loading
  • MK-1000 Skopje
  • 09.03.2018
  • Ausschreibung
  • (ID 2-292783)

Selection of supervisory body for the performance of technical, qualitative and quantitative supervision of the construction of unlevelled road loop for TIDZ Prilep


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 09.03.2018, 11:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleitung, Objektüberwachung
    Aufgabe
    Specified in the tender documentation
    Leistungsumfang
    Estimated value excluding VAT: 4 060 000 MKD
    Adresse des Bauherren MK-1000 Skopje
    TED Dokumenten-Nr. 73120-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Former Yugoslav Republic of Macedonia-Skopje: Construction-related services

      2018/S 033-073120

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Directorate for Technological Industrial Development Zones
      Partizanski Odredi Boulevard No.2 — PO Box 311
      Contact point(s): Nenad Gjorgjevik
      For the attention of: Nenad Gjorgjevik
      1000 Skopje
      The former Yugoslav Republic of Macedonia
      Telephone: +389 23111166
      E-mail: MjE2XlVeUVQeV1pfYldaVWZZWzBWVWoeV19mHl1b
      Fax: +389 23111177

      Internet address(es):

      General address of the contracting authority: http://www.fez.gov.mk

      Address of the buyer profile: http://www.fez.gov.mk

      Electronic access to information: https://e-nabavki.gov.mk

      Electronic submission of tenders and requests to participate: https://e-nabavki.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
      Body governed by public law
      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:
      Selection of supervisory body for the performance of technical, qualitative and quantitative supervision of the construction of unlevelled road loop for TIDZ Prilep
      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
      Main site or location of works, place of delivery or of performance: TIDZ Prilep-Prilep
      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)
      Specified in the tender documentation
      II.1.6)Common procurement vocabulary (CPV)

      7150000071000000

      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: 4 060 000,00 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: 15 (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:
      Ender bid bank warranty: No.
      Bank Warranty for high-quality enforcement of the Contract: Yes [10.00 %] of contract value.
      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:
      Contracting authority will not require from the group of economic operators to associate in a specific legal form for the purpose of executing the contract.
      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 5 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.
      License “A” for the supervision of category I construction sites.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: — report on the balance sheet verified by a competent body, i.e. audited balance sheet, or extracts from the balance sheet, in cases when the disclosure of the balance sheet is regulated by law in the country where the economic operator is registered,
      — extract from the overall turnover of the enterprise (datum from the profit and loss account issued by a competent body, i.e. an audited profit and loss account) and, where appropriate, from the turnover in the area covered by the public procurement contract and for maximum of the last three financial years for which such information is available depending on the date when the enterprise was established or commenced with operation and depending on the availability of such information,
      — foreign legal entity should submit an audit report, valid and issued by a foreign recognised institution registered for performing audit, which should contain data on the total economic operation for the foreign bidder in the last 3 years and it must be translated in Macedonian language.
      Minimum level(s) of standards possibly required: The total revenue in the last 3 years should be over MKD 12 180 000 000
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      — List of bidders or candidates as supervisory body in the respective area of the services performed within the past three years, with values, dates, purchasers (contracting authorities or economic operators), by providing a confirmation of performed services issued by the recipients or, if such confirmations cannot be provided due to reasons beyond the control of the economic operator, only with its statement for performed services,
      — statement of the economic operator for the average annual headcount in the past 3 years,
      — statement of the economic operator for hiring minimum four engineers with a authorization for supervision, enclosed M1/M2 forms or certificate by a competent institution and their supervision authorizations,
      — statement that the economic operator possesses staff with qualifications and work experience necessary for realization of the procurement,
      — educational and professional qualifications of the economic operator or its professional staff and especially the persons (technical staff) responsible for provisioning the respective service, short CV to be enclosed for each person, certificate for completed education and relevant authorization,
      — statement for hired and available technical staff, regardless of whether the staff directly belongs to the economic operator, throughout the entire contract duration,
      — statement for technical equipment and capability of the economic operator for other potentials at its disposal for the performance of the respective services and provisioning of quality,
      — proof or lease contract, procurement contract or other for possessing the following minimum key equipment in full working condition and proof that based on the known engagements it will be available throughout the entire realization of the proposed contract — accredited laboratory for current examination of materials (geomechanics, concrete and asphalt),
      — Notification for the contract elements the economic operator intends to assign to subcontractor.
      Minimum level(s) of standards possibly required:
      1. The economic operator should have realized:
      a. minimum 3 contracts for supervision during the construction of 1st category roads in the past 3 years;
      b. minimum 2 contracts for supervision of the construction of bridges in the past 3 years;
      c. minimum 2 contracts for supervision of the construction of hydro technical infrastructure in the past 3 years;
      d. minimum 2 contracts for supervision of the construction of electro technical infrastructure in the past 3 years.
      2. The average number of the technical staff in regular employment within the past 3 years to be minimum 15 persons;
      3. The economic operator to have employed minimum four engineers with a authorization for supervision (M1/M2 forms or certificate from competent institution to be submitted) and their Authorizations for supervision;
      4. The Economic operator to have the following technical staff at disposal:
      a. The supervisor of building construction works should fulfil the following minimum conditions:
      — qualifications:
      —— BSc in civil engineering;
      —– construction department;
      — work experience in construction of at least 10 years;
      — necessary experience:
      —— at least 7 years of experience as supervisor during the construction of buildings;
      —— at least 5 constructions;
      —— supervision of bridges;
      —— of which at least 2 bridges were made of main pre-stressed bridge bearers
      — Knowledge and experience for work in accordance with the FIDIC conditions of the contract,
      — A authorization for supervision of constructions issued by competent body.
      b. Supervisor of civil engineering works should fulfil the following minimum conditions:
      — qualifications:
      —— BSc in civil engineering;
      —— road and railway department
      — work experience with construction of at least 10 years,
      — necessary experience:
      —— at least 7 years of experience as supervisor during the construction of road;
      —— at least 5 supervised constructions of roads, of which at least one construction with mound made by reinforced soil;
      — Knowledge and experience in working in accordance with the Fidic conditions of the contract,
      — A authorization for supervision of constructed works issued by competent body
      c. Supervisor of hydro technical works, should fulfil the following minimum conditions:
      — qualifications:
      —— BSc in civil engineering;
      —— hydro-technical department
      — work experience in construction of at least 10 years,
      — necessary experience:
      —— at least 5 years of experience as supervisor during the construction of hydro technical constructions;
      —— at least 5 supervised hydro technical constructions (atmosphere and/or faecal canalization).
      — Knowledge, experience and work in accordance with the Fidic constructions of the contract,
      — A authorization issued by competent body
      d. Supervisor of electro technical works should fulfil the minimum conditions:
      — qualifications:
      —— BSC in electrical engineering.
      — work experience in the construction of at least 10 years,
      — necessary experience:
      —— at least 5 years of experience as supervisor during the construction of electro technical constructions;
      —– at least 5 supervised constructions of electro technical infrastructure.
      — Knowledge and experience with work in accordance with the Fidic conditions of the contract,
      — A authorization for supervision of constructions issued by competent body.
      e. Surveyor
      — at least 10 years of experience as surveyor
      f. Lab technician for materials
      — at least 10 years of experience during on-site and laboratory examinations from the area of geomechanics, concrete and asphalt.
      The economic operator should possess the following equipment:
      — accredited laboratory for current examination of materials (geomechanics, concrete and asphalt).
      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: Specified in the tender documentation
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      04/2018
      IV.3.2)Previous publication(s) concerning the same contract

      Notice on a buyer profile

      Notice number in the OJEU: 2018/S 031-069011 of 13.2.2018

      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: 9.3.2018 - 11:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      9.3.2018 - 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: mkd
      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: 9.3.2018 - 11:00

      Place:

      Directorate for technological industrial development zones, Blvd. Partizanski Odredi nº. 2 in Skopje

       

      Persons authorised to be present at the opening of tenders: yes
      Additional information about authorised persons and opening procedure: — Members of the Procurement Commission,
      — Authorised representatives of the bidders,
      — Other authorised persons.

      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
      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:
      15.2.2018
    © 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 16.02.2018
Zuletzt aktualisiert 16.02.2018
Wettbewerbs-ID 2-292783 Status Kostenpflichtig
Seitenaufrufe 40