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: 12.10.2020. 08:45

Nabavka usluga izgradnje kapaciteta Regulatornog odbora Željeznica BiH sa fokusom na četvrti Željeznički paket, lokacija - Zapadni Balkan; Bosna i Hercegovina

Izvor: Akta.ba, 09.10.2020.

Belgium-Brussels: Transport services (excl. Waste transport)

2020/S 197-473400

Contract notice

Services

Legal Basis:

Regulation (EU, Euratom) No 2018/1046

 

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

 

Section I: Contracting authority

I.1)Name and addresses

Official name: European Union, represented by the European Commission, on behalf of and for the account of Bosnia and Herzegovina
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: DELEGATION-BOSNIA-AND-HERZEGOVINA-PROCUREMENT@eeas.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/neighbourhood-enlargement/node_en

I.3)Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7310

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted to the abovementioned address

I.4)Type of the contracting authority

European institution/agency or international organisation

I.5)Main activity

General public services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

 

Capacity Building of BiH Railways Regulatory Board Focusing on the Fourth Railway Package

 

Reference number: NEAR/SJJ/2020/EA-RP/0020

II.1.2)Main CPV code

60000000 Transport services (excl. Waste transport)

II.1.3)Type of contract

Services

II.1.4)Short description:

 

Provision of services related to capacity building of Bosnia and Herzegovina Railways Regulatory Board, focusing on the Fourth Railway Package.

 

II.1.5)Estimated total value

Value excluding VAT: 1 400 000.00 EUR

II.1.6)Information about lots

This contract is divided into lots: no

II.2)Description

II.2.2)Additional CPV code(s)

60000000 Transport services (excl. Waste transport)

II.2.3)Place of performance

NUTS code: BA BOSNIA AND HERZEGOVINA

Main site or place of performance:

 

Bosnia and Herzegovina (Region IPA instrument).

 

II.2.4)Description of the procurement:

 

Capacity Building of BiH Railways Regulatory Board focusing on the Fourth Railway Package.

 

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 1 400 000.00 EUR

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: no

II.2.9)Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4

Maximum number: 8

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes

Identification of the project:

 

Instrument for Pre-accession Assistance for Rural Development.

 

II.2.14)Additional information

 

Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, may not be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.

 

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation

III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

 

See internet address provided in section I.3).

 

III.1.2)Economic and financial standing

List and brief description of selection criteria:

 

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

 

III.1.3)Technical and professional ability

List and brief description of selection criteria:

 

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

 

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

 

See internet address provided in section I.3).

 

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Restricted procedure

IV.1.3)Information about a framework agreement or a dynamic purchasing system

IV.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no

IV.2)Administrative information

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 12/11/2020

Local time: 16:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

IV.2.4)Languages in which tenders or requests to participate may be submitted:

English

IV.2.6)Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.2)Information about electronic workflows

Electronic payment will be used

VI.3)Additional information:

 

See internet address provided in section I.3). For any additional information, please refer to the document ‘Information to candidates and tenderers’.

 

VI.4)Procedures for review

VI.4.1)Review body

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

 

See internet address provided in section I.3).

 

VI.5)Date of dispatch of this notice:

06/10/2020

PRIKAŽI VIŠE TEKSTA

PODIJELI: