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: 19.09.2016. 10:07

(MK) Izvođenje građevinskih radova na izgradnji teniskog terena uz rijeku Vardar u južnom dijelu Skoplja

Izvor: Official Journal of the European Union, 17.09.2016.

Former Yugoslav Republic of Macedonia-Skopje: Works for complete or part construction and civil engineering work

2016/S 180-324295

Contract notice

Works

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Joint-stock company for construction and management of residential and commercial properties significant to the country — Skopje
138 Orce Nikolov Str., Skopje
Skopje
1000
The former Yugoslav Republic of Macedonia
Contact person: As in above mentioned contact points
Telephone: +389 22633814
E-mail: emilija.vukadinovska@adsdp.mk
Fax: +389 23111195
NUTS code: MK008

Internet address(es):

Main address: http://www.adsdp.mk

I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.e-nabavki.gov.mk
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
Other type: Joint stock company for the construction and management of residential and commercial properties significant to the Republic — Skopje
I.5)Main activity
Other activity: Public enterprises, joint stock companies and associations of limited liability in the spheres of — Housing, construction and transport

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

 

Construction works for the construction of D3- sport and recreation — tennis courts of GP 1.4 and GP 1.5 from the DUP, central greenery along the river Vardar — southern part of Skopje.

 

II.1.2)Main CPV code
45200000
II.1.3)Type of contract
Works
II.1.4)Short description:

 

Construction works on the construction of D3 — sports and recreation — tennis courts of GP 1.4 and GP 1.5 of DUP, central greenery along the river Vardar — southern part of Skopje, which shall have a second purpose to be used as a TV COMPAUND which will provide part of the conditions required for holding the UEFA Super Cup in football in August 2017 at the National Philip II Arena in Skopje.

 

II.1.5)Estimated total value
Value excluding VAT: 18 000 000.00 MKD
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

 

Construction works on the construction of D3 — sports and recreation — tennis courts of GP 1.4 and GP 1.5 of DUP, central greenery along the river Vardar — southern part of Skopje, which shall have a second purpose to be used as a TV COMPAUND which will provide part of the conditions required for holding the UEFA Super Cup in football in August 2017 at the National Philip II Arena in Skopje.

 

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 18 000 000.00 MKD
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 90
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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:

 

The economic operator shall submit the following documents for the purpose of proving its personal standing:

— a statement by the economic operator that it has not been imposed a legally valid court decision for participation in criminal organization, corruption, fraud or money laundering in the last five years;

— certificate by a competent authority that a bankruptcy procedure has not been initiated;

— certificate by a competent authority that a liquidation procedure has not been initiated;

— certificate by a competent authority from the country where that economic operator is registered for paid taxes, contributions and other public duties;

— certificate by the Register of sentences for committed crimes of legal entities that a secondary sentence prohibition on participation in open call procedures, awarding public procurement contracts and contracts for public private partnership, has not been imposed;

— certificate by the Register of sentences for committed crimes of legal entities that a secondary sentence temporary or permanent prohibition on performing a certain activity, has not been imposed;

— certificate that a misdemeanor sanction resulting in prohibition for practising profession, performing activity or duty, i.e. temporary prohibition for performing a particular activity has not been imposed by a legally valid court decision.

Capacity of the economic operator for performing professional activity:

Document for registered activity

To prove the capacity to perform professional activity, the economic operator should submit a document for registered activity — civil construction — DRD form as evidence that it is registered as a natural or legal entity for performing the activity related to the subject matter of the public procurement contract or proof that they belong to an adequate professional association in accordance with the regulations of the country where it is registered; A or B Contractor license, for performing constructions from first or second category, in accordance with the Law on construction.

