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.

Cijena paketa Tender na godišnjem nivou je 400 KM + PDV.

Datum objave: 11.01.2022. 12:56

Nabavka opreme za interpretacijski centar u Hutovom Blatu

Izvor: Akta.ba, 07.01.2022.

SUPPLY CONTRACT NOTICE

Interpretation centre equipment

ePATH TD14

Location: Nature Park Hutovo blato, Bosnia and Herzegovina

1. Publication reference

ePATH TD14

2. Procedure

Local open

3. Programme title

Interreg IPA Cross-border Cooperation Programme Croatia-Bosnia and Herzegovina- Montenegro 2014-2020.

4. Financing

Interreg IPA Cross-border Cooperation Programme Croatia-Bosnia and Herzegovina-Montenegro 2014-2020.

Financing Agreement for Interreg-IPA CBC Programme Croatia - Bosnia and Herzegovina - Montenegro CCI2014TC1615CB004 

Budget line 36 Equipment expenditure: Interpretation centre equipment

5. Project partner/Contracting authority

Public company Nature Park Hutovo blato d.o.o.

Karaotok bb, 88307 Višići, Bosnia and Herzegovina

VAT Number: 227274940009

 

CONTRACT SPECIFICATIONS

6. Description of the contract

Public company Nature Park Hutovo blato through the Project “Endemic pathway “(project acronym ePATH), with two partner organisations implements “Interreg IPA Cross-border Cooperation Programme Croatia-Bosnia and Herzegovina – Montenegro 2014-2020”, co-financed by the European Union.

Project partnership is formed of 3 partners. Lead partner PPHB (Public company Hutovo blato) from Bosnia and Herzegovina, and other two partners City of Makarska from Croatia and Public enterprise for coastal zone management of Montenegro from Montenegro. Duration of the project: 24 months (1st November 2020-31st October 2022). Financed by: INTERREG IPA CBC Croatia-Bosnia and Herzegovina-Montenegro Programme, 2014-2020.

During implementation of the project, project partners will build new and adapt existing infrastructure. Three locations in the cross-border area will be equipped with virtual reality and presentation of natural heritage through augmented reality will be installed. Visitors will be able to visit all the places that have extremely valuable plant and animal values (endemic species) in three states and in such a way to see the most significant of the natural heritage of the area. Twelve (12) park staff members will attend a 40-hour hands-on course based on the Interpret Europe methodology and become certified interpretive guides. Joint partnership of project partners will result with a joint tourist offer, which will contain: built and adapted interpretation centres, interactive contents and IT mobile applications, innovative energy efficient boats with electric engines charged with solar panels, modern observatory and bird watchtowers built and equipped. Success of this project will contribute to an increased number of educated and newly-employed staff. The main target groups of the projects are tourists, citizens, travel agencies and the education system. Considering all three parks are located near big tourist cities it is estimated that a large number of tourists will visit this new tourist route.

The ePATH project has a main result of an increase in arrivals of non-residents staying in hotels and similar establishments.

Activities will be implemented with the main project objective to improve tourism and touristic offers in the cross-border area, improve preservation of natural and cultural heritage and increase awareness of its importance. By developing new natural and cultural pathways called Endemic pathway partners are contributing to strengthening the social, economic and territorial development of the crossborder area. With the new joint tourist offer that brings interpretation centres and other renovated and improved facilities and with trained staff for better management of natural and cultural heritage, the project contributes to a specific objective: To strengthen and diversify the tourism offer through cross border approaches and to enable better management and sustainable use of cultural and natural heritage. 

 

For the purposes of improvement of the tourist offer in the Nature Park Hutovo blato, Contracting Authority is looking for the supplier with relevant experience and expertise in supplying the goods for equipping the interpretation centre in Nature park Hutovo blato.

Project partners recognized the need to establish and equipe their own rooms and all measures that should be taken to make the rooms work in the best possible way. By equipping renovated rooms, the park will aim to educate and raise awareness about the importance of nature preserving and endemic species inside the parks. The Contracting Authority will use the interpretation centre to educate people about 160 bird species that are located inside the park and about preservation of their natural habitat.

The contractor is expected to deliver equipment which will create, in line with the activity A.T1.5 the expected project deliverable (D): Deliverable D.T1.6.4 Equipped interpretation centre in nature park Hutovo Blato

The cost includes the following equipment for Interpretation centre in Hutovo Blato: e.g. aquarium, exhibition collections, video wall, nesting transfer, screens, audio and lightning system, projector, educational wall, VR set, media/educative content, server room, furniture and distribution/mounting. The equipment will be purchased in line with the technical documentation (i.e., preliminary design for equipping the Interpretation centre in Hutovo Blato).

7. Number and titles of lots

One lot only

 

TERMS OF PARTICIPATION

8. Eligibility and rules of origin

Participation in the award of procurement contracts and other award procedures for actions financed under the Programme is open to all legal persons which are effectively established in the participating countries, other Member States, other IPA II beneficiaries, contracting parties to the Agreement on the European Economic Area and partner countries covered by the European Neighbourhood Instrument (hereafter referred to as ‘eligible countries’), and to International Organisations.

