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 usluga zapošljavanja interventne radne snage na poziv
Former Yugoslav Republic of Macedonia-Kichevo: Locksmith services
2017/S 039-072200
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
FORT DOOEL Oslomej
S.Oslomej bb
For the attention of: Snezana J. Gerasimoska
6254 Kichevo
The former Yugoslav Republic of Macedonia
Telephone: +389 45258253
E-mail: fortoslomej@yahoo.com
Fax: +389 45258253
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: limited liability company (sole proprietorship)
I.3)Main activity
Other: factory for machine maintenance, remont, repair and transport
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:
Services for hiring interventional labor force on call.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
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)
Services for hiring interventional labor force on call.
II.1.6)Common procurement vocabulary (CPV)
98395000, 98512000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
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: 13 000 000 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
Duration in months: 24 (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:
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: IV.2.1) 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 five 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.
IV.2.2) Capability for performing professional activity of the economical operator:
IV.2.2) Capability for performing professional activity of the economical operator:
Document for registered professional activity.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Documents necessary to prove the technical and professional capability of the economic operator:
The economic operator proves the fulfilment of the minimum requirements of sub-item 2.4.1 by submitting the following measuring indicators — Proof — Statement of engaged professional staff with adequate and professional qualifications for the provision of the specific service, for: — At least 5 (five) engaged turners — At least 5 (five) engaged welders — At least 5 (five) engaged locksmiths 2.4.3 All statements verifying the technical and professional ability are prepared and electronically signed by the economic operator himself and they must be certified by a competent authority. 2.4.4 The technical and professional ability of the economic operator may be supported by another entity, regardless of the legal relations between the economic operator and that entity, except for the reference list, the previously concluded contracts and licenses. If the economic operator proves his technical and professional ability invoking the support of another entity, he is obliged to prove said support with valid evidence that the entity will make available to the economic operator the necessary technical and professional resources. The entity providing technical or professional support must not have a verdict rendered for participation in criminal organization, corruption, fraud or money laundering. 2.4.5 If economic operators submit a bid as a group of economic operators, the technical and professional ability will be proved by taking into account the resources of all group members. If the group of economic operators participates with technical and professional support from a third entity or third entities, the technical and professional ability is determined according to the above mentioned.
Minimum level(s) of standards possibly required:
In order to qualify as capable of performing the subject contract on public procurement in terms of his technical or professional ability, the economic operator needs to fulfil the following minimum criteria: — To dispose with professional staff with adequate and professional qualifications for the provision of the specific service, namely: — To dispose with at least 5 (five) engaged turners — To dispose with at least 5 (five) engaged welders — To dispose with at least 5 (five) engaged locksmiths.
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: Electronic auction will be on:
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
3.4.2017 - 10:00
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
IV.3.8)Conditions for opening of tenders
Date: 3.4.2017 - 10:00
Place:
FORT DOOEL Oslomej
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Snezana J. Gerasimoska.
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
State Commission for Public Procurement Appeals
bul. Ilinden n63A
1000 Skopje
The former Yugoslav Republic of Macedonia
E-mail: dragica.kunoska@gs.gov.mk
Telephone: +389 23251258
Internet address: http://dkzjn.mk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
State Commission for Public Procurement Appeals
bul. Ilinden n63A
1000 Skopje
The former Yugoslav Republic of Macedonia
E-mail: dragica.kunoska@gs.gov.mk
Telephone: +389 23251258
Internet address: http://dkzjn.mk
VI.5)Date of dispatch of this notice:
22.2.2017
PRIKAŽI VIŠE TEKSTA
-
BOSNA-KOM d.o.o. Gračanica - Stjepan Polje bb 75320 Gračanica
-
Nital d.o.o. Zenica - Londža-Poslovni centar Roma 2 72000 Zenica
-
MONTAŽA-ENIM d.o.o. Tuzla - Lipnica, Proleterskih brigada 6 75000 Tuzla
-
CREDIBIL COMPANY d.o.o. Sarajevo - ul. Teheranski trg br. 5 71000 Sarajevo
-
A ELING d.o.o. Zenica - Zmaja od Bosne bb, Radna zona Zenica I, Zenica 72000 Zenica
-
FUEL BOSS d.o.o. Zenica - Ul. Goraždanska broj 80 72000 Zenica
-
ENIKON d.o.o. Kakanj - Ul. 311. Lahke brigade broj 142 72240 Kakanj
-
AB NERETVA Export-Import Mostar d.o.o. - Ul. Tekija br.229 88000 Mostar
-
Alumina d.o.o. Živinice - ul. Armije BiH br. 47 75270 Živinice
-
IRM COMPANY d.o.o. Tuzla, PRESTANAK - ul. Mije Keroševića broj 24 75000 Tuzla
-
Rudnap group Minel kotlogradnja a.d. Beograd - Uralska 3 11060 Beograd
-
Rudnap Global Trade Beograd - PC Ušće, Bulevar Mihajla Pupina 11000 Beograd