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: 07.03.2017. 09:31

(MK) Izvođenje radova na rekonstrukciji dijela Quay 13 Noemvri (Kameni most - Hotel Holiday Inn)

Izvor: Official Journal of the European Union, 07.03.2017.

Former Yugoslav Republic of Macedonia-Skopje: Construction work

2017/S 046-085495

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

City of Skopje
bul. Ilinden 82
For the attention of: Bojan Saveski
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23297222/+389 23297349
E-mail: javni.nabavki@skopje.gov.mk
Fax: +389 23297292

Internet address(es):

General address of the contracting authority: http://www.skopje.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

Regional or local authority
 

I.3)Main activity

General public services
 

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:

Use and maintenance (reconstruction) of landscaping on part of Quay ‘13 Noemvri’, (Stone Bridge — Hotel Holiday Inn).
 

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

Works
Execution
NUTS code 

 

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

II.1.4)Information on framework agreement

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

Use and maintenance (reconstruction) of landscaping on part of Quay ‘13 Noemvri’, (Stone Bridge — Hotel Holiday Inn).
 

II.1.6)Common procurement vocabulary (CPV)

45000000

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

II.1.8)Lots

II.1.9)Information about variants

II.2)Quantity or scope of the contract

II.2.1)Total quantity or scope:

Estimated value excluding VAT: 49 556 699,95 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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract

III.1.1)Deposits and guarantees required:

Warranty for the bid: Yes [3.00 %]
Warranty for qualitative performance of the contract: Yes [10.00 %].

 

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: In order to prove its personal status, the economical operator should submit the following documents:
— statement of the economic operator stating that no effective verdict has been pronounced in the past 5 years for participation in criminal organization, corruption, fraud or money laundering;
— confirmation that no bankruptcy procedure has been initiated by a competent authority;
— confirmation that no liquidation procedure has been initiated by a competent authority;
— confirmation for paid taxes, contributions and other public fees from the authority competent in the country where the economic operator has been registered;
— confirmation from the Registry for penalties for committed criminal acts of the legal entities stating that no secondary penalty, ban on participation in open call procedures, on awarding of contracts for public procurement and contracts on public-private partnership has been pronounced;
— confirmation from the Registry for penalties for committed criminal acts of the legal entities stating that no secondary penalty, temporary penalty or permanent ban on the performance of particular activity has been pronounced;
— confirmation stating that no misdemeanour sanction — ban on the performance of the profession, activity or obligation, i.e. temporary ban on the performance of a particular activity has been pronounced with the effective verdict.
Capability for performing professional activity of the economical operator:
Document for registered professional activity
Document for registered professional activity as a proof for registration as a physical person or legal entity for performance of the activity related to the subject of the contract on public procurement or a proof of belonging to a related professional association in accordance with the regulations of the country of registration.
— Relevant ‘B’ Licence for performing second category constructions in accordance with the Law on Construction, issued by the Ministry of Transport and Communications, and if the economic operator is foreign bidder, a confirmation is submitted of his capability to perform second category constructions, issued by a competent authority of the state administration responsible for spatial planning of RM, in accordance with article 42 of the Law on Construction, as proof of meeting the special criteria for performing professional activity prescribed by law, in reference to the subject of the contract.

 

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

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: More information can be found at www.e-nabavki.gov.mk

IV.3)Administrative information

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

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

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

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

23.3.2017 - 13:00
 

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: 90 (from the date stated for receipt of tender)
 

IV.3.8)Conditions for opening of tenders

Date: 23.3.2017 - 13:00
 

Place:

City of Skopje barrack No 1a.

Section VI: Complementary information

VI.1)Information about recurrence

VI.2)Information about European Union funds

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:

3.3.2017

PRIKAŽI VIŠE TEKSTA

PODIJELI: