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: 18.05.2016. 10:06

(MK) Izvođenje građevinskih radova

Izvor: Official Journal of the European Union, 18.05.2016.

Former Yugoslav Republic of Macedonia-Skopje: Construction work

2016/S 094-169967

Contract notice

Works

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

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:
The contracting authority is purchasing on behalf of other contracting authorities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works

NUTS code MK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 7

Duration of the framework agreement

Duration in months: 12
II.1.5)Short description of the contract or purchase(s)
Repairs and rehabilitation of motorway and national roads sections.
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
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

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 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
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 misdemeanour with an effective Court decision, resulting in prohibition for pursuing professional activity or duty, i.e. in a temporary prohibition for performing professional activity;
— Document proving a registered business;

— Tenderer (Bidder) is required to possess License A for construction of structures of 1st (I) category, issued by the competent institution in the country as per the Construction Law in Force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15 and 129/15) or, for foreign economic operators, a License issued by the authority responsible for operations in the area of spatial planning/management according to Article 42 of the Construction Law (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15 and 129/15) (applies to each member of the group in case the tender is submitted by a group of economic operators — JV).

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: — Minimum annual income of 1 000 000 EUR/year in the last 3 years.
The economic operator shall prove that he meets the requirements for economic and financial status by furnishing the following:
— Copy of balance sheet report and data on income statements for 2012, 2013 and 2014, certified by a competent authority i.e. audited balance sheets or abstracts of the report on balance sheets, where balance sheet publication is required under the law of the country where the economic operator is registered.
For foreign tenderers, in case balance sheet reports and data on income statements for 2012, 2013 and 2014 are not published, copies should be furnished of auditors' reports of the Foreign Tenderer, which shall be positive and shall be issued by a reputable foreign institution registered to provide audit services. Auditor reports should contain data about the overall economic operation of the Foreign Tenderer (for the last 3 years).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— Notification on contract items that the economic operator intends to subcontract to third parties;
— Required number of completed similar contracts: Successful experience in minimum one (1) contract for construction, reconstruction or rehabilitation of state or local roads, or main streets and boulevards inside settlements or airports, in the last five (5) years in an amount of minimum 300 000 EUR.
Personnel: The key personnel for construction works must meet the following minimum requirements (with specified structures):
(i) Project Manager — Chief Engineer (1 Bachelor of Civil Engineering — BS CE) possessing an Authorization A for construction in civil engineering, with at least 7 (seven) years of work experience in construction activities, 5 years of work experience in similar projects (construction, reconstruction, or rehabilitation of state roads, or main streets and boulevards inside settlements or airports);
(ii) Assistant for earthworks and concrete works — (1 Bachelor of Civil Engineering — BS CE) possessing an Authorization A for construction in civil engineering, with at least 5 (five) years of work experience in construction activities, 3 years of work experience in similar projects (construction, reconstruction, or rehabilitation of state roads, or main streets and boulevards inside settlements or airports);
(iii) Assistant for asphalt works — (1 Bachelor of Civil Engineering — BS CE) possessing an Authorization A for construction in civil engineering, with at least 5 (five) years of work experience in construction activities, 3 years of work experience on similar projects (construction, reconstruction, or rehabilitation of state roads, or main streets and boulevards inside settlements or airports);
(iv) Surveyor:
— Possessing minimum a high school diploma of a geodetic technician — surveyor;
— Minimum 5 years of work experience in civil engineering and road projects.
Equipment: The tenderer is required to either possess or secure an access (by renting, leasing, procurement contract, etc.) to the below specified key equipment that is fully operational, and is required to demonstrate that, based on the known commitments, it shall be available during the realization of the proposed contract.
For the equipment that is not in his ownership, the tenderer will submit valid evidence as per the article 154 of the Public Procurement Law that this equipment and facilities are at his availability throughout the duration of the Contract.
The tenderer is required to either possess or have secured an access to the key equipment below (proof of ownership and filled in tender form (9) Equipment and Machinery, which is an integral part of the tender documentation):
(i) Asphalt plant with total production capacity not less than 80 t/hour, with A — Integrated Pollution Prevention and Control (IPPC) Licence or A — Licence for reconciliation with an operational plan issued by a competent authority (Ministry of Environment and Physical Planning);
(ii) Excavation machines:

— Excavator with minimum capacity of 150m3/day (1 piece);

— Bulldozer with minimum capacity of 100m3/day (1 piece);

(iii) 1 paver for asphalt build-in that can build in asphalt in width of an 8m wide smoothing iron without a longitudinal seam (1 piece);
(iv) Asphalt scrapping machine (1 piece);
(v) 1 tank for emulsion spraying (1 piece);
(vi) Freight transport vehicles — trucks with minimum 20 tons loading capacity (6 pcs.);
(vii) Road rollers (2 rubber vibrating roller drums and 4 steel 1s);
(viii) Grader and loader.
The economic operator shall prove that he meets the requirements of technical and professional competence by submitting the following:
— Notification about contract items that the economic operator intends to subcontract to third parties.
— Copy of a Contract and testimonial of satisfactory works completion for at least one (1) contract for construction, reconstruction, or rehabilitation of state or local roads, or main streets and boulevards inside settlements or airports.
Personnel:
— For Project Manager: copies of the diploma and of the Authorization (License) issued by competent national authorities, as per the Construction Law in Force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15 and 129/15), copies of M1/M2 employment form or other proof of employment as per the Public Procurement Law, and a completed Bidding Form (8) Candidate's Short Biography, provided as an integral part of the tender documents.
— For Assistant for earthworks and concrete works: copies of the diploma and of the Authorization (License) issued by competent national authorities, as per the Construction Law in Force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15 and 129/15), copies of M1/M2 employment form or other proof of employment as per the Public Procurement Law, and a completed Bidding Form (8) Candidate's Short Biography, provided as an integral part of the tender documents.
— For Assistant for asphalt works: copies of the diploma and of the Authorization (License) issued by competent national authorities, as per the Construction Law in Force (Official Gazette of Republic of Macedonia No 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15 and 129/15), copies of M1/M2 employment form or other proof of employment as per the Public Procurement Law, and a completed Bidding Form (8) Candidate's Short Biography, provided as an integral part of the tender documents.
— For Surveyor: copies of the diploma for completed secondary education — Surveyor, copies of M1/M2 employment form or other proof of employment as per the Public Procurement Law, and a completed Bidding Form (8) Candidate's Short Biography.
Equipment:
(i) For the asphalt plant the following is required to be furnished:
— Proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and evidence that the plant is in use, issued by a competent national authority;
— Copy of A — Integrated pollution prevention and control (IPPC) license and copy of A — Licence for reconciliation with an operational plan issued by a competent authority (MOEPP). If the asphalt plant is outside the territory of the Republic of Macedonia, the economic operator should submit a valid proof of environment protection, if so regulated with the legislation in the country where the asphalt plant is located, or otherwise submit a written statement to verify that such a document is not issued in the country referred to above;
(ii) For excavation machines: proof of ownership or of secured access to 1s as per the article 154 of the Public Procurement Law, and statement that they are in use;
(iii) For the paver for asphalt build-in: proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and statement that the machine is in use;
(iv) For the asphalt scrapping machine: proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and statement that the machine is in use;
(v) For the emulsion spraying tank: proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and statement that the tank is in use;
(vi) For the freight transport vehicles — trucks: proof of ownership or of secured access to 1s as per the article 154 of the Public Procurement Law, and copies of registration certificates proving they are registered and in use;
(vii) For the road rollers (2 rubber vibrating roller drums and 4 steel 1s): proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and statement that they are in use;
(viii) For the grader and loader: proof of ownership or of secured access to 1 as per the article 154 of the Public Procurement Law, and statement that they are in use.
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: Provided in the tender documentation.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
41/2016
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: 8.6.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.6.2016 - 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: 365 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 8.6.2016 - 11:00

Place:

Public Enterprise for State Roads — Skopje, str. Dame Gruev No 14, Skopje.

 

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

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

1) Name, addresses and contact point(s):
For the attention of: Repairs and rehabilitation of motorway and national roads sections.
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:
13.5.2016

PRIKAŽI VIŠE TEKSTA

PODIJELI: