Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Culture of the Republic of Macedonia
ul. Gjuro Gjakovich No 61
Contact point(s): Ministry of culture of RM
1000 Skopje
The former Yugoslav Republic of Macedonia
Telephone: +389 23240519
E-mail: MjEzXGFpWGZnXFZcXDNeaF9naGVUIVpiaSFgXg==
Fax: +389 23226920
Internet address(es):
General address of the contracting authority: www.kultura.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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
Recreation, culture and religion
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:
Architectural services; engineering services and integral engineering services; spatial planning and engineering — landscaping services; related scientific and technical consulting services; technical check and analysis services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
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)
Architectural services; engineering services and integral engineering services; spatial planning and engineering — landscaping services; related scientific and technical consulting services; technical check and analysis services.
II.1.6)Common procurement vocabulary (CPV)
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
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Architectural services; engineering services and integral engineering services; spatial planning and engineering — landscaping services; related scientific and technical consulting services; technical check and analysis services.
Estimated value excluding VAT: 20 000 000 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: 6 (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:
Tender bid warranty: Yes [3.00 %].
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Warranty for high-quality enforcement of the Contract: Yes [10.00 %].
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No.
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: — Statement of the economic operator that no effective verdict has been issued against the economic operator within the past five years for participation in a crime organization, corruption, fraud or money laundering.
— Confirmation stating that no bankruptcy procedure has been initiated by a competent body.
— Confirmation stating that no liquidation procedure has been initiated by a competent body.
— Certificate of paid taxes, benefits and other public duties issued by a competent body in the country where the economic operator is registered.
— Confirmation from the Register of penalties for committed criminal offenses of legal entities proving that no secondary penalty — ban on participating in open call procedures, awarding public procurement contracts and contracts on public — private partnership has been pronounced.
— Confirmation from the Register of penalties for committed criminal offenses of legal entities proving that no secondary penalty — temporary or permanent ban on performing particular activity has been pronounced.
— Confirmation stating that no misdemeanour sanction — ban on the performance of the profession, activity or duty, i.e. temporary ban on the performance of a particular activity has been pronounced with an effective verdict.
— Document for registered activity.
In order to prove the capability for performing professional activity, the economic operator should submit a document for registered activity, as a proof that the economic operator is registered as a natural person or legal entity for performing the activity related to the subject of the public procurement contractor proof of membership in the relevant professional association in accordance with regulations in the country where the economic operator is registered. Proof issued by competent body for meeting the special terms and conditions for performing the activity stipulated by law, referring to the contract subject. — ‘A’ Licence for design issued by the Ministry of Transport and Communications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: /.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— List of appointed designers per phases and the chief designer with enclosed copy of the corresponding designing authorizations issued by the Chamber of Certified Architects and Certified Engineers of Republic of Macedonia.
— Copy of Contract on realized projects or certificate for engagement issued by investor or employer for realized projects.
— Extract from project documentation (facility foundation or other extract), for the purpose of determining the facility surface and the entity that prepared the project documentation.
— Copy of Contract on realized projects or certificate for engagement issued by investor or employer for realized projects.
Minimum level(s) of standards possibly required:
— The economic operator to appoint chief designer and authorized designers for all planned phases.
— The economic operator to be the holder or to have participated in at least three realized projects for facilities from the field of culture or first category public institutions.
— The economic operator to have prepared project documentation for facilities with surface of minimum 45 000 m² in the last 3 years.
— The economic operator to have prepared projects for facilities from the field of culture or public institutions with value of minimum 20 000 000 MKD in the past years.
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: In the tender documentation.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
5/2017
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
8.5.2017 - 12:00
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 8.5.2017 - 12:00
Place:
Skopje.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
In the tender documentation.
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:
27.3.2017