory, Elaboration of a Technical Project (one unit) in order or obtain the radio frequency license from ANCOM (Autoritatea Națională pentru Administrare și Reglementare în Comunicații) — Romanian Governing Body Regarding Communication Means, General Technical Characteristics of the Alarming System: The alarming system must ensure a minimum 123 dB at 30 m, The system shall be structured hierarchically. A control center (PCO) has to hold the right of control and command over the entire system through the Alarm Central.
The control system shall be capable to distribute the priorities per different types and zones of alarming.
The system has to allow each control centre to emit separately any type of signal or test, independently of other users.
The system has to indicate the current functional state of the sirens, at individual level.
All the components of the system shall be compatible between them.
The Alarming System has to have multiple operating interfaces that will offer an easy way of administering the groups of sirens and displays.
The system of warning-alarming must compulsorily fulfil the requirements of Law No. 124/1995 on Defence Against Disasters, Law No. 107/1996, actualized — Law on Waters, Government Ordinance no. 47/1994 on Defence Against Disasters, Order no. 886/2005 on approval the Technical Rules Regarding the Integrate National System of Informing, Warning and Alarming the Population issued by the Ministry of Administration and Interns, Order no 1259/2006 for the approval of Norms Regarding the Organization and Ensuring of the Notification, Warning, Pre-warning and Alarm Activities in Case of Civil Protection Situations, as well as European Union Regulations.
The system should allow for subsequent expansion.
2)Common procurement vocabulary (CPV)35000000 Security, fire-fighting, police and defence equipment
3)Quantity or scope
1
Estimated value excluding VAT: 201 612 90 EUR
4)Indication about different date for duration of contract or starting/completionin days: 75 (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:
The tender guarantee, of 3 425 EUR for Lot no. 1 and 2 500 EUR for Lot no. 2 when submitting their tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The applicable tax and customs arrangements are the following:
In accordance with Romania-Republic of Serbia IPA Cross-border Cooperation Programme implementing regulation, VAT can be eligible expenditure.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
3. Participation
3.1 Participation is open to all legal persons [participating either individually or in a grouping (consortium) of tenderers] which are established in a 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 programme under which the contract is financed (see item 22 below). All goods supplied under this contract must originate in 1 or more of these countries. Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed].
3.2 These terms refer to all nationals of the above states and to all legal entities, companies or partnerships established in the above states. For the purposes of proving compliance with this rule, tenderers being legal persons, must present the documents required under that country's law. In case of doubt, the Contracting Authority may ask the tenderer to provide evidence demonstrating actual compliance with the ‘establishment’ criteria. For this purpose, legal person have to demonstrate that their legal person is formed under the law of an eligible State and that its real seat is within an eligible State. ‘Real seat’ must be understood as the place where its managing board and its central administration are located or its principal place of business.
3.3 These rules apply to:
a) tenderers,
b) members of a consortium,
c) any subcontractors.
3.4 Natural persons, companies or undertakings falling into one of the situations set out in section 2.3.3 of the Practical Guide are excluded from participation in and the award of contracts. Tenderers must provide declarations that they are not in any of these exclusion situations. The declarations must cover all the members of a joint venture/consortium. Tenderers who make false declarations may also incur financial penalties and exclusion in accordance with section 2.3.4 of the Practical Guide.
The exclusion situations referred to above also apply to subcontractors. When requested by the Contracting Authority, tenderers/contractors must submit declarations from the intended subcontractors that they are not in any of the exclusion situations. In cases of doubt over declarations, the Contracting Authority will request documentary evidence that subcontractors are not in a situation that excludes them.
3.5 To be eligible to take part 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.
3.6 Where tenders include subcontracting, it is recommended that the contractual arrangements between tenderers and their subcontractors include mediation, according to national and international practices, as a method of dispute resolution.
18. Joint venture or consortium
18.1 If a tenderer is a joint venture or consortium of 2 or more persons, the tender must be a single one with the object of securing a single contract, each person must sign the tender and will be jointly and severally liable for the tender and any contract. Those persons must designate one of their members to act as leader with authority to bind the joint venture or consortium. The composition of the joint venture or consortium must not be altered without the prior written consent of the Contracting Authority.
18.2 The tender may be signed by the representative of the joint venture or consortium only if it has been expressly so authorised in writing by the members of the joint venture or consortium, and the authorising contract, notarial act or deed must be submitted to the Contracting Authority in accordance with point 11 of these Instructions to Tenderers. All signatures to the authorising instrument must be certified in accordance with the national laws and regulations of each party comprising the joint venture or consortium together with the powers of attorney establishing, in writing, that the signatories to the tender are empowered to enter into commitments on behalf of the members of the joint venture or consortium. Each member of such joint venture or consortium must provide the proof required under Article 3.5 as if it, itself, were the tenderer.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: 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: 1 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of emergency intervention vehicles and equipment
a.1.1.) The tenderer has the following certificates appropriate to this contract, such as: ISO 9001, or equivalent, ISO 14001, or equivalent;
a.1.2.) 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: 2 Lot title: Alert system for emergency situations
a.2.1.) The tenderer has the following certificates appropriate to this contract, such as: ISO 9001, or equivalent, ISO 14001, or equivalent and ISO 27001, or equivalent;
a.2.2.) Declaration on own responsibility stating that the tenderer has the necessary personnel to supply, install, put into operation, test, train, maintain and provide warranty services for the Alert system for emergency situations, including the elaboration and approval by the competent entities of a Audibility Study with the purpose of preventing flood, fires and other natural disasters, etc. for Reșița City;
b) Natural persons:
Lot No: 1 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of emergency intervention vehicles and equipment
b.1.1.) The tenderer has the following certificates appropriate to this contract, such as: ISO 9001, or equivalent, ISO 14001, or equivalent;
b.1.2.) 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: 2 Lot title: Alert system for emergency situations
b.2.1.) The tenderer has the following certificates appropriate to this contract, such as: ISO 9001, or equivalent, ISO 14001, or equivalent and ISO 27001, 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).
III.2.2)Economic and financial abilityInformation 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).
a) 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 for which he is bidding (demanding requirement for each lot);
b) Natural persons: the available financial resources of the tenderer must exceed the annualised maximum budget of the contract contract for each individual lot for which he is bidding (demanding requirement for each lot);
III.2.3)Technical capacityInformation 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 with a budget of a least:
Lot No: 1 Lot title: Supply, delivery, installation, putting into operation, testing, training, maintenance and warranty services of emergency intervention vehicles and equipment — emergency intervention vehicles and equipment or equivalent: 342 500 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: 2 Lot title: Alert system for emergency situations — alert system for emergency situations or equivalent: 250 000 EUR (VAT included) in the alert system for emergency situations 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 procedureOpen
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 criteriaLowest price
IV.2.2)Information about electronic auctionAn 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 contractPrior information notice
Notice number in the OJEU: 2014/S 94-164213 of 16.5.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 19.9.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate6.10.2014 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 6.10.2014 - 13:00
Place:
Municipality of Reşiţa, No 1A, December 1st 1918 Square, Caraș-Severin County, Romania, postal code 320084
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Titiana Cătană, Bianca Bulgaru, Enuică Cristina, Anca Purec, Elena Lupu, Liliana Penda, Geanina Catrina, Viorica Popa, Rosalia Frâncu.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Project ‘Flood Prevention — For Better Life Quality’, MIS ETC Code 1256, with financial assistance from 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:28.7.2014