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: 22.09.2017. 09:41

(MK) Nabavka usluga zimskog održavanja za sezonu 2017. godine

Izvor: Official Journal of the European Union, 22.09.2017.

Former Yugoslav Republic of Macedonia-Skopje: Hire of goods-transport vehicles with driver

2017/S 182-374046

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

JP Makedonijapat — Skopje
Dame Gruev Str., No. 14
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23138724
E-mail: contact@makedonijapat.com.mk
Fax: +389 23138736

Internet address(es):

General address of the contracting authority: http://www.makedonijapat.com.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 roads maintenance
 

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:

Undertaking machinery for winter maintenance for season 2017/2018.
 

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

Services
Service category No 27: Other services
NUTS code 

 

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)

Undertaking machinery for winter maintenance
subsidiary "Avtopat" for 2017/2018
subsidiary "Skopje" for 2017/2018
subsidiary "Veles" for 2017/2018
subsidiary "Bitola" for 2017/2018
subsidiary "Stip for 2017/2018.

 

II.1.6)Common procurement vocabulary (CPV)

60180000

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: yes
Tenders may be submitted for one or more lots

 

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:

Undertaking machinery for winter maintenance
subsidiary ‘Avtopat’.........number 9 vehicles
subsidiary ‘Skopje’ ..........number 49 vehicles
subsidiary ‘Veles’ ...........number 10 vehicles
subsidiary ‘Bitola’ ...........number 24 vehicles
subsidiary ‘Stip’ .............number 21 vehicles.
Estimated value excluding VAT: 81 500 000 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

in days: 365 (from the award of the contract)
 

Information about lots

Lot No: 1 Lot title: Undertaking machinery for winter maintenance subsidiary ‘Avtopat’

1)Short description

Undertaking machinery for winter maintenance
subsidiary ‘Avtopat’.

 

2)Common procurement vocabulary (CPV)

60180000

3)Quantity or scope

Estimated value excluding VAT: 5 900 000 MKD
 

4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots

Lot No: 2 Lot title: Undertaking machinery for winter maintenance subsidiary ‘Skopje’

1)Short description

Undertaking machinery for winter maintenance subsidiary ‘Skopje’.
 

2)Common procurement vocabulary (CPV)

60180000

3)Quantity or scope

Undertaking machinery for winter maintenance subsidiary ‘Skopje’.
Estimated value excluding VAT: 42 000 000 MKD

 

4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots

Lot No: 3 Lot title: Undertaking machinery for winter maintenance subsidiary ‘Veles’

1)Short description

Undertaking machinery for winter maintenance subsidiary ‘Veles’.
 

2)Common procurement vocabulary (CPV)

60180000

3)Quantity or scope

Undertaking machinery for winter maintenance subsidiary ‘Veles’.
Estimated value excluding VAT: 6 300 000 MKD

 

4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots

Lot No: 4 Lot title: Undertaking machinery for winter maintenance subsidiary ‘Bitola’

1)Short description

Undertaking machinery for winter maintenance subsidiary ‘Bitola’.
 

2)Common procurement vocabulary (CPV)

60180000

3)Quantity or scope

Undertaking machinery for winter maintenance subsidiary ‘Bitola’.
Estimated value excluding VAT: 17 000 000 MKD

 

4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots

Lot No: 5 Lot title: Undertaking machinery for winter maintenance subsidiary ‘Stip’

1)Short description

Undertaking machinery for winter maintenance subsidiary ‘Stip’.
 

2)Common procurement vocabulary (CPV)

60180000

3)Quantity or scope

Undertaking machinery for winter maintenance subsidiary ‘Stip’.
Estimated value excluding VAT: 10 300 000 MKD

 

4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract

III.1.1)Deposits and guarantees required:

Required warranty:
— bid guarantee 2 %
— contract performance guarantee 10 %.

 

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: The economic operator shall submit the following documents for the purpose of proving its personal situation:
— 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 that it has not been announced sanction for misdemeanor with an effective court decision, resulting in prohibition for pursuing professional activity or duty, i.e. temporary prohibition for performing professional activity.
For the purpose of proving the suitability to perform a professional activity, the economic operator will have to submit a relevant document for registered activity as a proof that the operator is registered as a natural person or a legal entity to carry out the activity related to the public procurement contract or evidence that it is affiliated in an appropriate professional association in accordance with the regulations of the country where the operator EN Standard form 02 — Contract notice 7 / 21 is registered.

 

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: — report on the balance sheet certified by a competent authority, ie audited balance sheets or extracts from the balance sheets where publication of the balance sheet is required under the law of the country where the economic operator is established;
— a statement of overall turnover (data from the income statement issued by the competent authority, ie audited balance sheet).
Minimum level(s) of standards possibly required: — The turnover of the company (economic operator) shall not be less than 60 000 000 day in the last 3 years, for each year.

 

III.2.3)Technical capacity

Information and formalities necessary for evaluating if the requirements are met:
List of works in the last three years 2014,2015 and 2016 and minimum two (2) certificates for this kind of works or minimum two (2) contracts with economic operators, To provide evidence for the technical characteristics of
the subject of contract vehicles to provide traffic booklet and grad.mashini technical features of the machine with the appropriate description. values, quantities and customers, by providing confirmation of deliveries issued by the recipients or, if such certificates can not be provided due to reasons beyond the control of the economic operator, by statement deliveries. statement on the execution of procurement staff,
— Statement of the economic operator for the average annual number of employees and the number of managerial staff for the last 3 years.
— Statement of technical equipment ekonomkskiot operator has available to perform this procedure. License for public transport in the domestic road traffic
— License B building contractor.
Minimum level(s) of standards possibly required:
In the last three years 2014,2015 and 2016 the bidder have to execute works in maintenance roads in winter conditions. Bidder to submit proof of the technical
characteristics of the vehicle or construction machine subject to the bid (which must be adequate to the requirements of the tender documents)
Statement Ponduvachot that offered car / construction machine fully satisfies the characteristics given in the technical specification of this procedure.
— Must have license for public transport in domestic road traffic.

 

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: With an invitation to participate.

 

IV.3)Administrative information

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

79-O/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: 29.9.2017
Payable documents: no

 

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

5.10.2017 - 12:00
 

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: 5.10.2017 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorized persons posses power of attorney.

 

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

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:

20.9.2017

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: