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. 10:29

(MK) Nabavka usluga održavanja sistema video nadzora i komunikacijske opreme na putarnicama i graničnim prelazima za period od 2 godine

Izvor: Official Journal of the European Union, 19.09.2017.

Former Yugoslav Republic of Macedonia-Skopje: Telecommunications services

2017/S 179-367753

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Public Entreprise for State Roads — Skopje
Str. ‘Dame Gruev’, No 14
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23118044
E-mail: zaklinab@roads.org.mk
Fax: +389 23220535

Internet address(es):

General address of the contracting authority: www.roads.org.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

Other: public enterprise
 

I.3)Main activity

General public services
 

I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no
 

Section II: Object of the contract

II.1)Description

II.1.1)Title attributed to the contract by the contracting authority:

Maintenance of video surveillance system and communication equipment at toll stations and border crossings for a 2-year period.
 

II.1.2)Type of contract and location of works, place of delivery or of performance

Services
Service category No 5: Telecommunications services

 

NUTS code MK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract
 

II.1.4)Information on framework agreement

II.1.5)Short description of the contract or purchase(s)

Maintenance of video surveillance system and communication equipment at toll stations and border crossings for a 2-year period.
 

II.1.6)Common procurement vocabulary (CPV)

64200000

II.1.7)Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no
 

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:

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: 24 (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:

Performance guarantee in amount of 5 %.
 

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

The performance of the contract is subject to particular conditions: no
 

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: Statement by the economic operator that it has not been announced, in the last 5 years, effective court decision for participation in criminal organization, corruption, fraud or money laundering;
— Certificate that it is not subject to bankruptcy procedure issued by competent authority;
— Certificate that it is not subject to liquidation procedure issued by competent authority;
— Certificate for paid taxes, contributions and other public duties by the competent authority in the country where that economic operator is established;
— Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty ban on participation in procedures for public announcements, awarding of public procurement contracts and contracts for public private partnership has not been imposed;
— Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty temporary or permanent ban on performing certain activity has not been imposed;
— Certificate that it has not been announced any sanctions for misdemeanor with an effective court decision,resulting in prohibition for pursuing professional activity or duty, i.e. in a temporary prohibition for performing professional activity;
— Business Registration Certificate (BRC form) as a proof that he is registered either as a natural or legal entity for performing a professional activity related to the public procurement contract, or a proof that he belongs to a corresponding professional association as per the legislation of the country he is registered in.
— Technical Security License issued by the Ministry of Internal Affairs of the Republic of Macedonia.

 

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

Execution of the service is reserved to a particular profession: no
 

III.3.2)Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
 

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: Additional information, provided in tender documentation.

 

IV.3)Administrative information

IV.3.1)File reference number attributed by the contracting authority:

53/2017
 

IV.3.2)Previous publication(s) concerning the same contract

no
 

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 13.10.2017 - 11:00
Payable documents: no

 

IV.3.4)Time limit for receipt of tenders or requests to participate

13.10.2017 - 11:00
 

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

Other: Macedonian.
 

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: 13.10.2017 - 11:00
 

Place:

Public Enterprise for state roads, str. Dame Gruev, No 14, Skopje, Macedonia.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised persons.

 

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no
 

VI.2)Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: no
 

VI.3)Additional information

Additional information available on: https://www.e-nabavki.gov.mk

I.1) Name, addresses and contact point(s)
For the attention of: Maintenance of video surveillance system and communication equipment at toll stations and border crossings for a 2-year period.

 

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: