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) Nabavka sistema kontrole zračnog prometa i usluga savjetovanja na području vođenja projekta
bivša jugoslavenska Republika Makedonija-Petrovec: EBRD - Nadogradnja sustava ANS
2014/S 150-268960
Procurement Reference: 7671-IFT-44067
Project name: ANS System Upgrade
Country: Republic of Macedonia
Business sector: Transport
Project ID: 44067
Funding source: EBRD and the Client
Type of contract: Goods, works, and services
Type of notice: Invitation for Tenders
Issue date: 01/08/2014
Closing date: On or before 13:00h local time, 24/10/2014
This Invitation for Tenders follows the General Procurement Notice for this project which was published in Procurement Opportunities, on the European Bank for Reconstruction and Development website on February 17, 2014.
M-NAV Skopje (the Employer), has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of its ANS System Upgrade.
The Employer now invites sealed tenders from the qualified suppliers for the following contract to be funded from the proceeds of the loan:
The Macedonia Air Navigation Service Provider (M-NAV) plans to procure a new Air Traffic Management (ATM) system. Within the scope of this project is included implementation of the Technical operational room where the ATM system will be resided. The ATM system will serve for a provision of en-route ATS as well as ATS provision within the vertical and horizontal boundaries of Skopje TMA/CTR.
The operational objective of this project is to procure new ATM facilities, which will enable M-NAV to accommodate, with safety and efficiency, the forecast increases in air traffic. These ATM facilities shall:
• utilise modern high definition displays;
• provide high quality radar services;
• provide accurate and timely flight data to the controllers;
• allow automatic data exchange and co-ordination, taking into account the functions and facilities available at domestic units and neighbouring ACCs/APPs;
• provide new automated data recording and replay facilities to aid:
* the analysis of incidents;
* the provision of statistics (e.g. flight data, system status, communication channels, etc.);
* the collection and transmission of data required by the EUROCONTROL Central Route Charges Office (CRCO).
* have a capability to be upgraded to support new procedures and functions.
• Technical room for new ATM system;
All details about the size and principal quantities are given in the Technical specification, Volume III.
The system will be installed in the M-NAV premises, located near Skopje Airport. Estimated duration of the Contract for the ATM system implementation is 40 months (from GANNT). Prior to the ATM system installation, the Technical room (subject of this Contract) shall be effective by 6 months after Contract signature date.
Particular qualifying requirements
(i) successful experience in the timely implementation of project(s) for supply and installation of at least 3 ATM systems of similar complexity serving as a main system ensuring the provision of ATS in en-route environment over the last 5 years. At least one of these systems shall have been implemented in Europe or elsewhere based on European regulatory, operational and legislative norms. Suppliers shall provide evidence of Declaration of Conformity (in accordance with EU Regulation 552/2004) and Declaration of Suitability for Use (in accordance with EU Regulation 482/2008), in relation to one project of a similar nature implemented in the past.
(ii) have the manufacturing and installation capacity required for the implementation of the Contract.
(iii) have professional and technically skilled personnel required for the implementation of the Contract.
(iv) have ISO 9001:2008 or equivalent Quality Management System certificate.
(v) tenderers shall demonstrate that they have sufficient financial means to meet the required cash flow for a period of 40 months, taking into account the tenderer's commitments in other contracts; the submitted financial statements must demonstrate soundness of the tenderer's financial position, showing long term profitability.
(vi) tenderers shall submit a summary of projected assets and liabilities for the next two years to facilitate the assessment of financial position.
(vii) tenderers shall demonstrate their legal entity status.
(viii) tenderers shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by them over the last five years. A consistent history of awards against the tenderer or any partner of a joint venture may result in failure of the application.
Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.
Tender documents may be obtained from the address below:
Contact name: Olivera Micevska
E-mail: olivera.micevska@mnavigation.mk
Contact name: Gzime Asani
E-mail: gzime.asani@mnavigation.mk
Executing agency: M-NAV Skopje
Address: Plostad Makedonija bb, 5-ti sprat,
(Poranesna zgrada - Metropol)
Tel: +389 2 3251 800
Fax:+389 2 3220 874
upon payment of a non-refundable fee of EUR 150 or equivalent in a convertible currency on the following account:
Account holder: M-NAV AD Skopje
Bank: Komercijalna Banka AD Skopje
Bank No (BLZ):
Account No: 0270100254309
IBAN: MK07300701002543016
SWIFT: KOBSMK2X
Or to:
M-NAV AD Skopje
Ziro smetka: 300000002935935
Deponent: Komercijalna Banka AD Skopje
Danocen broj: 4039009500116
Maticen broj: 6487726
Within the Republic of Macedonia payment shall be in MAK DENARS using the official average exchange rate of the National Bank of the Republic of Macedonia on the date of the payment.
Upon request, the documents will be promptly dispatched by courier, but no liability can be accepted for loss or late delivery.
A two stage tender procedure will be adopted and will proceed as follows:
(a) the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents a tenderer wishes to offer, and a justification thereof, provided always that such deviations do not change the basic objectives of the project. Following evaluation by the Employer of the First Stage tenders, the Employer will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification and demonstration meeting. The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum. The tenderers invited to give a demonstration will also have to demonstrate their compliance to the mandatory (M) requirements. The demonstration will be used to evaluate a technical responsiveness of the tenderer in respect to the mandatory requirements. Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a Second Stage tender.
(b) the Second Stage tender will consist of an updated technical tender incorporating all changes required by the Employer as recorded in the Memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the First Stage tender; and the commercial tender.
First Stage tenders must be delivered to the address below on or before 13:00h local time, 24 October 2014 at which time they will be opened in the presence of the tenderers' representatives who wish to attend.
All Second Stage tenders must be accompanied by a Tender Security of EUR 180.000 or its equivalent in a convertible currency, and must be delivered to the address below on or before the time and date of the submission deadline specified in the Letter of Invitation to submit Second Stage tenders, at which time they will be opened in the presence of the tenderers' representatives who wish to attend.
Prospective tenderers may obtain further information from the following office:
Contact name: Nikolet Tagarinski, Executing agency: M-NAV AD Skopje, Address: Alexander the Great, Skopje Airport, 1043Petrovec, Republic of Macedonia. Tel: +389 23 148 100/200. Fax: +389 23 148 239. E-mail: nikolet.tagarinski@mnavigation.mk
PRIKAŽI VIŠE TEKSTA
-
Middle point electronics d.o.o. Sarajevo - ul. Džemala Bijedića br. 35 71000 Novo Sarajevo
-
Indra Sistemas S.A. Madrid - Avenida de Bruselas, 35 Alcobendas 28108 Madrid
-
MIBO KOMUNIKACIJE d.o.o. Sarajevo - Ul. Tvornička br. 3 71210 Ilidža
-
BS TS d.o.o. Sarajevo - ul. Branilaca Sarajeva br. 20 71000 Centar
-
Thales Air Systems S.A. - 3 Avenue Charles Lindbergh 94150 Rungis
-
ROHDE&SCHWARZ Österreich, Ges.m.b.H - Techologiestrasse 10 1120 Wien
-
SACOM d.o.o. Sarajevo - Industrijska zona Luka broj 1 (naselje Luka) 71380 Ilijaš