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: 25.07.2017. 10:20

(MK) Nabavka usluga tehničke pripreme za proslavu događaja (postavljanje faza, zvučnog sistema, osvetljenja itd.)

Izvor: Official Journal of the European Union, 25.07.2017.

Former Yugoslav Republic of Macedonia-Skopje: Entertainment services

2017/S 140-288999

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Municipality of Cair — Skopje
No. 5 ‘Hristijan Todorovski-Karpos’
For the attention of: Asip Ferizi
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 2603040
E-mail: javninabavki@cair.gov.mk

Internet address(es):

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

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:

Technical preparation for the celebration of events (setting stages, sound system, lighting, etc.).
 

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

Services
Service category No 26: Recreational, cultural and sporting 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)

In the tendering documentation.
 

II.1.6)Common procurement vocabulary (CPV)

92300000

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:

Estimated value excluding VAT: 3 900 000 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: 12 (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:

4.6 Bid guarantee.
4.6.1 As part of the bid, the economic operator shall mandatorily provide a bid guarantee (participation guarantee) in the amount of 3 % of the total bid value excluding VAT.
4.6.3 The guarantee should be submitted in its original form. Copies shall not be accepted. The guarantee must have a validity deadline at least 14 days from the day of expiration of the bid validity. All bids that do not contain a bid guarantee, or contain a bid guarantee which is not in accordance with the requirements of the tender documentation, shall be rejected by the Contracting Authority as unacceptable.
4.6.4 The bid guarantee of the unsuccessful economic operators shall be returned within 7 days after the conclusion of the contract with the most favourable economic operator.
4.6.5 The bid guarantee may be collected if the economic operator withdraws his bid before expiration of its validity, fails to accept the correction of arithmetic errors by the Commission, fails to sign the public procurement contract in accordance with the terms of the tender documentation or fails to provide a performance guarantee.
The collection of the Guarantee in any case entails posting a negative reference.
7.5 Guarantee for quality performance of the contract.
7.5.1 A condition to sign the contract with the selected most favourable bidder shall be the provision of a guarantee by the selected most favourable bidder for the quality contract execution in the amount of 10 % of the contract's value including VAT.
7.5.2 The guarantee of item 7.5.1 shall be submitted in the form of a bank guarantee in writing. The guarantee should be submitted in its original form. Copies shall not be accepted.
7.5.3 The performance guarantee shall be valid until the full completion of the contract. The Contracting Authority, upon selecting the most favourable bidder, shall additionally determine the guarantee validity deadline.
7.5.4 The quality performance bank guarantee shall be stated in the currency of the contract.
7.5.5 The performance guarantee of the contract should be issued by a bank.
7.5.6 The quality performance guarantee of the contract shall be delivered by the most favourable bidder upon the received notification for the performed selection, and before the conclusion of the contract within 10 working days from receiving the notification, and before the conclusion of the contract.
7.5.7 The performance guarantee shall be submitted within the defined deadline, as follows: by mail or in person to the contact person of item 1.2.2 of the tender documentation.
7.5.8 The quality performance guarantee shall be collected if the holder of the procurement fails to fulfil some of the obligations stipulated in the public procurement contract within due deadlines, for which he will notify the holder of the procurement in writing. In case of collection of the quality performance guarantee, the Contracting Authority will publish a negative reference to ESPP. For collection of the quality performance bank guarantee and for the publishing of the negative reference on ESPP, the holder of the procurement may initiate a dispute before the competent court.
7.5.9 If the public procurement contract is completely realized according to the agreed, the Contracting Authority shall return the performance guarantee to the holder of the procurement within 14 days after the complete realization of the contract.
The Contracting Authority shall return the performance guarantee to the holder of the procurement by mail, personally in the head office of the economic operator or personally in the head office of the Contracting Authority.

 

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: 2.2 Personal status.
2.2.1 The contracting authority will eliminate from the procedure for awarding a public procurement contract any economic operator in case:
— an effective sentence for participation in criminal organization, corruption, fraud or money laundering was imposed to the economic operator in the last 5 years;
— a secondary penalty — prohibition for participation in public tender procedures, awarding public procurement contracts and contracts for public-private partnership was announced to the economic operator;
— a secondary penalty — temporary or permanent prohibition to perform an activity was announced;
— that is in open bankruptcy proceedings or liquidation proceedings;
— that has unpaid taxes, contributions and other public charges, except if the economic operator has been approved deferred payment of taxes, contributions or other public charges pursuant to special regulations and the economic operator regularly pays them;
— that was pronounced a misdemeanour sanction — a prohibition to carry out a professional activity, activity or duty, that is, temporary prohibition for performing an activity, and
— that presents false information or fails to present the information requested by the contracting authority.
2.2.2 In order to prove its personal status, the economic operator shall submit the following documents:
— statement of the economic operator that in the last five years they were not imposed with an effective sentence for participation in a criminal organization, corruption, fraud or money laundering (1 statement);
— certificate that they do not have an open procedure for bankruptcy by a competent authority (1 certificate);
— certificate that they do not have an open procedure for liquidation by a competent authority (1 certificate);
— certificate for paid taxes, contributions and other public duties by the competent authority in the country where the economic operator is registered (1 certificate);
— certificate from the Registry of penalties for legal entities, that no secondary penalty — prohibition for participation in public bidding procedures, procedures of awarding public procurement contracts as well as contracts of public — private partnership has been imposed against the bidder (1 certificate);
— certificate from the Registry of penalties for legal entities, that no secondary penalty — temporary or permanent prohibition for performing an activity has been imposed against the bidder (2 certificated); and
— certificate that no misdemeanor sanction — prohibition to carry out profession, business activity or duty, that is, temporary prohibition to carry out a business activity with a legally effective court verdict has been imposed against the bidder (2 certificates).
2.2.3 The statement from indent 1 sub-item 2.2.2 shall be prepared and signed by the economic operator and it does not have to be verified by a competent authority.
2.2.4 The certificates that a bankruptcy or a liquidation procedure has not been initiated, as well as the certificates from the Registry of penalties for criminal activities from indent 5 and 6 sub-item 2.2.2 are issued by competent authorities in the country where the economic operator is registered. Competent authority for issuing these certificates in the Republic of Macedonia is the Central Registry of the Republic of Macedonia.
2.2.5 The certificate for paid taxes, contributions and other fees is issued by the competent authority in the country where the economic operator is registered. Competent authority for issuing this certificate in the Republic of Macedonia is the Public Revenue Office.
2.2.6 The certificate from indent 7 sub-item 2.2.2 is issued by the competent authority in the country where the economic operator is registered. Competent authority for issuing this certificate in the Republic of Macedonia is the Central Registry of the Republic of Macedonia.
2.2.7 7 The documents from sub-item 2.2.2 must not be older than 6 (six) months on the deadline date for submission of the bids.
2.2.8 If the country where the economic operator does not issue the documents referred to in sub-item 2.2.2 or if they do not contain all abovementioned cases, the economic operator can submit a statement verified by a competent authority.
2.3 Capability for performing professional activity.
2.3.1 In order to prove the capability for performing professional activity, the economic operator should submit a document for registered activity as a proof that it is registered as an individual or a legal entity for performing the activity related to the subject of the public procurement contract or a proof that it belongs to a corresponding professional association in accordance with the regulations of the country where it is registered.
2.3.2 Certificate issued by the competent authority for the fulfilment of specific conditions for the activity prescribed under law pertaining to the subject of the contract:
— copy of the Current Status.

 

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Not required.
 

III.2.3)Technical capacity

Information and formalities necessary for evaluating if the requirements are met:
.4.2 The economic operator proves the fulfilment of the minimum requirement from sub-item 2.4.1 by submitting:
— Statement of the technical equipment and capacity of the economic operator and other resources available to provide the specific services from sub-item 2.4.1;
— list of the main services of the bidders or candidates in the last three years, with values, dates, buyers (contracting authorities or economic operators) by providing a certificate for service delivery issued by recipients, or, if such certificates cannot be obtained from reasons beyond the control of the economic operator, only by their statement of deliveries;
— To allow inspection to the Commission for procurement of the equipment available during the evaluation of bids, at the request of the Commission (wherefore the Commission will produce a report);
— Notification on the elements of the contract which the economic operator intends to subcontract to third parties.
2.4.3 The technical and professional capability 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 and previously signed contracts. If the economic operator proves its technical and professional ability invoking the support of another entity, it is obliged to prove the support with valid evidence that the entity will make available to the economic operator the appropriate technical and professional resources. The entity providing the technical and professional support should not have an effective verdict for participation in a criminal organization, corruption, fraud or money laundering.
2.4.4 If economic operators submit a bid as a group of economic operators, the technical and professional capacity shall be proved by considering 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 capacity shall be determined in accordance with the abovementioned.
Minimum level(s) of standards possibly required:
2.4.1 In order to qualify as capable for performing the public procurement contract in terms of its technical and professional capability, the economic operator should fulfil the following minimum requirements:
1. For events up to 10 000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 24 pieces.
Subwoofers (from a well-known manufacturer 2x18”) 12 pieces.
Stage monitors (from a well-known manufacturer) 12 pieces.
Digital mixer with minimum 48 channels and 16 AUX 1 piece.
Microphones 30 pieces.
— Lighting system — Moving wash (LED technology) 40 pieces.
Moving spot minimum 575W 24 pieces.
Moving beam 7R 230W 32 pieces.
Moving heads/beams/wash 12 pieces.
LED bars — with min. strength of 400 W 20 pieces.
— Video projections — LED screen min. 50m2PH 4mm 1 piece.
Video processor, video mixer.
LCD projectors min. 7500 ANSI lumens 2 pieces.
Projection screens 400x300 cm. 2 pieces.
Video cameras with HD resolution 4 pieces.
Camera crane of min. 12 m 1 piece.
— Aluminium construction to cover the stage of 1500x1000x800 cm. 1 piece.
— Stage with an area of 150 m2 1 piece.
— Voltage Installation — Junction voltage panel with a measurement unit — 2 pieces.
— Tents 610x610 cm. 15 pieces Tent — segment size 20x5 m.(min. 8 segments).
From a well-known manufacturer.
Structure (anodized aluminium).
Minimum side height 4 m.
Ultimate height of 7.2 m.
Minimum 800 m2.
2. For events up to 5,000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 16 pieces.
Subwoofers (from a well-known manufacturer 2x18”) 8 pieces.
Stage monitors (from a well-known manufacturer) 8 pieces.
Digital mixer with minimum 48 channels and 16 AUX 1 piece.
Microphones 30 pieces.
— Lighting system — Moving wash (LED technology) 24 pieces.
Moving spot minimum 575W 16 pieces.
Moving beam 7R 230W 24 pieces.
Moving heads/beams/wash 8 pieces.
LED bars — with min. power of 400 W 12 pieces.
— Video projections — LED screen min. 40m2PH 4mm 1 pieces.
Video processor, video mixer.
LCD projectors min. 7500 ANSI lumens 2 pieces.
Projection screens 400x300 cm. 2 pieces.
Video cameras with HD resolution 2 pieces.
Camera crane of min. 12 m 1 pieces.
— Aluminium construction to cover the stage of 1000x800x700 cm. 1 pieces.
— Stage with an area of 80 m2 1 piece.
— Voltage Installation — Junction voltage panel with a measurement unit 1 piece.
— Tents 610x610 cm. 10 pieces.
— Tent — segment size 15x5 m.( min. 8 segments).
From a well-known manufacturer.
Structure (anodized aluminium).
Minimum side height 3 m.
Ultimate height of 5.8 m.
Minimum 600 m2.
3. For events up to 1 000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 8 pieces
Subwoofers (from a well-known manufacturer 2x18”) 4 pieces
Stage monitors (from a well-known manufacturer) 4 pieces
Analogue mixer with min. 16 channels with min. 4 AUX 1 pieces
Equalizers, processors, compressors, effects
Microphones 12 pieces
— Lighting system — Moving wash (LED technology) 16 pieces
Moving spot min. 575W 8 pieces
Moving beam 7R 230W 12 pieces
Moving heads/beams/wash 8 pieces
LED bars — with min. power of 400 W 8 pieces
— Video projections — LED screen min. 24m2PH 4mm 1 piece
Video processor, video mixer
LCD projectors min. 5000 ANSI lumens 2 pieces
Projection screens 300x200 cm. 2 pieces
Video cameras with HD resolution 2 pieces
— Aluminium construction to cover the stage of 800x600x600 cm. 1 piece
— Stage with an area of 48 m2 1 piece
— Voltage Installation — Junction voltage panel with a measurement unit 1 piece
— Tents 610x610 cm. 4 pieces
— Tent — segment size 10x5 m. (min. 8 segments)
from a well-known manufacturer
structure (anodized aluminium)
minimum side height 3 m.
ultimate height of 5.4 m
minimum 400 m2
— Folding chairs — aluminium structure with
upholstered backrest and seat 350 pieces
— Beer set 200 х 80 cm. — table with 2 benches 200х80 cm. 80 sets
4. To possess its own fleet for transport of the sound equipment.
5. To have implemented minimum 3 contracts of the subject of procurement.

