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: 26.11.2018. 09:16

Nabavka sistema za automatsko prepoznavanje registarskih tablica vozila na graničnim prelazima BiH

Izvor: Akta.ba, 26.11.2018.

SUPPLY CONTRACT NOTICE

Provision of an Automatic License Plate Recognition System at the BIH Border Posts

Western Balkan – Bosnia and Herzegovina

 

1. Publication reference

Europeaid/139 924/DH/SUP/BA

2. Procedure

Open

3. Programme title

IPA/2015/037-888 Country Action Programme for Bosnia and Herzegovina 2015-Objective 1

4. Financing

22.020101 Instrument for Pre Accession

5. Contracting authority

The European Union, represented by the European Commission on behalf of and for the account of Bosnia and Herzegovina

Clarifications may be sought from the contracting authority at the following email address

DELEGATION-BOSNIA-AND-HERZEGOVINA-PROCUREMENT@eeas.europa.eu

at the latest 21 days before the deadline for submission of applications stated at the point 19 below.

Clarifications will be published on the following websites:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and

http://europa.ba/?page_id=320

at the latest 11 days before the deadline.

 

CONTRACT SPECIFICATIONS

6. Description of the contract

Bosnia and Herzegovina is bordering with 3 neighbouring countries. Border Police of Bosnia and Herzegovina (BP BiH) conducts border checks at 83 border crossing points. With the goal of bringing Bosnia and Herzegovina closer to European Union, European integration, internal and external security awareness, as well as prevention and detection of illegal migration, crossborder and other crimes, BP needs a system for automatic control and record of vehicles upon crossing of Bosnia and Herzegovina state border. This system will be integrated into current border checks application that has been functioning since 2011.

 

7. Number and titles of lots

One lot only: Automatic Licence Plate Recognition System

Contract Notice: Europeaid/139 924/DH/SUP/BA

 

TERMS OF PARTICIPATION

8. Eligibility and rules of origin

Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 22 below). Participation is also open to international organisations. All supplies under this contract must originate in one or more of these countries. Please be aware that after the United Kingdom's withdrawal from the EU, the rules of accessto EU procurement procedures of economic operators established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.

 

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 Section 2.6.10.1. of the practical guide.

Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.

 

10. Number of tenders

The candidates may submit only one application per lot. Tenders for parts of a lot will not be considered. 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 EUR 14,000.00 when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer[s] 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 10% 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 contracting authority. If the 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.

Contract Notice: Europeaid/139 924/DH/SUP/BA

 

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 contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers).

 

15. Period of implementation of tasks

The period of implementation is four hundred and ten calendar days (410) from commencement order until the provisional acceptance.

 

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.

a) The average annual turnover of the tenderer for the last 3 years must exceed the total value of its financial offer under this tender.

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 three years from submission deadline.

a) The tenderer has at least 4 staff permanently working 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 three years from submission deadline.

a) The tenderer has delivered supplies of a similar nature to the one subject to the Lot offered, under at least one contract with a budget of at least the value of its financial offer.

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.

Contract Notice: Europeaid/139 924/DH/SUP/BA

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 contracting authority are when the tender rely 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 contracting authority 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 relying on them and must comply with the selection criteria for which the economic operator relies on them. 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 contracting authority.

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

Price

 

TENDERING

18. How to obtain the tender dossier

The tender dossier is available from the following Internet address:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome. 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 Delegation of the European Union to Bosnia and Herzegovina

Procurement – Finance, Contracts and Audit Section

Skenderija 3a, 71000 Sarajevo, Bosnia and Herzegovina

Fax: 00387 33 218 323

E-mail:

DELEGATION-BOSNIA-AND-HERZEGOVINA-PROCUREMENT@eeas.europa.eu

(mentioning the publication reference shown in item 1) at the latest 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at the latest 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 following websites:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and

http://europa.ba/?page_id=320

 

19. Deadline for submission of tenders

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

In the first case, the application/tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip1, but in the second case it is the acknowledgment of receipt given at the time of the delivery of the application/tender which will serve as proof.

29th January 2019 at 17:00 Central European Time

Any tender submitted to the contracting authority after this deadline will not be considered. The contracting authority may, for reasons of administrative efficiency, reject any application or tender submitted on time to the postal service but received, for any reason beyond the contracting authority's control, after the effective date of approval of the short-list report or of the evaluation report, if accepting applications or tenders that were submitted on time but arrived late would considerably delay the evaluation procedure (for instance when applications or tenders are received after the evaluation committee has finished its works and evaluating them would imply re-calling the evaluation committee) or jeopardise decisions already taken and notified.

How tenders may be submitted

Tenders must be submitted in English 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 postmark or the date of the deposit slip, to :

Delegation of the European Union to Bosnia and Herzegovina

Procurement – Finance, Contracts and Audit Section

Skenderija 3a, 71000 Sarajevo, Bosnia and Herzegovina

• 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 this acknowledgement of receipt, to:

Delegation of the European Union to Bosnia and Herzegovina

Procurement – Finance, Contracts and Audit Section

Skenderija 3a, 71000 Sarajevo, Bosnia and Herzegovina

Opening hours: Monday – Thursday: 09:30 – 17:30; Friday: 09:30 – 14:00

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 to receive 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 authority sends it to the electronic address referred to in the tender.

 

20. Tender opening session

05th February 2019 at 13:00 Central European Time, at the above mentioned address.

 

21. Language of the procedure

All written communications for this tender procedure and contract must be in English.

It is recommended to use registered mail in case the postmark would not be readable.

 

22. Legal basis2

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 and 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).

 

23. Additional information

N/A

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: