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: 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

Izvor: Official Journal of the European Union, 19.09.2017.

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

PODIJELI: