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: 11.01.2022. 12:56
Nabavka opreme za interpretacijski centar u Hutovom Blatu
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
-
AVC d.o.o.Sarajevo - Ul. Azize Šaćirbegović broj 7 71000 Sarajevo
-
NOVA GAMA d.o.o. - Agencija za zaštitu - ul. Bulevar Meše Selimovića br. 16 71000 Novi Grad
-
MIBO KOMUNIKACIJE d.o.o. Sarajevo - Ul. Tvornička br. 3 71210 Ilidža
-
ENERGOINVEST d.d. - Sarajevo - ul. Hamdije Ćemerlića br. 2 71000 Novo Sarajevo
-
CREDIBIL COMPANY d.o.o. Sarajevo - ul. Teheranski trg br. 5 71000 Sarajevo
-
NEW SANATRON d.o.o. Novi Grad - Kulska obala 2 79220 Novi Grad
-
VERSO d.o.o. Sarajevo - ul. Muhameda Kantardžića br. 3 71000 Centar
-
AGENCIJA KAMIR d.o.o. Široki Brijeg - Obilazna cesta 23 88220 Široki Brijeg
-
Infocom računari d.o.o. Banja Luka - ulica Kralja Alfonsa XIII broj 26 78000 Banja Luka
-
BLOW UP d.o.o. Sarajevo - ul. Isaka Samokovlije bb (objekat Lamela E-1) 71000 Sarajevo
-
BISCOMMERCE CC d.o.o. Banja Luka - Ulica Miše Stupara broj 32 78000 Banja Luka