 

III.1.2)Economic and financial standing
List and brief description of selection criteria:

 

Required documents for proving the economic standing of the economic operator:

— Report on the balance sheet verified by the competent body, i.e. audited balance sheet, or extracts from the balance sheet report, in cases when the publishing of the balance sheet is regulated by law in the country where the economic operator is registered, for the last three years — 2013, 2014 and 2015;

— Excerpt from the total turnover of the company (data of the balance sheet report issues by a competent authority, i.e. a revised balance sheet report) for the last three years — 2013, 2014 and 2015 and, where appropriate, of turnover in the area covered in the public procurement contract and at most for the last three financial years for which such information is available depending on the date on which the company was founded or started work and depending on the availability of such information.

 

Minimum level(s) of standards possibly required:

 

Minimum criteria for determining the economic and financial standing of the economic operator:

Minimum total income, for the last 3 years, in the amount of 732 000.00 EUR in the area of construction, or 45 000 000.00 MKD.

 

III.1.3)Technical and professional ability
List and brief description of selection criteria:

 

Required documents for proving the technical or professional capacity of the economic operator:

— Performance contracts (a minimum of 3) of buildings from first and/or second category — buildings and/or civil engineering structures in the last 5 years (contracts should refer to fully completed projects, not for the construction performance of particular stages for a particular building)

— Certificates (recommendations) for quality and timely performance of works on objects from first and/or second category — buildings and/or civil engineering structures, issued by former investors for the submitted contracts

— Statement of the economic operator for a minimum number of employees, including the professional staff that will be hired for the realization of the procurement subject, listed with first and last name and to submit for them

— M1/M2 form for the employed, including the professional staff that will be hired for the realization of the procurement subject — an A or B authorization for work for the professional staff that will be hired for realization of the procurement subject, as well as

— Diploma for graduated civil engineer at the construction module

— Statement for the contract elements that the economic operator indents to a subcontractor/s and data on the same (company, address, tax identification number, etc.) that qualify for execution of the works stipulated by the Law on Construction.

 

Minimum level(s) of standards possibly required:

 

Minimum criteria for determining the technical and professional capability of the economic operator:

— The Bidder should have a minimum of three realized contracts for construction of buildings from first and/or second category — buildings and/or civil engineering structures, in the last 5 years;

— The Bidder should have a minimum of three certificates (recommendations) for quality and timely execution of works, on objects from first and/or second category — buildings and/or civil engineering structures, issued by former investors for the submitted contracts;

— a minimum expert staff that will be hired for the realization of the procurement subject: a minimum of two (2) BA civil engineers with an A or B authorization for work, including one (1) BA engineer — architect and at least one (1) BA construction engineer;

— a minimum of twenty (20) employees that will be directly hired for the realization of the contract subject (engineers, technicians and civil construction workers).

 

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

 

Minor differences allowed in a reverse auction process are 1 % of the value of the initial price (which is the lowest price of the submitted acceptable bids) subject to auction. Maximum differences allowed in the reverse auction process are 5 % of the value of initial price,The electronic auction will take place in a cycle with a duration of 1 (one) hour.

 

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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/10/2016
Local time: 10:00
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:
Macedonian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 04/10/2016
Local time: 10:00
Place:

 

Joint stock company for the construction and management of residential and commercial properties significant to the Republic — Skopje

138 Orce Nikolov Str. Skopje.

 

Information about authorised persons and opening procedure:

 

At the public opening of tenders, may attend any person who is interested. Only authorized representatives of bidders may participate in the procedure of public opening of bids by giving their comments in the minutes of opening of bids. Authorized representatives of the bidders at the public opening must have an authorization signed by the person in charge.

 

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:

 

Contact point: Emilija Vaukadinovska, E-mail: emilija.vukadinovska@adsdp.mk

Telephone/Fax: +389 22633-814

Electronic procedure? Yes

Independent offer statement: Yes

Bid guarantee: Yes [3.00 %]

Bid-securing declaration/statement: Yes

Deadline for questions: 28.9.2016, 15:30.

Bid validity: 120 days.

 

VI.4)Procedures for review
VI.4.1)Review body
Appeals State Commission
Bul. Ilinden 63 a
Skopje
1000
The former Yugoslav Republic of Macedonia
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
14/09/2016

PRIKAŽI VIŠE TEKSTA

PODIJELI: