None

1. Reference JOS 2. Procedure Open 3. Programme title n/a 4. Financing EIB Loan 5. Contracting Authority Ministry of Transport and Communications of the Republic of North Macedonia , Skopje , North MACEDONIA CONTRACT SPECIFICATION 6. Nature of contract Fee-based 7. Contract description The project objective is continuation of technical and management assistance to the project implementation unit established by the Ministry of Transport and Communication on implementation of investment projects within the Project “Water supply and waste water collection” financed by European Investment Bank (EIB). The project concerns priority investment schemes for water and sanitation within the territory of the country, the purpose of which is to improve public health and the environment. The individual schemes are located in all 80 of the country’s municipalities. Joint operation with the PIU management unit and final beneficiaries wherever necessary will be established on the daily basis, giving opportunity particular issues to be taken into consideration. 8. Number and titles of lots n/a 9. Maximum budget 350 000,00 EUR CONDITIONS OF PARTICIPATION 10. Eligibility Firms originating from all countries of the world are eligible to tender. 11. Number of tenders No more than 1 tender can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting a tender). In the event that a natural or legal person submits more than 1 tender, all tenders in which that person has participated will be excluded. 12. Grounds for exclusion EIB’s exclusion policy shall be respected (please refer to the following link) http://www.eib.org/en/infocentre/publications/all/exclusion-policy.htm?f=search&media=search 13. Sub-contracting Subcontracting is allowed. PROVISIONAL TIMETABLE 14. Provisional commencement date of the contract 22.5.2019 15. Implementation period of the tasks 30 months. SELECTION AND AWARD CRITERIA 16. Selection criteria The following selection criteria will be applied to the tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors. 1) Economic and financial capacity of the tenderer (based on Item 3 of the tender form). In case of tenderer being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed: (a) the annual average turnover of the tenderer for each of the last 2 years for which accounts have been closed shall amount at least to 350 000,00 EUR. In addition to the tender submission form, the annual accounts of the last 2 years available must be attached to the tender, e.g. the balance sheets or extracts from balance sheets from the last 2 years for which accounts have been closed, in accordance with the company law of the country in which the lead partner is established. 2) Professional capacity of the tenderer (based on items 4 of the tender form). The candidate has a total of at least 6 persons permanent staff currently and on average during the contract-period as per the tender submission form, working in the fields related to this contract as specified below (these persons shall cover all these fields as a team): — general project management in the field of public services, — municipal water supply systems design and supervision, — municipal waste water systems design and supervision, — implementation of projects according PRAG and FIDIC Conditions of contract. 3) Technical capacity of candidate (based on Items 5 and 6 of the tender form). The reference period which will be taken into account will be the last 5 years before submission deadline. The tenderer has provided services under at least 3 contracts for services completed in the field of design/supervision of construction of water supply and sewerage networks, within the 5 year period prior to the closing date of submission of the tender, governed by procurement rules of the IFIs or by the national procurement rules, from which, 1 with a budget of at least 300 000,00 EUR. Previous experience which would have led to breach of contract and termination by a Contracting Authority shall not be used as reference. This is also applicable concerning the previous experience of experts required under a fee-based service contract. An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract. 17. Award criteria Best price-quality ratio. TENDERING 18. Deadline for receipt of tenders The deadline for receipt of tenders is 22.4.2019 14:00 CET. 19. Tender format and details to be provided Tenders must be submitted using the standard tender form, the format and instructions of which must be strictly observed. The tender documents, including tender form are available from the following Internet address: http://mtc.gov.mk/Project%20%20%20Water%20supply%20and%20waste%20water%20collection Any additional documentation (brochure, letter, etc.) sent with tender will not be taken into consideration. 20. How tenders may be submitted Tenders must be submitted in English exclusively to the Contracting authority in a sealed envelope: — either by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to: Ministry of transport and communications, Str. Dame Gruev 6, 1000 Skopje, — or hand delivered by the candidate in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to: Ministry of transport and communications, Str. Dame Gruev 6, 1000 Skopje, Working hours: Monday-Friday, 8:00-16:00, local time. The contract title and the publication reference (see Item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the Contracting Authority. Tenders submitted by any other means will not be considered. By submitting a tender tenderers accept to receive notification of the outcome of the procedure by electronic means. 21. Alteration or withdrawal of tenders Tenderers may alter or withdraw their tenders by written notification prior to the deadline for submission of tenders. No tender may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Point 8 of the Instructions to tenderers. The outer envelope (and the relevant inner envelope if used) must be marked “Alteration” or “Withdrawal” as appropriate. 22. Operational language All written communications for this tender procedure must be in English. 23. Legal basis n/a
CPV-Code: 71356200
Abgabefrist: 22.04.2019
Typ: Contract notice
Status: Not specified
Aufgabe: Not specified
Vergabestelle:
name: Ministry of Transport and Communications of the Republic of North Macedonia
address: None
postal_code:
city: Skopje - MK
country: MK
email: None
phone: None
contact_point:
idate: 26. Juni 2020 21:58
udate: 26. Juni 2020 21:58
doc: 116422_2019.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:116422-2019:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 13.03.2019
Erfüllungsort: Skopje - MK
Link:
Lose:
Name Los Nr 1 North Macedonia__Skopje__EIB - Technische Hilfe für die Durchführung von Wasser- und Abwasservorhaben
Gewinner None
Datum
Wert None
Anzahl Angebote None