Fisa de date Notice type: Simplified participation notice Legislation: Law no. 98/

Similar documents
Registered at the main office of the contracting authority under no... /... COVER LETTER

Registered at the main office of the contracting authority under no... /... COVER LETTER

Official name: Larnaca Sewerage and Drainage Board National ID: Postal address: P.O. Box Town: Larnaca Postal code: 6306

Greece-Herakleion of Attica: Gas compressors 2018/S Contract notice utilities. Supplies

LAW FOR THE PUBLIC PROCUREMENT

ECB - T105 roofing for the new ECB premises (D-Frankfurt-on-Main) 2009/S Contract notice

B-Diegem: document management system 2010/S CONTRACT NOTICE - UTILITIES. Services

FAQs on Implementation of CEF Actions. CEF Transport/Energy

PARKING SYSTEM FOR PRAGUE AIRPORT

Translation in English is for informative purposes only. Legally binding is text in Latvian.

GRANT AGREEMENT for an ACTION

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

ORDINANCE ON THE AWARD OF SPECIAL PUBLIC CONTRACTS. (Heading amended, SG 7/2007, in force from ) In force from 1 October 2004

Tender Documentation for Procurement Procedure

REQUEST FOR PROPOSAL: No RFP/2017/1025 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

Procurement Procedure for Supply of Interim Staff for IT and General Administration Ref. EBA/2012/018/OPS/IT/RT

CONTRACT NOTICE Services- Retender (accelerated time limits)

Tender Documentation for Procurement Procedure DELIVERY OF NEW TOWABLE PASSENGER STAIRS (hereinafter referred to as Tender Documentation )

Legal Brief Eversheds Lina & Guia SCA

General guidance on EFSA procurements

Regulations for Application of the Public Procurement Act

THE NEW LEGISLATIVE PACKAGE ON PUBLIC PROCUREMENT, CONCESSIONS FOR WORKS AND CONCESSIONS FOR SERVICES

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS

GENERAL CONDITIONS OF THE CONTRACT (Applicable to purchase orders)

REQUEST FOR PROPOSAL: No. 2017/HCR/HKG/RFP/10048 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

1) ICC ADR proceedings are flexible and party-controlled to the greatest extent possible.

DATE: 24/01/2018. REQUEST FOR PROPOSAL: No. 2018/HCR/HKG/RFP/10005 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DOCUMENT No. 1 TENDER NOTICE

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

European Investment Fund. EIF Procurement Guide

DECISION No of 9 September 2004 (*updated*)

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF

TENDER DOCUMENTS. ANTI-DOPING AGENCY OF SERBIA, Trg Republike 3, Belgrade

Public Procurement Law

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

DATE: 04 April REQUEST FOR PROPOSAL: No. CANTO/RFP/PSP/2018/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

RULES FOR DOMAIN NAME DISPUTE RESOLUTION. of CEPANI, The Belgian Centre for Arbitration and Mediation

Anglo American Procurement Solutions Site

TITLE VII LIABILITY FOR INFRINGEMENT OF PROVISIONS OF THIS ACT TITLE VIII AMENDMENTS TO THE PROVISIONS IN FORCE TITLE IX INTERIM AND FINAL PROVISIONS

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

CHAPTER I. 1. Applicable rules. Article 1

General guidance on EFSA procurements

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES AGREEMENT NUMBER [ ]

WIPO ARBITRATION AND MEDIATION CENTER

RFx Process Terms and Conditions (Conditions of Tendering)

ADMINISTRATIVE SPECIFICATIONS FOR THE CONTRACTING OF GPS TRACKING DEVICES

Procurement of Works

FRAMEWORK SERVICE CONTRACT. Provision of Graphic Design services

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

LAW no. 184/2016 of 17 October 2016 to establish a mechanism to prevent conflict of interests in public procurement contract awarding

N O T I F I C A T I O N

Courtesy English Translation (not binding only the Italian version is binding)

1. INTRODUCTION AND DESCRIPTION OF THE CURRENT SITUATION

WIPO WORLD INTELLECTUAL PROPERTY ORGANISATION ARBITRATION RULES

UV-Visible Spectrophotometer

DOCUMENT No. 1 TENDER NOTICE

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766

H2020 Model Grant Agreement for SME Instrument Phase 1 Multi (H2020 MGA SME Ph1 Multi)

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

Summary table of draft transposition of directive 2007/66/EC into Member States law

Clarifications for the Call for Tenders for the exploration for and exploitation of hydrocarbons in Offshore Western Greece and South of Crete

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

CALL FOR TENDER No D/SE/10/02. Fundamental rights of persons with intellectual disabilities and persons with mental health problems ANNEX B

DATE: 26/07/2016. INVITATION TO BID: No. ITB/2016/778_Corrigendum as of 11/08/2016 FOR THE ESTABLISHMENT OF FRAME AGREEMENTS FOR THE SUPPLY OF

WIPO Mediation, Arbitration, Expedited Arbitration and Expert Determination Rules and Clauses. Alternative Dispute Resolution

Gas Storage Agreement the Inverse Storage (hereinafter referred to as the Agreement )

DATE: 02/03/2017 INVITATION TO BID: No. ACNUR/ITB/005

DECREE ON IMPLEMENTATION OF PRE-SHIPMENT INSPECTION OF IMPORTED GOODS

Mono-Beneficiary Model Grant Agreement

Appendix ICA Appendix (Mandatory Industrial Cooperation) in respect to Tender/Contract No.

CLOSING DATE AND TIME: Sunday Nov 06, 2016, 16.30pm EAT

134/2016 Coll. ACT BOOK ONE GENERAL PROVISIONS

INVITATION TO BID: No. ITB/UNHCR/PMCS/2015/GOODS/MI ITB/028 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF HYGIENE KITS

JICS GUIDELINES FOR THE PROCUREMENT OF CONSULTANT SERVICES

Statute of limitation in FIDIC contracts concluded in the public procurement procedures

Outdated as of 10/8/13

INTERNAL INSTRUCTIONS GOVERNING CONTRACTS WITH LANTIK S.A. THAT ARE NOT SUBJECT TO STANDARDISED REGULATIONS C O N T E N T S:

Request for Tenders for the Provision of. A research report on Owners' Management Companies for Clúid Housing in collaboration with The Housing Agency

PUBLIC PROCUREMENT ACT (ZJN-1)

MERGER NOTIFICATION AND PROCEDURES TEMPLATE SLOVAK REPUBLIC

(Unofficial translation)

Embassy of ItalyAccra

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Request for Tenders dated 11 November for the provision of. Consultancy Services to Review the Future Capacity Needs at Ireland s State Airports

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF PUBLIC PROCUREMENT hereinafter referred to as the SETCPP

Tender. for. Indian Institute of Technology Jodhpur

TENDER EVALUATION MANUAL

Entry into force

Arbitration Rules of the Court of International Commercial Arbitration of the Chamber of Commerce and Industry of Romania

Israel Railways Ltd. Procurement & Contracting Division

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

European Single Procurement Document ESPD (Scotland) Version 1.6

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

CONTRACT NUMBER - [complete]

Transcription:

tice type: Simplified participation notice Legislation: Law no. 98/23.05.2016 SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESS AND CONTACT POINT(S) NATIONAL RESEARCH AND DEVELOPMENT INSTITUTE FOR GEOLOGY AND MARINE GEOECOLOGY - GEOECOMAR Address: 23-25 Dimitrie Onciu, Sector 2, City: Bucharest, Postal code: 024053, Romania, Contact point: MARINELA RACHITA, Tel. +40 2522594, Email: gianina.rachita@geoecomar.ro, Fax: +40 2522594, Internet address (URL): www.geoecomar.ro, Address of buyer profile (URL): www.e-licitatie.ro Number of days up to which clarifications may be requested before the closing date for submission of bids applications: 4 I.2) TYPE OF CONTRACTING AUTHORITY AND MAIN ACTIVITY/ACTIVITIES National Research and Development Institute Activity/Activities Other: research and development in other natural and engineering sciences THE CONTRACTING AUTHORITY IS PURCHASING ON BEHALF OF OTHER CONTRACTING AUTHORITIES NO SECTION II: OBJECT OF THE CONTRACT Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 1/6

II.1) DESCRIPTION II.1.1) Title attributed to the contract/contest/project t by the contracting authority/contracting entity Supply contract - Greenhouse Gases Monitor - photoacoustic method II.1.2) Type of contract and location of works, place of delivery or of performance Supply Purchase Delivery place: NIRD GeoEcoMar, Constanta branch, Mamaia Blvd., 304, Constanta, Romania NUTS Code: RO223 - Constanta II.1.3) The notice involves A public procurement contract II.1.5) Short description of the contract or purchase(s) The Greenhouse gases monitor photoacoustic method, subject of the contract, is a portable equipment capable of simultaneous monitoring/measuring of up to five component gases. II.1.6) Common procurement vocabulary (CPV 38432100-3 Gas Analyzers (Rev.2) II.1.7) The contract is covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots II.1.9) Varuiants will be accepted II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope Greenhouse gases monitor photoacoustic method - 1 pc Estimated value excluding VAT: 35,000.00 EUR II.2.2) Options II.3) DURATION OF THE CONTRACT / AGREEMENT OR TIME LIMIT FOR COMPLETION 30 days from the date of the signing of the contract by the parties II.4) ADJUSTING THE CONTRACT PRICE II.4.1) Adjusting the contract price SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Deposits and guarantees required (if applicable) III.1.1.a) Tender guarantee Yes The bidder must provide the tender guarantee for the amount of EUR 350. Validity: 30 days from the date stated for receipt the offers. Leu / foreign currency equivalent will be made at the NBR exchange rate from the date of publication of the participation announcement. Tender guarantee is established by bank transfer to the account of NIRD GeoEcoMar, IBAN code RO56 BRDE 426S V159 7588 4450 BRD SECTOR 2 or a guarantee instrument issued, under the law, by a bank or an insurance company. The guarantee instrument must include the provisions of art. 36 par. 1, 2, 3, 4, 5 and 7 and Art. 37 paragraph 1) of the Decision no. 395/2016 for the approval of the Methodological rms for the application of the provisions related to the award of the public procurement contract to the framework agreement of Law 98/2016 on public procurement. Proof of participation guarantee, regardless of how is established, will be submitted in SEAP to the date and time for submission of bids, scanned and signed with electronic signature. The guarantee instrument must expressly provide that the payment of the participation guarantee will be executed unconditionally, at the first request of the beneficiary, on the basis of his/her statement regarding the guilt of the guarantor. The guarantee of participation shall be returned or retained, as the case may be, according to art. 37 and 38 of the Decision no. 395 / 2016. III.1.1.b) Performance guarantee Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 2/6

Yes Performance guarantee shall be established no later than 5 working days from the date of signing contract by parties. The performance guarantee represents 10% of the contact value, excluding VAT. The performance guarantee is established by bank transfer or guarantee instrument issued by a bank or an insurance company, which becomes annex to the contract according to the art 36, paragraph 3, 4, 5 of the Decision no. 395 / 201 III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them State budget III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded Association according to art. 53. of Law no. 98/2016 on public procurement; Association according to art. 66. of the Law no. 99/2016 on sectorial procurement; Association according to art. 39. of Law no. 100/2016 on work concessions and services concessions. III.1.4) The performance of the contract is subject to particular conditions III.1.5) Applicable legislation a) Law no. 98/2016 on public procurement; Law no. 99/2016 on sectorial procurement; Law no. 100/2016 on work concessions and services concessions; b) Law no. 101/2016 on remedies and appeals concerning the award of public procurement contracts, the sector contracts, works concession contracts and service concession contracts, and on the establishment and functioning of the Nation Council of Appeals Settlement; c) www.anap.gov.ro Emergency Ordinance no. 58 / 2016 for amending and completing some normative acts with impact on the field of public procurement; Law no. 101/2016 on remedies and appeals concerning the award of public procurement contracts, the sector contracts, works concession contracts and service concession contracts, and on the establishment and functioning of the Nation Council of Appeals Settlement; III.2) CONDITIONS FOR PARTICIPATION III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers III.2.1.a) Personal situation of candidate or tenderer The supporting documents proving the fulfillment of the undertaken by completing the DUAE are to be submitted, at the request of the contracting authority, only by the first ranked bidder, in the interim ranking made at the completion of the tender evaluation, as follows: a) certificates proving the lack of overdue debts related to the payment of taxes, duties or contributions to the consolidated general budget (local budget, state budget, etc.) at the moment of presentation; b) criminal record of the economic operator and of the members of the administrative, management or supervisory body of the economic operator, or of those who have the power of representation, decision or control within the economic operator; c) where appropriate, documents demonstrating that the economic operator may benefit from the derogations provided for in art. 166 par. (2), art. 167 par. (2), art. 171 of the Law no. 98/2016 on public procurement; d) Conflict of Interest Declaration for the tenderer / candidate / the associated tenderer / the subcontractor / the supporting party "- Statement regarding the failure to comply with the provisions of Article 60 of the Law no.98 / 2016 - Form 1 Persons holding decision-making positions in the contracting authority regarding the organization, performance and completion of the awarding procedure: Adrian Stanica - General Manager, Ana Olteanu - Economic Director, Dan Vasiliu Project responsible, Balan Sorin - Technical Responsible, Florentina Gheorghita-Legal Advisor, Gianina Rachita-Procurement Office. The tenderers, third parties and subcontractors shall not be in the situations provided for in Articles 164, 165, 167 of Law. 98 / 2016. The way in which the requirement can be demonstrated: the economic operators (including associations/ subcontractors/ third parties) participating in the award procedure will complete information related to their situation. The supporting documents proving the compliance with requirements undertaken by completing DUAE will be submitted, at the request of the contracting authority, only by the first ranked bidder, in the intermediate ranking drawn up at the completion of the evaluation of the tenders. The failure of DUAE with the offer (including associate / third party) raises rejection as unacceptable The failure to submit with the offer, the firm commitment of the third party showing the actual manner in which its support or, as the case may be, the subcontracting agreement and / or the association agreement will materialize, can be a reason for requesting clarification of any inaccurate related to the information contained in the DUAE sections of both the tenderer and the subcontractor / third party. III.2.1.b) Capacity regarding the development of professional activity Completion of DUAE by economic operators participating in the award procedure with information related to their situation. The supporting documents proving the compliance with requirements undertaken by completing DUAE, respectively the registration certificate issued by the Register of Commerce Office, shall be submitted, at the request of the contracting authority, only by the first ranked tenderer in the intermediate ranking drawn up at the completion of the evaluation of the tenders. The economic operators submitting a tender must prove a form of registration under the law of the country of residence, thus showing that they are legally constituted, are not in any of the situations of cancellation of the establishment and have the professional capacity to perform the activities which are the object of the contract. The tenderers will complete all DUAE editable format fields requested by the contracting authority. The economic operators will submit mandatory DUAE with the SEAP offer, signed with an extended electronic signature based on a qualified certificate, issued by an accredited certification service provider. III.2.2) Financial and economic capacity III.2.3.a) Technical and/or professional capacity Minimum information needed to assess the compliance with the above mentioned requirements Accomplishment modality Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 3/6

The list of the main deliveries of similar products in the last 3 years, containing contract values, delivery periods, beneficiaries (regardless of they were contracting authorities or private clients, showing that the tenderer has delivered one or more similar products, whose aggregate value was at least 35,000 euros (excluding VAT). For the calculation of the equivalence, the average annual lei / foreign exchange rate communicated by the National Bank of Romania will be applied for each year. The provision of similar products is confirmed by the presentation of certificates / documents issued or countersigned by an authority or by the beneficiary customer Completion of DUAE by economic operators participating in the award procedure with related information. The supporting documents proving the fulfillment of the undertaken by completing the DUAE, respectively relevant parts of the contracts or recommendations or certificates or minutes or other documents. These are to be submitted, at the request of the contracting authority, only by the first ranked tenderer in the intermediate ranking drawn up at the completion of the evaluation of the tenders. Information on the number and periods of the contracts invoked as similar experience, the contracts values, the beneficiaries, the date and the number of the reception document, as well as the weight and / or the activities for which he / she was responsible shall be completed in DUAE Information on subcontractors The bidders will submit the subcontracting agreement, together with the offer and DUAE, by the deadline for submitting bids The subcontractors shall complete DUAE with required information. The supporting documents, namely the Subcontracting Agreement and related documents, indicated in the Subcontracting Agreement, showing the actual manner by which the subcontractor will ensure the fulfillment of the assumed obligations, will be submitted, at the request of the contracting authority, only by the first ranked tenderer in the intermediate ranking drawn up at the completion of the evaluation of the tenders. There will be a separate DUAE form for each of the subcontractors concerned, duly completed and signed by each of them. Subcontractors will specify in DUAE the information related to the qualification criteria they fulfill, by mentioning the number and date of the subcontract / subcontracting agreement for the part proposed for subcontracting. If a subcontractor eill not meet a qualification requirement, then he will present DUAE only for the purpose of demonstrating noncompliance with the grounds for exclusion. The supporting documents proving the fulfillment of the undertaken by completing the DUAE will be submitted, at the request of the contracting authority, only by the first ranked tenderer in the intermediate ranking drawn up at the completion of the evaluation of the tenders. III.2.3.b) Quality assurance and environmental protection standards III.2.4) Reserved contracts III.3) SPECIFIC CONDITIONS TO SERVICES CONTRACTS III.3.1) Execution of the service is reserved to a particular profession III.3.2) Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service SECTION IV: PROCEDURE IV.1) PROCEDURE IV.1.1) Type of procedure and modality of proceeding IV.1.1.a) Modality of proceeding the award procedure Online IV.1.1.b) Type of procedure Offer request / Simplified procedure one stage IV.2) AWARD CRITERIA IV.2.1) Award criteria The lowest price IV.2.2) An electronic auction will be organized Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 4/6

IV.3) ADMINISTRATIVE INFORMATION Fisa de date IV.3.1) File reference number attributed by the contracting authority IV.3.6) Language(s) in which tenders or requests to participate may be drawn up The currency in which the price offer is expressed: EUR Romanian IV.3.7) Minimum time frame during which the tenderer must maintain the tender (from the date stated for receipt of tender) 30 days IV.4) PRESENTATION OF THE OFFER IV.4.1) Technical proposal presentation The technical proposal will be firm and binding in terms of content throughout the period of validity of the tender established by the contracting authority. The tenderer will elaborate the technical proposal so that it fully complies with the requirements set out in the Tender Book, ensuring the possibility of verifying the correspondence of the technical proposal with the specifications given in the Tender Book. The technical proposal will include a detailed description of how to meet the technical specifications set out in the Tender Book. IV.4.2) Financial proposal presentation The financial proposal shall include: The unit price and total value for: Greenhouse Gas Monitor - PhotoAcoustic Method - 1 piece will be expressed in EUR, (excluding VAT). The total price in the offer will be expresses in EUR (excluding VAT), with a maximum of two decimal places. The prices will include all taxes due, according to the legislation in force. The offer will be presented according to the Form 2. IV.4.3) Offer presentation DUAE can be accessed by the economic operators interesting in at: https://ec.europa.eu/growth/toolsdatabases/espd/filter. The economic operators will submit the offer and DUAE only in electronic form and no later the date and time set out in the tender notice, as deadline for submission the offers. These documents will be signed with an extended electronic signature, based on a qualified certificate issued by a certification service accredited provider and uploaded to SEAP, only by the registered economic operators. The tenderer shall prepare the offer in accordance with the provisions of the awarding documentation and indicate, in its contents, the information in the technical proposal and/or the financial proposal that is confidential, classified or protected by an intellectual property right under the applicable law. The economic operator shall submit the offer and answers to the clarification requested only ellectronically when participating in an award procedure that takes place through SEAP. The contracting authority has the right to request any special-purpose document, in original form, whose validity is subject to presentation in this form. te: In the event that there are uncertainties or uncertainties regarding certain documents submitted, the contracting authority reserves the right to request additional details, clarifications or confirmations both from the tenderer concerned and from the competent authorities which may provide information in this respect. The proof of tender guarantee establishment, scanned and signed with an extended electronic signature, based on a qualified certificate issued by a certification service accredited provider, will be uploaded to SEAP, no later the date and time set out in the tender notice, as deadline for submission the offer. In the case of the issuance of the tender guarantee by an insurance bank/insurance company abroad, the guarantee instrument shall be drafted in a form equivalent to a generally accepted Romanian model, accompanied by the authorized translation into Romanian. The following documents will also be submitted: 1. The description containing the index of the submitted documents, specifying the number of the page where each document is found; 2. Legal empowerment - signed by the legal representative or other equivalent legal document, if the bidder is someone other than the company's legal representative; 3. Statement regarding the acceptance of the contractual clauses mentioned in the contract attached to the awarding documentation or the contract model, with the mention "We have read and agree to the terms and conditions stipulated in the" Contract Model "in the awarding documentation and we agree that, in the case in which our offer is established as winning, to sign the contract in accordance with the provisions of the Awarding Documentation". The economic operator is solely responsible for submitting the offer. The economic operator does not have the right to withdraw or modify its offer after the expiry of the deadline set for the submission of tenders. In this case he will be subject to the exclusion from the awarding procedure. The offer is binding, as content, for the entire period of validity set by the contracting authority and assumed by the bidder. The price is encrypted, and the documents containing price elements are signaled accordingly. The documents mentioned above, namely the files to be uploaded in SEAP by the bidder, will be signed with the extended electronic signature of the legal/empowered representative of the economic operator, depending on his quality - associate/third party/subcontractor. SECTION VI: COMPLEMENTARY INFORMATION VI.1) CONTRACT IS RECURRENT Estimated publishing period for future notices: VI.2) THE CONTRACT/CONTENT IS RELATED TO A PROJECT/PROGRAMME FINANCED BY EUROPEAN UNION FUNDS/OPERATIONAL PROGRAMME/NATIONAL PROGRAMME FOR RURAL DEVELOPMENT Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 5/6

References to projects and/or programmes: Fisa de date Financing type: Budget funds VI.3) ADDITIONAL INFORMATION DUAE can be accessed by the economic operators interesting in at: https://ec.europa.eu/growth/toolsdatabases/espd/filter. Concerning clarifications: The clarification requests will be addressed in Romanian, through the SEAP, at "Questions" section of the award procedure conducted by electronic means, and the answers will be published in Romanian, in SEAP at "Documentation, clarifications and decisions" section, within the notice of participation. In order to submit clarification, the economic operators must register in SEAP (www.e-licitatie.ro): - as an economic operator and as a participant in the award procedure. The evaluation committee will forward the clarification requests regarding the tender, in Romanian, by using the technical facilities available in SEAP (Section "Questions"). The economic operators will send the answers to the clarifications and submit electronically possible documents requested during the evaluation of the offers through SEAP (Section "Questions"), in the section corresponding to the respective request, in the form of one or more separate documents / files electronically signed according to the provisions of Law no. 455/2001 on electronic signature. All the documents related to the award procedure, submitted by the bidders (offer, requests for clarification, answers to the clarification requests) will be drafted in Romanian or accompanied by an authorized translation in Romanian. All requirements are required. Deadline for sending the response to clarifications is according to art. 160 and 161 of Law no. 98/2016. Tenderers of nationality other than Romanian, will submit the documents in the language of origin, accompanied by a certified translation in Romanian. If two or more offers with equal price, will be on the first place in the ranking of the offers, the tenderers will be requested for new financial offers. The request will only be addressed to tenderers offering the same price, as declared admissible. The lowest price bid is declared winner. VI.4) PROCEDURES FOR APPEAL VI.4.1) Body responsible for appeal procedures Consiliul National de Solutionare a Contestatiilor Address: Str. Stavropoleos, nr. 6, Sector 3, 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) Lodging of appeals Specification of the deadline (s) for appeals Terms for notification and enforcement of appeals are those provided in art. 6 and art. 8 of Law 101/2016 VI.4.3) Service providing information on the lodging of appeals NIRD GeoEcoMar Address: Str. Dimitrie Onciul, nr. 23-25, sector 2, Bucharest, Postal code: 024053, Romania, Tel. +40 212525512, Fax: +40 212523039 Sistemul Electronic de Achizitii Publice, 26-03-2018 15:26 Pagina 6/6