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: 06.09.2016. 09:41
(MK) Izvođenje radova na izgradnji Bolnice Kicevo, druga faza
Former Yugoslav Republic of Macedonia-Skopje: Construction work
2016/S 171-308588
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Health
50 divizija No 6
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23112500
E-mail: angelco.trajanovski@zdravstvo.gov.mk
Fax: +389 23113014
Internet address(es):
General address of the contracting authority: www.moh.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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Health
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:
Multiannual public procurement: construction of General Hospital — Kicevo, second phase implementation.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
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)
Multiannual public procurement: construction of General Hospital — Kicevo, second phase implementation.
II.1.6)Common procurement vocabulary (CPV)
45000000
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: 38 (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:
IV.1.2 Tender guarantee: Yes, 2 %.
IV.1.3 Solemnity Statement: No.
IV.1.4 Guarantee for quality performance of the contract: Yes 10 %.
IV.1.5 Advance Payments: No.
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:
No.
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: A statement that no verdict in force has been passed to the economic operator in the last 5 years for participation in a criminal organization, corruption, fraud or money laundry;
— certificate that no bankruptcy proceedings have been instituted by a competent body;
— certificate that no liquidation proceedings have been instituted by a competent body;
— certificate for paid taxes, contributions and other public expenses from a competent body from the country where the economic operator is registered;
— certificate that no sanction for prohibition for participating in public procurement procedures, awarding public procurement contracts and contract for public-private partnerships is issued by the Sanction register for committed criminal acts of legal entities
— certificate that no sanction for permanent or temporary prohibition for performing of separate activity is issued by the Sanction register for committed criminal acts of legal entities
— Certificate that no offence sanction has been passed by verdict in force — prohibition from practising a profession, activity or duty that is temporary prohibition from exercising a certain duty.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Na.
Minimum level(s) of standards possibly required: N/a.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— Copy of 3 contracts for carried out construction facilities in the past 3 years in amount of 15 000 000,00 MKD jointly for the 3 contracts certifying that the works are dully and qualitatively performed. An investor recommendation compatible with the enclosed contract and final minutes signed by the supervisory body and investor, both are acceptable as certificate.
— Copy of M1/M2 forms for the employed, Employment Agency Listing or other proof for engagement for at least 1 construction engineer, licensed with B license for carrying out construction works, performing construction works, full time engagement on the site.
— Copy of M1/M2 forms for the employed, Employment Agency Listing or other proof for engagement for at least 1 architect engineer, licensed with B license for construction project design, performing project designs, full time engagement on the site.
— Copy of M1/M2 forms for the employed, Employment Agency Listing or other proof for engagement for at least 1 electro engineer, licensed with B license for carrying out construction works, performing activities in the electricity phase, full time engagement on the site.
— Copy of M1/M2 forms for the employed, Employment Agency Listing or other proof for engagement for at least 1 mechanical engineer, licensed with B license for carrying out construction works, performing mechanical installations, full time engagement on the site.
— Copy of M1/M2 forms for the employed, Employment Agency Listing or other proof for engagement for at least 2 construction technicians, full time engagement on the site.
— Proof of engagement or declare statement that the economic operator will offer at least 40 qualified workers on the procurement subject.
— Declare statement that the economic operator fully accepts and acknowledges the tender terms and conditions herein.
Minimum level(s) of standards possibly required:
At least 3 implemented construction contracts in the past 3 years in amount of 15 000 000,00 MKD jointly for the 3 contracts;
— Employed or engaged at least 1 construction engineer, licensed with B license for carrying out construction works, performing construction works, full time engagement on the site.
— Employed or engaged at least 1 architect engineer, licensed with B license for construction project design, performing project designs, full time engagement on the site.
— Employed or engaged at least 1 electro engineer, licensed with B license for carrying out construction works, performing activities in the electricity phase, full time engagement on the site.
— Employed or engaged at least 1 mechanical engineer, licensed with B license for carrying out construction works, performing mechanical installations, full time engagement on the site.
— Employed or engaged at least 2 construction technicians, full time engagement on the site.
— Employed or engaged at least 40 qualified workers on the procurement subject.
— Fully to accept and acknowledge the tender terms and conditions herein.
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
63/2016
IV.3.2)Previous publication(s) concerning the same contract
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: 21.9.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.9.2016 - 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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.9.2016 - 12:00
Section VI: Complementary information
VI.1)Information about recurrence
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
State Appeals Commission
The former Yugoslav Republic of Macedonia
Body responsible for mediation procedures
n/a
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: 8 days.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Health of R. Macedonia
VI.5)Date of dispatch of this notice:
1.9.2016
PRIKAŽI VIŠE TEKSTA
-
MEDICO INŽENJERING d.o.o. Sarajevo - ul. Hamdije Čemerlića broj 23 71000 Sarajevo
-
LI-GRAD d.o.o. LIVNO - Stjepana II Kotromanića b.b. 80101 Livno
-
GRATOD d.o.o. Banja Luka - Ulica XIV Srednjobosanske brigade broj 47 78000 Banja Luka
-
TERMO KLIMA d.o.o. Trn, Laktaši - Ulica 23. aprila broj 27 78250 Laktaši
-
MEDICAL export-import Mostar d.o.o. - Ul. Maršala Tita br.237 88000 Mostar