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: 19.09.2017. 10:30
(MK) Nabavka, postavljanje i uklanjanje ploča sa imenima ulica, trgova, mostova i drugih infrastrukturnih objekata i ploča sa brojevima objekata
Former Yugoslav Republic of Macedonia-Skopje: Letter boards or accessories
2017/S 179-367752
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
City of Skopje
bul. Ilinden 82
For the attention of: Bojan Saveski
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23297222/+389 23297349
E-mail: javni.nabavki@skopje.gov.mk
Fax: +389 23297292
Internet address(es):
General address of the contracting authority: http://www.skopje.gov.mk
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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Procurement, placement and removal of plates with names of streets, squares, bridges and other infrastructure facilities and plates with numbering of the facilities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Procurement, placement and removal of plates with names of streets, squares, bridges and other infrastructure facilities and plates with numbering of the facilities.
II.1.6)Common procurement vocabulary (CPV)
30195300
II.1.7)Information about Government Procurement Agreement (GPA)
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:
Estimated value excluding VAT: 4 000 000 MKD
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: 12 (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:
Tender bid warranty: Yes [3.00 %]
Warranty for high-quality enforcement of the Contract: Yes [10.00 %].
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: In order to prove its personal status, the economic operator should submit the following documents:
— statement of the economic operator that no effective verdict has been issued against the economic operator within the past 5 years for participation in a crime organization, corruption, fraud or money laundering;
— confirmation stating that no bankruptcy procedure has been initiated by a competent body;
— confirmation stating that no liquidation procedure has been initiated by a competent body;
— certificate of paid taxes, benefits and other public duties issued by a competent body in the country where the economic operator is registered;
— confirmation from the Register of penalties for committed criminal offenses of legal entities proving that no secondary penalty — ban on participating in open call procedures, awarding public procurement contracts and contracts on public — private partnership has been pronounced;
— confirmation from the Register of penalties for committed criminal offenses of legal entities proving that no secondary penalty — temporary or permanent ban on performing particular activity has been pronounced;
— confirmation stating that no misdemeanour sanction — ban on the performance of the profession, activity or duty, i.e. temporary ban on the performance of a particular activity has been pronounced with an effective verdict.
Capability of the economic operator for performing professional activity:
In order to prove the capability to perform professional activity, the economic operator should submit document for registered activity as a proof for being registered as natural person or legal entity for the purpose of performing the activity related to the
public procurement contract or proof that it belongs to the corresponding professional association, in accordance with the regulations of the country where it is registered.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: More information can be found at www.e-nabavki.gov.mk
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
5.10.2017 - 13:00
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.10.2017 - 13:00
Place:
barrack no. 1a, Public Procurement Department, City of Skopje
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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:
15.9.2017
PRIKAŽI VIŠE TEKSTA
-
PRIMAPROM d.o.o. Banja Luka - Ulica vidovdanska bb 78000 Banja Luka
-
FRANEX-TRADE d.o.o. Sarajevo - Vilsonovo šetalište 9 71000 Sarajevo
-
REPRO-KARIĆ d.o.o. Tuzla - Otokara Keršovanija br.51 75000 Tuzla
-
ProcessControl d.o.o. Sarajevo - ul. Topal Osman paše broj 18A 71000 Sarajevo
-
Školska Naklada d.o.o. Mostar - Kralja Tomislava bb. 88000 Mostar
-
JP Zavod za udžbenike i nastavna sredstva a.d. - Zorana Cvijetića 58. 71123 Istočno Novo Sarajevo
-
AVDIĆ 3A d.o.o. Sarajevo - ul. Mala Aleja bb (KSC Ilidža) 71210 Ilidža
-
PRIM INVEST d.o.o. Sarajevo - ul. Derviša Numića do br. 9 71000 Sarajevo