loading
  • MK-1000 Skopje
  • 18.05.2017
  • Ausschreibung
  • (ID 2-262543)

Supervision of repair works on bridge No 1 on the Vardar River, near v. Udovo, on road R1105


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.05.2017, 11:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Ingenieurbauwerke / Bauleitung, Objektüberwachung
    Aufgabe
    Supervision of repair works on bridge No 1 on the Vardar River, near v. Udovo, on road R1105.
    Adresse des Bauherren MK-1000 Skopje
    TED Dokumenten-Nr. 146496-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Former Yugoslav Republic of Macedonia-Skopje: Architectural, construction, engineering and inspection services

      2017/S 075-146496

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Public Entreprise for State Roads — Skopje
      Str.‘Dame Gruev’, No. 14
      For the attention of: Supervision of repair works on bridge No.1 on the Vardar River, near v.Udovo, on road R1105
      1000 Skopje
      The former Yugoslav Republic of Macedonia
      Telephone: +389 23118044
      E-mail: MTR2XWdoZWpdXjxua11gbyprbmMqaWc=
      Fax: +389 23220535

      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: public enterprise
      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:
      Supervision of repair works on bridge No 1 on the Vardar River, near v. Udovo, on road R1105.
      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 MK

      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)
      Supervision of repair works on bridge No 1 on the Vardar River, near v. Udovo, on road R1105.
      II.1.6)Common procurement vocabulary (CPV)

      71000000

      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:
      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: 39 (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:
      Performance guarantee in amount of 10 %.
      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
      The performance of the contract is subject to particular conditions: no
      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 by the economic operator that it has not been announced, in the last 5 years, effective court
      decision for participation in criminal organization, corruption, fraud or money laundering;
      — Certificate that it is not subject to bankruptcy procedure issued by competent authority;
      — Certificate that it is not subject to liquidation procedure issued by competent authority;
      — Certificate for paid taxes, contributions and other public duties by the competent authority in the country where
      that economic operator is established;
      — Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty
      ban on participation in procedures for public announcements, awarding of public procurement contracts and
      contracts for public private partnership has not been imposed.
      — Certificate from the Register of penalties for committed criminal acts of legal entities that a minor penalty
      temporary or permanent ban on performing certain activity has not been imposed.
      — Certificate that it has not been announced any sanctions for misdemeanor with an effective court decision,
      resulting in prohibition for pursuing professional activity or duty, i.e. in a temporary prohibition for performing
      professional activity.
      — Business Registration Certificate (BRC form) as a proof that he is registered either as a natural or legal entity
      for performing a professional activity related to the subject of the public procurement contract, or a proof that he
      belongs to a corresponding professional association as per the legislation of the country he is registered in.
      — Tenderer is required to possess License A for performing supervision of works on first (I) category structures, issued by the competent authority in the country as per the Construction Law in force (Official Gazette of Republic of Macedonia no. 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16), or, for foreign economic operators, a License issued by the authority responsible for operations in the area of spatial planning/management according to Article 42 of the Construction Law (Official Gazette of Republic of Macedonia no. 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16) (applies to each member of the group in case bid is submitted by a group of economic operators — JV).
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: — Total income of 6 000 000.00 denars in the last 3 years (aggregate amount for 2014, 2015 and 2016).
      The economic operator shall prove that he meets the requirements for Economic and financial status by furnishing the following:
      — Copy of balance sheet report and data on income statements for 2014, 2015 and 2016, certified by a competent authority, i.e. audited balance sheets or abstracts of the report on balance sheets, where balance sheet publication is required under the law of the country where the economic operator is registered;
      — For Foreign Tenderers, in case no balance sheet reports and data on income statements for 2014, 2015 and 2016 are issued and certified by a competent authority, the tenderer is required to submit copies of auditors' reports, which shall be positive and shall be issued by a reputable foreign institution registered to provide audit services. Auditor reports should contain data about the overall economic operation of the Foreign Tenderer (for the last three years).
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      — One completed Contract on performing supervision of works on construction, reconstruction, strengthening, or repair of one or more bridges, overbridges, underbridges, overpasses, underpasses, viaducts, interchanges, or construction, rehabilitation or reconstruction of roads in the last three (3) years in an amount of minimum 1 500 000.00 denars (MKD).
      — Notification on contract items, if any, which the economic operator intends to subcontract to third parties.
      Key Staff:
      Engineer's Representative
      — License (Authorisation) A for a Supervising Engineer in Civil Engineering as per the Construction Law in force (Official Gazette of Republic of Macedonia no. 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16); or, in case of a foreign natural person, an Authorization (Certificate) verified by the Chamber of Certified Architects and Certified Engineers of RM, according to Article 42 of the Construction Law in force (Official Gazette of Republic of Macedonia no. 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16);
      — University degree in civil engineering (BS CE)
      — Engineer's Representative (1 B.Sc. in Civil Engineering) is required to have minimum 5 (five) years of work experience in civil engineering, 3 years of experience on similar projects (construction, reconstruction, strengthening, or repair of bridges, culverts, overbridges, underbridges, overpasses, underpasses, viaducts, or interchanges).
      The economic operator shall prove that he meets the requirements for Technical and professional competence by furnishing the following:
      — Written confirmation of a high-quality completion of a contract agreement verified by the Contracting Authority, and a copy of the Contract.
      — Notification on contract items, if any, which the economic operator intends to subcontract to third parties.
      Key Staff:
      For Engineer's Representative:
      — Copy of the License (Authorisation) A as per the Construction Law (Official Gazette of Republic of Macedonia no. 130/09, 124/10, 18/11, 36/11, 54/11, 13/12, 144/12, 25/13, 79/13, 137/13, 163/13, 27/14, 28/14, 42/14, 115/14, 149/14, 187/14, 44/15, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16 and 71/16);
      — Copy of the University Diploma;
      — Completed biography form (provided in bidding documents) of proposed experts and copy of M1/M2 employment form, or other respective evidence of employment, as per the Public Procurement Law in force.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      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: Provided in the tender documentation.
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      24/2017
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 18.5.2017 - 11:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      18.5.2017 - 11:00
      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: Мacedonian.
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 90 (from the date stated for receipt of tender)
      IV.3.8)Conditions for opening of tenders
      Date: 18.5.2017 - 11:00

      Place:

      Public Enterprise for State Roads — Skopje, str. Dame Gruev no 14, Skopje.

       

      Persons authorised to be present at the opening of tenders: yes
      Additional information about authorised persons and opening procedure: Authorized persons possessing power of attorney.

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      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

      Additional information available on: https://www.e-nabavki.gov.mk

      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:
      13.4.2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262543 Status Kostenpflichtig
Seitenaufrufe 44