TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ DATA SHEET

advertisement
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
DATA SHEET
Type of notice: Notice of participation
Type of Legislation: OUG no. 34/2006
SECTION 1. CONTRACTING AUTHORITY
1.1)NAME, ADDRESS AND CONTACT POINT(S)
NATIONAL AUTHORITY FOR TOURISM
Address: B-dul. Dinicu Golescu nr. 38, Locality: Bucharest, Postal code: 010873,
Romania, Contact point(s): OANA IRINA OROSAN, Tel. +40 372114095, Email:
achizitii@mturism.ro, Fax: +40 372144093
The number of days until it is possible to seek clarifications before the deadline for
submission of tenders/applications: 7
1.2) TYPE OF CONTRACTING AUTHORITY AND MAIN ACTIVITY (MAIN
ACTIVITIES)
Ministry or any other national or federal authority, including their regional or local
subdivisions
Activity (Activities)
- General public services
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/contest/project by the contracting
authority/entity
Acquisition and planning of advertising services (media campaign in print media) for
the national tourism brand in Turkey
II 1.2) Type of contract and location of works, place of delivery or of performance
Services
13 - Advertising services
Main place of performance: Turkey
NUTS code: RO321 – Bucharest
II 1.3) The notice involves
A public contract
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
II 1.5) Short description of the contract or purchase /procurement
Acquisition and planning of advertising services (media campaign in print media) for
the national tourism brand in Turkey.
SUSPENSION CLAUSE - The award procedure is initiated under the provisions of
this suspensive clause, meaning that the contract of public acquisition is subject to
closing the additional act at the funding contract with the Ministry of Regional
Development and Public Administration, no. 4651/26.09.2014. The contracting
authority states that will conclude the contract with the successful tenderer only to the
extent that it concludes the aditional act to the financing contract with the Ministry of
Regional Development and Public Administration. In the event that, for whatever
reason, the aditional act to the financing contract with the Ministry of Regional
Development and Public Administration will not be signed, the Contracting Authority
reserves the right to apply art. 209 paragraph (1) c) of GEO 34/2006 with subsequent
modifications and completions after receiving the notification from the Ministry of
Regional Development and Public Administration, the conclusion of the public
aquisition contract being impossible. The bidders in this proceeding understand that
the Contracting Authority and/or Ministry of Regional Development and
Administration Public can not be held responsible for any damage in the event of
cancellation of the award procedure, regardless of its nature and whether the
Contracting Authority and/or Ministry of Regional Development and Public
Administration were notified of the existence of such prejudice. The bidders in this
proceeding accept the use of the special conditions above/suspension clause,
assuming sole responsibility in relation to the potential harm they may suffer in the
situation described.
II 1.6) Classification CPV (Common Procurement Vocabulary)
79341400-0 Services for advertising campaigns (Rev. 2)
II 1.7) Contract covered by the agreement on public procurement contracts
Yes
II 1.8) Division into lots
No
II 1.9) Variants will be accepted
No
II.2) QUANTITY OR AREA OF THE CONTRACT
II.2.1) Total quantity or area
The contract is concluded for a period of 4 months.
The estimated period of the promotion campaign is October - 15 of November 2015.
Estimated value excluding VAT: 249,809.52 EUR
II.2.2) Options
No
II.3) DURATION OF THE CONTRACT/FRAMEWORK AGREEMENT/SAD OR
TIME LIMIT FOR COMPLETION
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
Four months from the date of award of the contract/issue orders for starting the
services or works
II.4) CONTRACT PRICE ADJUSTMENT
II.4.1) Contract price adjustment
No
SECTION III. LEGAL, ECONOMIC, FINACIAL AND TECHNICAL
INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required (if applicable)
III.1.1.a) Participation guarantee
Yes
The participation guarantee will be constituted in accordance with the H.G. nr.
925/2006, art 86, by bank transfer or by a warranty instrument issued under the law
by a banking company or an insurance company that is to be presented in original.
Validity of the participation guarantee - 90 calendar days from the deadline for
submission of tenders. The amount of the participation guarantee is 2.498 EURO. The
participation guarantee will be refunded in accordance with H.G. 925/2006, art.88.
Operators have the possibility to provide the participation guarantee by depositing to
the pay office of contracting authority a money order or a check file, subject to their
confirmation by the bank until the offer opening date.
Data for the constitution of the participation guarantee: Account
RO65RNCB0086131573260020 opened at BCR Grivitei Branch Office (account in
euro), CUI 31129693, Account RO79TREZ7015005XXX013909 opened at the
Sector 1 Treasury (account in lei). Exchange rate leu/other currency or other
currency/leu will be calculated at the publication date of the invitation for
participation.
III.1.1.b) Performance guarantee
Yes
The amount of the performance guarantee is 3% of the contract value excluding VAT.
The performance guarantee will be constituted in conformity with art. 90 of the HG
925/2006. The performance guarantee may be in some cases, a guarantee instrument
issued under the law by a banking company or an insurance company.
III.1.2) Main means of financing and payment and/or reference to relevant provisions
European Regional Development Fund (ERDF)
III.1.3) Legal form to be taken by the group of economic operators to whom the
contract is awarded
Association according to art. 44 of the OG 34/2006 with modifications and
amendmends
III.1.4) The contract execution is subject to other special conditions
No
III.1.5) Applicable law
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
a) Government Emergency Ordinance no. 34/2006 on the award of public
procurement contracts, public works concession contracts and service concession,
approved with amendments by Law no. 337/2006, with subsequent amendments;
b) Government Decision no. 925/2006 approving the rules for implementing the
provisions concerning the award of public procurement contracts from the
Government Emergency Ordinance no. 34/2006 on the award of public procurement
contracts, public works concession contracts and service concession;
c) other normative acts regulating public procurement (see- www.anrmap.ro)
d) Orders 509/2011, 302/2011, 314/2010 issued by the ANRMAP President
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements related
III.2.1.a) Personal situation of the candidate or tenderer
* Statement regarding eligibility in accordance with art. 180 of O.U.G. no. 34/2006
with subsequent amendments. Fill in Form 1:*Declaration regarding the inconsistency
in the cases provided in Art. 181 of GEO no. 34/2006 subsequently amended. Fill in
Form 2:*Certificate of participation in the tender with independent offer. Fill in Form
4; * Statement regarding the inconsistency in art. 69 index 1 of O.U.G. no. 34/2006,
subsequently amended and supplemented. Persons with decision positions of the
contracting authority, in terms of organization, execution and completion of the
procedure for the award are the following (Fill in Form 5; subcontractors and third
parties will fill in Form 5):
- Mirela Florenta Matichescu - Vice President; -Daniela Prelipcean - Director,
Management Brand Department; Danuta-Veronica Georgescu – Co-ordinator, Legal
Department; -Adina Mincu - Economic Coordinator, Economic Department,
Procurement and Internal Services; Oana-Irina Orosan - Procurement Coordinator,
Department Economic Department, Procurement and Internal Services.
*They will present certificates in accordance with art. 182 of GEO 34/2006, in
original/certified copy. They will present: - Certificate regarding local taxes issued by
the local taxes institution, which establishes that no debt outstanding at the level of
the prior month to that of the deadline for submission of tenders. - Fiscal atestation
certificate issued by the Public Finance Administration showing that no debt maturing
in the month preceding the month in which it is stipulated deadline for submission of
tenders; Foreign companies have to present documents to prove eligibility in
accordance with the requirements asked by the contracting authority. For non-resident
bidders the provisions of art. 182 O.U.G. no. 34/2006, approved with amendments
and completions, will apply.
The documents will be submitted in original or certified copy, accompanied by
certified translation into Romanian. If an association, the requirements mentioned at.
III.2.1.a) will be met by each member, except the Certificate of participation in the
tender with an independent offer.
III.2.1.b) ability to exercise professional activity
Certificates should be presented in accordance with art. 183 of GEO 34/2006, as
amended and supplemented. Certificate issued by the Trade Register Office showing
that the information contained in it are real/actual at the deadline date for submission
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
of tenders, of showing that the activity of tenderer corresponds to the procedure
(advertising services). The certificate will be presented in original/certified copy.
If the economic operator ranked first, following the assessment, has only sent a
certified copy, the contracting authority is entitled to request the original before
transmitting the communication regarding the outcome of the tender.
Documents attesting bidder's access throughout the contract to the advertising space
referred to in the offer, such as contracts, testimonials, statements on oath or the like
are required. If the economic operator ranked first, as a result of the assessment, has
submitted recommendations/statements on own responsibility/other documents, the
contracting authority will require the submission of its contract attesting access to
advertising space, in original or certified copy at the time signing the contract. (If an
association, each member must submit these documents for the part that is in charge
for). Document will be presented in original/certified copy.
III. 2.2) Economic and financial capacity
Minimum necessary specific level(s) for evaluating the
mentioned requirements
Declaring the global average turnover for the last three years
(2012 , 2013, 2014), that must be at least 249.000 EURO. The
conversion from other currency to EURO, for Romanian and
foreign bidders will be set at the average of the National Bank
of Romania for the respective year.
Note: If the bidder has been established and started economic
activity for less than 3 years, the average turnover for the period
will be taken into account.
In the case on individual offers (submitted by a single economic
operator) the average turnover for the 3 years will be taken into
consideration.
In the case of joint offers (submitted by an association), the
cumulative average annual turnover of the respective
association for the 3 reference years indicated, will be taken
into account.
In the case of bidders (individuals or legal persons) of
nationalities other than Romanian, the documents will be
submitted in the original language accompanied by a certified
translation of them into Romanian.
Submission of accounting at 31.12.2012, 31.12.2013,
31.12.2014 endorsed by competent bodies. We accept any other
documents that the tenderer has to provide in support of
qualification requirements.
Method of execution:
Fill in Form 6
Original or a copy of the original of
the balance sheet will be submitted
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
III.2.3.a) Technical and/or professional capacity
Minimum necessary specific level(s) for evaluating the Method of execution:
mentioned requirements
Statement of the bidder on the average annual manpower Fill in Form 7
of the staff employed in the past 3 years
Submission of documents demonstrating similar
experience for contracts for services of outdoor advertising
and a list of the main services provided in the last 3 years.
Minimum requirement: Submitting at least a contract or
more that contain/s similar services provided in the last 3
years, of a cumulative value of at least 249.000 EURO
Fill in Form 12 – List of the main
similar services provided in the last 3
years
Fill in Form 13 – Similar experience
sheet
The documents showing similar experience will be
accompanied
by
recommendations/certificates/documents/reception
minutes/copies of relevant elements from the contracts etc.,
issued or countersigned by the recipients, that can confirm
that the services provided were in accordance with the
contract’s terms, the object and the value of services
provided, the period, etc. The bidders that are presenting
contracts signed in a currency other than the Euro, have the
obligation to make the exchange from other currencies to
Euro, at the average exchange rates established by BNR for
the years taken into consideration for the similar
experience.
Statement of intent to subcontract and the list of associates Fill in the Form 8 (if applicable)
and subcontractors (if applicable). According to art. 69 ˆ1
from OUG 34/2006 with subsequent amendments, subcontractors will complete the solemn declaration (see Form
5). The bidder is required to specify the part/parts of the
contract which is to subcontract and subcontractors
submitted plus their data, in accordance with article 45
paragraph 2 of GEO no.34/2006, with subsequent
amendments.
III.2.3.b) Quality assurance standards and environmental protection
III.2.4) Reserved contracts
No
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession
No
III.3.2) Legal entities should indicate the names and professional qualifications of the
staff responsible for execution of the services
Yes
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
SECTION IV: PROCEDURE
IV.1) PROCEDURE
IV.1.1) Type of procedure and how to conduct
IV.1.1.a) modalities of the procedure for awarding
Offline
IV.1.1.b) Type of procedure
Open procedure
IV.2) AWARD CRITERIA
IV.2.1) Award criteria
Lowest price in economic terms regarding:
- Criteria stated as follows
Criteria
1. Price of the offer
Quota 60%
Maximum Score 60.00
Description: Cost per m2 outdoor
Calculation algorithm: Method of Scoring intermediate technical factor and final
score calculation is detailed in the specifications section E
2. Technical component
Quota 40.00%
Maximum score 40.00
Description: The number of outdoor locations
Calculation algorithm: Method of Scoring intermediate technical factor and final
score calculation is detailed in the specifications section E
Maximum score 40.00
Maximum tecnical component quota 40.00%
IV.2.2) There will not be an electronic auction
No
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) Reference number attributed to the file by the contracting authority
IV.3.2) Previous announcements concerning the same contract
No
IV.3.6) Language in which the tender/bid/project or requests to participate should be
written
Romanian
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
(from the date stated for receipt of tender)
90 days
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
IV.4) TENDER SUBMISSION
IV.4.1) Presentation of the technical proposal
The technical proposal will be presented so that the information in it allow easy
identification of the correspondence with the minimum technical specifications from
the specification. The bidder in its bid submission must account for compliance with
obligations regarding working conditions and safety. These regulations must be
observed all along the contract. In this regard, the bidders will submit an affidavit of
showing that they respect the obligations relating to working conditions and safety.
Detailed information on the regulations in force nationwide on working conditions
and safety, occupational health and safety, regulations that must be observed
throughout the contract can be obtained from the Labour Inspectorate of the Ministry
of Labour, Family and Social Protection: Address: str. Matei Voievod No.14, Sector 2
Bucharest, postal code 73222, Romania Tel: + 4021 / 302.7030; + 4021 / 302.7054
Web: www.inspectmun.ro.
IV.4.2) Presentation mode of the financial proposal
Offer Form - Form 10. The maximum budget allocated to this contract is 249,809,52
Euros without VAT. If this amount exceeds the financial bid submitted it will be
rejected as unacceptable. The price of the bid submitted it is not indexable throughout
the period of the contract. When signing the contract, the equivalence leu/other
currency or other currency/leu will be at the BNR rate at the date when the public
announcement is published.
IV.4.3) Presentation of the offer
Number of copies: 1 original and 1 copy.
The offer will be presented in a sealed packet, labeled with the address of the
contracting authority subject to tender/procedure and with the inscription "DO NOT
OPEN BEFORE THE DATE AND TIME SPECIFIED IN THE NOTICE". The
package will contain two sealed and marked envelopes (marked original and copy),
which will contain inside three sealed and stamped envelopes with: - envelope 1:
qualification papers - envelope 2: Technical proposal - envelope no. 3: financial
proposal. The inner envelopes must be marked with the name and address of the
bidder.
The documents must be signed on each page by the representative authorized to bind
the bidder in the contract. Bidders are required to number and sign each page of the
offer as well as to attach a list of documents submitted. Besides qualification
documents contained in the technical proposal and the financial requested outside the
sealed bid will present the following documents: 1.Forward letter - The tenderer must
submit expression of interest in accordance with Form 9;
2.Written declaration - Form 11, ID copy act by the bidder for persons designated to
attend the opening of tenders;
If the package offer is not marked as above, the Contracting Authority assumes no
responsibility for lost offers. Address to which it will submit the offer: Recipient:
National Authority for Tourism: Bd. Golescu nr. 38, Sector 1, et. 2 Registry. All costs
regarding the preparation, drafting and sending the offer, will be borne by the bidder,
without being able to lay claims to the contracting authority in this regard.
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
SECTION VI: ADDITIONAL INFORMATION
VI.1) THIS IS A RECURRENT/PERIODIC CONTRACT
No
The estimated publication of the future announcements:
VI.2) CONTRACT/CONTEST RELATED TO A PROJECT/PROGRAMME
FINANCED BY EU FUNDS/OPERATIONAL PROGRAMME/NATIONAL
RURAL DEVELOPMENT PROGRAM
Yes
Reference (references) to project(s) and/or the program(s): European Regional
Development Fund (ERDF)
Funding Type: Program/Project
Program/Project: Regional Operational Program - POR
VI.3) OTHER ADDITIONAL INFORMATION
Modification and withdrawal of the offer is not permitted after the date and time limit
for submission of tenders. Conditions for participants at the opening session: written
authorization from the legal representative of the tenderer, copy of identity document.
To ensure that the contracting authority protects the information that bidder declares
confidential in terms of protecting trade secrets and intellectual bidder will specify
which of the elements of the offer are considered confidential. See Lg 346/2004Section 3, Art. 16 (2) SMEs benefit from discounts of 50% for criteria related to
turnover, for participation and performance guarantee. The bidding companies
registered in Romania that comply with the SME category, according to Law
346/2004 shall prove, on his own responsibility, cumulative fulfillment of conditions
regarding the annual average number of employees and annual turnover. Economic
operators who associate must prove that each fulfills the conditions for admission to
the SME category. Lack of evidence makes the association not eligible to benefit
from the facilities of SMEs. Offers will be accompanied by a declaration of status as a
participant in the procedure, Form 3, which shall be deposited in the case of an
association of each partner separately. If two or more bids and get the same points are
ranked on the first place, the contracting authority will conclude the contract with the
tenderer whose tender has the lowest price. If prices are equal, the tie will be the retendering the financial proposal submitted in a sealed envelope at the headquarters of
the National Tourism Authority, et. 2 Registry.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal
National Council for Solving Complaints
Address: Str. Stavropoleos, no. 6, District 3, Bucharest City: Bucharest Postal code:
030084, Romania, Tel. +40 213104641, Email: office@cnsc.ro, Fax: +40 213104642
/ +40 218900745, Internet Address (URL): http://www.cnsc.ro
Body responsible for mediation procedures
VI.4.2) How to use the appeal
Information on deadline(s) for lodging appeals:
TRADUCERE NEAUTORIZATĂ DIN LIMBA ROMȂNĂ
Information on deadline(s) for lodging appeals: deadlines for exercising the appeal are
set out in Art. 256^2 of OUG 34/2006 with subsequent amendments
VI.4.3) Service from which information can be obtained about the lodging of appeals
Legal Department
Address: Bd. Golescu nr. 38, sector 1, City: Bucharest Postal code: 010873, Romania,
Tel. +40 372144051, Internet Address (URL): www.turism.gov.ro
Download