Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Consiuliul Raional Ungheni (Ungheni District Council)
National registration number: 1007601003666
Postal address: Ungheni District Council, Nationala Street No. 11, Ungheni,
Town: Ungheni
NUTS code:
MD MoldovaPostal code: MD-3600
Country: Moldova
Contact person: Violeta Petre
E-mail:
crai_ungheni@yahoo.comInternet address(es): Main address:
http://www.crungheni.md I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Rehabilitation of Ungheni City bypass road leading to Sculeni border-crossing point
Reference number: UNG06
II.1.2)Main CPV code45233142 Road-repair works
II.1.3)Type of contractWorks
II.1.4)Short description:
The infrastructure to be rehabilitated under this contract consists of: the rehabilitation of the road section of the Industrial Street (intersection with the National Street) - Gh. Crestiuc (intersection with I. Creanga street)- 1,160 kilometres (road and pavements), and the rehabilitation of the road section from the I. Creanga street (from the intersection with Gheorghe Crestiuc Street to the intersection with O. Ungureanu Street) - O. Ungureanu (intersection with Decebal Street) - 1,025 kilometres (rehabilitation of the pavements). These two sections are cumulating 2,185 kilometres
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)45316110 Installation of road lighting equipment
II.2.3)Place of performanceNUTS code: MD Moldova
Main site or place of performance:
Ungheni city, Republic of Moldova
II.2.4)Description of the procurement:
The infrastructure to be rehabilitated under this contract consists of: the rehabilitation of the road section of the Industrial Street (intersection with the National Street) - Gh. Crestiuc (intersection with I. Creanga street)- 1,160 kilometres (road and pavements), and the rehabilitation of the road section from the I. Creanga street (from the intersection with Gheorghe Crestiuc Street to the intersection with O. Ungureanu Street) - O. Ungureanu (intersection with Decebal Street) - 1,025 kilometres (rehabilitation of the pavements). These two sections are cumulating 2,185 kilometres; Implementation of a photovoltaic panel lighting system.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 434 889.53 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 08/04/2022
End: 07/04/2023
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Transport infrastructure rehabilitation in the Ungheni-Iasi cross-border area which aims at traffic streamline in the Sculeni border crossing point, 1HARD/3.1/22, ENI CBC grant
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Eligibility and rules of origin:
Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium - of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) N°236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable Instrument under which the contract is financed (see also heading 22 below) .
Participation is also open to international organisations. All supplies under this contract must originate in one or more of these countries. However, they may originate from any country when the amount of the supplies to be purchased is below100, 000 euros per purchased.
Grounds for exclusion:
Tenderers must submit a signed declaration, included in the Tender Form for a Works Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The successful tenderer will be asked to provide a performance guarantee of 6% 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.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/03/2022
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 11/03/2022
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:24/12/2021