 

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 details concerning the electronic auction: The Contracting Authority shall use electronic auction as a final stage in the open procedure. The subject of the electronic auction shall be the total price of the subject of procurement, including all costs and discounts and import customs duties, with no VAT, i.e. initially submitted prices for each of the qualified bidders. Before scheduling an electronic auction conducted in a procedure in which the criterion chosen is most economically advantageous bid, the Commission makes a full evaluation of the initially submitted bids, in which it awards points for each element of the criterion economically most advantageous bid. Based on the conducted evaluation and allocation of points an initial ranking of qualified candidates is created. During the electronic auction, bidders may reduce their prices initially submitted thus increasing their originally obtained points for the price element, while the points awarded for other elements remain unchanged in the duration of the auction, and after its completion.
The invitation to participate in an e-auction shall be submitted electronically through the ESPP following the thorough evaluation of the initial Bids, to all economic operators that have submitted acceptable bids in the initial phase of the procedure and that are registered in the ESPP.
The invitation to participate in the auction will be electronically sent to the mailbox of the user profile of the ESPP, to the person which has submitted a bid for the appropriate procedure electronically.
The following information will be included in the invitation to participate in an auction: initial price of the qualified bidder, i.e. their originally submitted price; date and time of commencement and completion of the auction; the interval in which the negative bidding will be implemented (minimum and maximum difference in offered prices), the awarded points for each element, as well as, the starting ongoing rank of the bidder made based on the total number of points awarded for each element of the criterion economically most advantageous bid.
If only one bid was submitted or there is only one acceptable bid, an electronic auction will not take place, and the contracting authority will invite the single bidder to submit a final price through the ESPP. The invitation to submit a final price contains the following data: identification of the part of the bid which will be subject to submission of final price, information that will be available prior to the submission of the final price and the time period for submission of final price. The single bidder submits a final price within the specified time only once, and if final price is not submitted, the originally offered price shall be deemed final.

 

IV.3)Administrative information

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

05-923/207
 

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

9.8.2017 - 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

English.
Other: Macedonian.

 

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: 9.8.2017 - 10:00
 

Section VI: Complementary information

VI.1)Information about recurrence

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

VI.4)Procedures for appeal

VI.4.1)Body responsible for appeal procedures

State Committee for appeals for public procurement
1000 Skopje
The former Yugoslav Republic of Macedonia

Body responsible for mediation procedures

State Committee for appeals for public procurement
1000 Skopje
The former Yugoslav Republic of Macedonia

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:

21.7.2017

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: