Tražite informaciju iz privrede – na pravom ste mjestu
Paket Tender obuhvata sve objavljene tendere, javne nabavke, dodjele ugovora, javne pozive, odluke o pokretanju, licitacije, stečajeve/likvidacije, planove nabavki i slične informacije sa područja Bosne i Hercegovine.
Na vaš mail će svaki dan stići Newsletter koji obuhvata informacije: potražnja i ponuda roba, usluga i radova, nekretnine, regulacioni planovi, rasprave, oglasi, ekološke dozvole, privatizacija, skupštine, imovina i kompanije u stečaju i sl. na području Bosne i Hercegovine, za granu privrede koja vas interesuje.
Pretraga tendera
Tendere i informacije možete pretraživati po grani privrede, a dodatni filteri vam omogućavaju da rezultate pretrage filtrirate po nazivu, po broju tendera, datumu objave i datumu važenja, riječniku javnih nabavki (JRJN), teritoriji, nazivu naručioca/isporučioca ili nekoj drugoj od ponuđenih opcija.
Ukoliko želite pregledati aktuelne i istekle tendere odaberite opciju PRETRAGA tendera.
Rezultat pretrage traženog tendera sadrži informacije o naručiocu i vrijednosti kao i datum raspisivanja i datum važenja tendera
Cijena paketa Tender na godišnjem nivou je 400 KM + PDV.
Datum objave: 20.03.2017. 11:50
(MK) Nabavka usluga nadzora nad izgradnjom četiri naplatne stanice
Former Yugoslav Republic of Macedonia-Skopje: Architectural, construction, engineering and inspection services
2017/S 055-102920
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Public Entreprise for State Roads — Skopje
Str. ‘Dame Gruev’, No 14
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23118044
E-mail: zaklinab@roads.org.mk
Fax: +389 23220535
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: public enterprise
I.3)Main activity
General public services
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:
Supervision of construction of 4 toll stations: toll station Miravci (Motorway A1, Demir Kapija — Smokvica), toll stations Preod and Kadrifakovo (Motorway A4, Miladinovci — Stip), and toll station Arbinovo (Motorway A2, Kicevo — Ohrid).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code MK
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)
Supervision of construction of 4 toll stations: toll station Miravci (Motorway A1, Demir Kapija — Smokvica), toll stations Preod and Kadrifakovo (Motorway A4, Miladinovci — Stip), and toll station Arbinovo (Motorway A2, Kicevo — Ohrid).
II.1.6)Common procurement vocabulary (CPV)
71000000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
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
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance guarantee in amount of 10 %.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: — Statement by the economic operator that it has not been announced, in the last 5 years, effective court decision for participation in criminal organization, corruption, fraud or money laundering.
— Certificate that it is not subject to bankruptcy procedure issued by competent authority.
— Certificate that it is not subject to liquidation procedure issued by competent authority.
— Certificate for paid taxes, contributions and other public duties by the competent authority in the country where that economic operator is established.
— Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty ban on participation in procedures for public announcements, awarding of public procurement contracts and contracts for public private partnership has not been imposed.
— Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty temporary or permanent ban on performing certain activity has not been imposed.
— Certificate that it has not been announced any sanctions for misdemeanor with an effective court decision, resulting in prohibition for pursuing professional activity or duty, i.e. in a temporary prohibition for performing professional activity.
— Business Registration Certificate (BRC form) as a proof that he is registered either as a natural or legal entity for performing a professional activity related to the subject of the public procurement contract, or a proof that he belongs to a corresponding professional association as per the legislation of the country he is registered in.
— Tenderer is required to possess License A for performing supervision of works on first (I) category structures, issued by the competent authority in the country as per the Construction Law in force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16), or, for foreign economic operators, a License issued by the authority responsible for operations in the area of spatial planning/management according to Article 42 of the Construction Law (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16) (applies to each member of the group in case bid is submitted by a group of economic operators — JV).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: — Total income of 10 000 000 MKD in the last 3 years (aggregate amount for 2014, 2015 and 2016).
The economic operator shall prove that he meets the requirements for Economic and financial status by furnishing the following:
— Copy of balance sheet report and data on income statements for 2014, 2015 and 2016, certified by a competent authority, i.e. audited balance sheets or abstracts of the report on balance sheets, where balance sheet publication is required under the law of the country where the economic operator is registered;
— For Foreign Tenderers, in case no balance sheet reports and data on income statements for 2014, 2015 and 2016 are issued and certified by a competent authority, the tenderer is required to submit copies of auditors' reports, which shall be positive and shall be issued by a reputable foreign institution registered to provide audit services. Auditor reports should contain data about the overall economic operation of the Foreign Tenderer (for the last 3 years).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— 1 completed contract for performing supervision of works on construction, reconstruction or rehabilitation of state roads or local roads in the last three (3) years in an amount of minimum 500 000 denars (MKD).
— 1 completed contract for performing supervision of works on building construction (administrative, business, residential buildings, or toll stations) in the last three (3) years in an amount of minimum 500 000 denars (MKD).
— Notification on contract items that the economic operator intends to subcontract to third parties, if any.
Key Staff:
Engineer's Representative (3 Bachelors of Science in Civil Engineering — BSc CEng) — for each one individually:
— License (Authorisation) A for a Supervising Engineer in Civil Engineering as per the Construction Law in force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16); or, in case of a foreign natural person, an Authorization (Certificate) verified by the Chamber of Certified Architects and Certified Engineers of RM, according to Article 42 of the Construction Law in force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16);
— University degree in Civil Engineering (BS CE);
— Work experience of at least 5 (five) years in civil engineering;
— Experience in supervision on at least 1 (one) completed project as an Engineer's Representative, or a Key Staff member or Manager of construction, or reconstruction, or rehabilitation of state roads or local roads, or supervision of works on building construction (administrative, business, residential buildings, or toll stations).
Assistant for electrical works, installations and plants (3 Bachelors of Science in Electrical Engineering — BSEE) — for each one individually:
— License (Authorisation) A for a Supervising Engineer in Electrical Engineering;
— University degree in Electrical Engineering (BSEE);
— Work experience of minimum 5 (five) years in electrical engineering;
— Experience as an Engineer or Contractor on at least 1 (one) project in electrical engineering for construction of roads, or for construction of administrative, or business buildings, or toll stations.
Assistant for mechanical works and plants (3 Bachelors of Science in Mechanical Engineering — BSME) — for each one individually:
— License (Authorisation) A for a Supervising Engineer in Mechanical Engineering;
— University degree in Mechanical Engineering (BSME);
— Work experience of minimum 5 (five) years in mechanical engineering;
— Experience as an Engineer or Contractor on at least 1 (one) project in mechanical engineering for construction of roads, or for construction of administrative, or business buildings, or toll stations.
Assistant for Information Technology and Communications (3 Bachelors of Information and Communication Technology — BICT) — for each one individually:
— University degree in the field of Information Technology (IT);
— Work experience of minimum 5 (five) years in information technology (IT);
— Experience on at least 1 (one) project related to road toll payment system, including an analysis of business processes, system design, data analysis, quality control, quality verification.
— Experience on at least 1 (one) project on Implementation of a road toll payment system, including integration of software applications with toll payment system, and systems and recognition algorithms, and inter-connection of similar data from different sources.
Surveyor (three — 3) — for each one individually:
— Minimum degree of: survey technician — surveyor;
— Work experience of minimum 3 (three) years in civil engineering, on buildings.
The economic operator shall prove that he meets the requirements for Technical and professional competence by furnishing the following:
— For 1 completed Contract on supervision of construction, reconstruction or rehabilitation of state or local roads, a written confirmation of a high-quality completion certified by the Contracting Authority, and a copy of the Contract are required to be submitted as proof.
— For 1 completed Contract on supervision of construction of buildings (administrative, business, residential buildings or toll stations), a written confirmation of a high-quality completion certified by the Contracting Authority, and a copy of the Contract are required to be submitted as proof.
— Notification on contract items that the economic operator intends to subcontract to third parties.
Key Staff:
For Engineer's Representative (3 Bachelors of Science in Civil Engineering — BSc CEng) — for each one individually:
— Copy of the License (Authorisation) A as per the Construction Law (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16);
— Copy of the University Diploma;
— Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
For Assistant for electrical works, installations and plants (3 Bachelors of Science in Electrical Engineering — BSEE) — for each one individually:
— Copy of the License (Authorisation);
— Copy of the University Diploma;
— Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
For Assistant for mechanical works and plants (3 Bachelors of Science in Mechanical Engineering — BSME) — for each one individually:
— Copy of the License (Authorisation);
— Copy of the University Diploma;
— Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
For Assistant for Information Technology and Communications (3 Bachelors of Information and Communication Technology — BICT) — for each one individually:
— Copy of the University Diploma;
— Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
For Surveyor (three — 3) — for each one individually:
— Copy of the Diploma or another respective proof of completed education;
— Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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: yes
Additional information about electronic auction: Provided in the tender documentation.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
12/2017
IV.3.2)Previous publication(s) concerning the same contract
no
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
3.5.2017 - 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
Other: Macedonian.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 3.5.2017 - 11:00
Place:
Public Enterprise for State Roads — Skopje, str. Dame Gruev No 14, Skopje.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorized persons possessing power of attorney.
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: no
VI.3)Additional information
Additional information available on: https://www.e-nabavki.gov.mk
I.1) Name, addresses and contact point(s):
For the attention of: Supervision of construction of 4 toll stations: toll station Miravci (Motorway A1, Demir Kapija – Smokvica), toll stations Preod and Kadrifakovo (Motorway A4, Miladinovci – Stip), and toll station Arbinovo (Motorway A2, Kicevo – Ohrid).
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:
16.3.2017
PRIKAŽI VIŠE TEKSTA
-
Končar-Inženjering d.d. Zagreb - Fallerovo šetalište 22 10000 Zagreb
-
IPSA INSTITUT d.o.o. Sarajevo - ul. Put života bb 71000 Novo Sarajevo
-
INTEGRA d.o.o. Mostar - Dr. Ante Starčevića bb.-zgrada INTEGRA 88000 Mostar
-
Ecoplan d.o.o. Mostar - Dr. Ante Starčevića bb. (zgrada INTEGRA IV kat) 88000 Mostar
-
INKOPROM d.o.o. Banja Luka - Nikole Pašića br. 60 78000 Banja Luka
-
RUDAR d.o.o. Tuzla - ul. Mitra Trifunovića Uče br. 9 75000 Tuzla
-
D.o.o. CTU-IPKIN Bijeljina - Vidovdanska br.48 76300 Bijeljina
-
Institut za zaštitu, ekologiju i obrazovanje d.o.o. Tuzla - ul. Bosne Srebrene br. 127 75000 Tuzla
-
RUDARSKI INSTITUT d.d. Tuzla - ul. Rudarska broj 72 75000 Tuzla
-
INK CONSTRUCTOR d.o.o. Banja Luka - Ulica Cerska broj 45 A (lokal broj 1 B) 78000 Banja Luka
-
ZAVOD ZA VODOPRIVREDU D.o.o.Bijeljina - Miloša Obilića br. 51 76300 Bijeljina
-
EDI-ING d.o.o. Donji Vakuf - 705 Slavne brske brigade br. 13 70220 Donji Vakuf
-
General Engineering d.o.o. - ul. Safeta Zajke br. 183 A 71000 Sarajevo