All supplies purchased under a procurement contract, or in accordance with a grant agreement, financed under IPA II shall originate from an eligible country or from any country which is eligible under the rules of the partner or other donor or member state or determined in the constitutive act of the trust fund. As the Bosnia and Herzegovina national rules do not contain any restrictions as regards the rules of origin, all goods can originate from any country, irrespective of any thresholds.

9. Grounds for exclusion

Tenderers must submit a signed declaration, included in the Tender Form for a Supply Contract, to the effect that they are not in any of the situations listed in point 2.6.10.1. of the Practical Guide.

10. Number of tenders

Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.

11. Tender guarantee

Tenderers must provide a tender guarantee of 2.000,00EUR (equivalent 3.911,66 BAM) when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.

12. Performance guarantee

The successful tenderer will be asked to provide a performance guarantee of 7% 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 Project partner. Ifthe 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.

13. Information meeting and/or site visit

No information meeting is planned.

14. Tender validity

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Project partner may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see paraf 8.2 of the instructions to tenderers).

15. Period of implementation of tasks

Delivery deadline : 180 calendar days, from contract signature Provisional commencement date of the contract: 10.04.2022. Period of implementation of the contract is from the date of the contract signature by both parties until the end of the ePATH project implementation: 31st October 2022 and includes supply, delivery and installation of required equipment.

 

SELECTION AND AWARD CRITERIA

16. Selection criteria 

The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are sub-contractors:

1) 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. The reference period which will be taken into account will be the last three years for which accounts have been closed.

The selection criteria for each tenderer are as follows:

Criteria for legal persons:

- The average annual turnover of the tenderer must exceed the annualised maximum budget of the contract

- Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1.

- The company has not been under blockade in the last 3 months

2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the

Tender Form for a Supply Contract). The reference period which will be taken into account will be the last 3 years from submission deadline.

Criteria for legal persons:

1- At least 3 employees currently work for the tenderer in fields related to this contract;

3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the Tender Form for a Supply Contract). The reference period which will be taken into account will be the last 3 years from submission deadline.

This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.

Criteria for legal persons: 

1- The tenderer has delivered equipment similar to the subject of this contract, under at least 2 contracts with a budget of at least the same sum of value as the Contract that tenderer is applying for delivery of which were implemented during the following period: 3 years from the submission deadline, 28/01/2022.

Capacity-providing entities

An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Project partner are when the tender relies in majority on the capacities of other entities or when they rely on key criteria. If the tender relies on other entities it must prove to the Project partner that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Project partner.

With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.

17. Award criteria

The sole award criterion will be the price.

 

TENDERING

18. The tender dossier is available from the following Internet address: http://hutovoblato.ba/tenderi/ The tender dossier is also available from the Project partner.

Tenders must be submitted using the standard Tender Form for a Supply Contract included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with questions regarding this tender should send them in writing to dbosnjak.epath@gmail.com or Nature Park Hutovo blato doo, Karaotok bb, 88 307 Višići (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The Project partner must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on  the http://hutovo-blato.ba/tenderi/

19. Deadline for submission of tenders

Time (Central European Standard Time) and date: 15.02.2022. by 16:00 PM Any tender received by the Project partner after this deadline will not be considered.

The tenderer's attention is drawn to the fact that there are two different systems for sending tenders: one is by post or private mail service, the other is by hand delivery.

In both cases, the tender must be received on the address before the date and time limit for submission, the acknowledgment of receipt issued at the time of the delivery of the tender will serve as proof.

How tenders may be submitted:

Tenders must be submitted in English or in local latin letter, exclusively to the contracting authority in a sealed envelope EITHER by post or by courier service, in which case the evidence shall be constituted by the by this acknowledgement of receipt, to:

● Public company Nature Park Hutovo blato doo, Karaotok bb, 88307 Višići OR hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by acknowledgement of receipt, to: Nikola Zovko, 063322017

Public company Nature Park Hutovo blato doo, Karaotok bb, 88307 Višići Bosna i Hercegovina, 07-12:00h

The contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the contracting authority.

Tenders submitted by any other means will not be considered.

By submitting a tender. candidates accept notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting

20. Tender opening session

Public company Nature Park Hutovo blato doo, Karaotok bb, 88307 Višići 16.02.2022. at 11:00 AM

21. Language of the procedure

All written communications for this tender procedure and contract must be in English / Local Latin letter. 

22. Legal basis1

Regulation (EU) N°236/2014 of the European Parliament and of the Council of 11 March 2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action, Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11 March 2014 establishing an Instrument for Pre-accession Assistance (IPA II), The Interreg IPA Cross-border Cooperation Programme Croatia-Bosnia and HerzegovinaMontenegro 2014-2020 (HR-BA-ME).

23. Additional information

Financial data to be provided by the tenderer in the standard tender form must be expressed in BAM If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to BAM shall be made in accordance with the InforEuro exchange rate of December 2021 which can be found at the following address: Exchange rate (InforEuro) | European Commission.

PRIKAŽI VIŠE TEKSTA

PREUZMI DOKUMENT:

PODIJELI: