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.
(MK) Izvođenje radova na rekonstrukciji dijela Quay 13 Noemvri (Kameni most - Hotel Holiday Inn)
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
-
Doming d.o.o. Čitluk - ul. Kralja Tomislava 170 88260 Čitluk
-
BIJELJINA PUT DOO Bijeljina - Baje Pivljanina 80 76300 Bijeljina
-
EKO-GRADNJA d.o.o. Sarajevo Ilidža - Munira Gavrankapetanovića broj 106 71210 Ilidža
-
Kolinvest d.o.o. Sarajevo - ulica Hamdije Čemerlića br.37 71000 Sarajevo
-
RUDAR d.o.o. Tuzla - ul. Mitra Trifunovića Uče br. 9 75000 Tuzla
-
ALMY-GRADNJA d.o.o. Zenica - Pečuj, Vrandučka bb 72000 Zenica
-
D.o.o. RENOVIR Brčko distrikt BiH - Gredice II, bb 76100 Brčko
-
GALAX - NISKOGRADNJA d.d. Brčko - Safeta Pašalića 76000 Brčko Distrikt