None

Section I: Contracting authority I.1) Name, addresses and contact point(s) Ministry of Construction, Transport and Infrastructure , Nemanjina 22-26, 11000 Belgrade , SERBIA, Tel +381 11 3628 874 , E mail: veljko.kovacevic@mgsi.gov.rs — Contact Person: Mr. Veljko KOVACEVIC Internet address(es): General address of the contracting authority: http://www.mgsi.gov.rs E-mail.: veljko.kovacevic@mgsi.gov.rs Further information can be obtained from: The above mentioned contact point Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point. Tenders or requests to participate must be sent to: The above mentioned contact point. I.2) Type of the contracting authority Ministry in the Government orf the Republic of Serbia I.3) Main activity Public Services in the areas of Construction, Transport and Infrastructure 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: Upgrade of Iron Gate 1 Navigation Lock. No: 404-00-27/2018-06. II.1.2) Type of contract and location of works, place of delivery or of performance. Works Contract on Upgrade of Iron Gate 1 Navigation Lock, HPP Djerdap 1 Kladovo, Republic of Serbia II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS). The notice involves a public contract award. II.1.4) Information on framework agreement. II.1.5) Short description of the contract or purchase(s). Works on Upgrade of Iron Gate 1 Navigation Lock include: Designi and Construction of the Works as per FIDIC Conditions of Contract for Plant and Design-Build Contract (Yellow Book - First Edition, 1999) for: 1) control tower construction works, 2) engine rooms construction works 3) upgrade of cable and pipe ducts along the shiplock chambers, 4) downstream foredock area, 5) upgrade of electro-hydraulic drive equipment of the gates with the control system, 6) upgrade of electro-hydraulic drive equipment of supports of 400 t capacity crane rails, 7) service (radial) gallery gates, 8) upgrade of maintenance (mitre) gate, 9) upgrade of heating and air conditioning of the engine rooms and the control tower, 10) upgrade of equipment of the stable fire fighting system, 11) upgrade of electro-hydraulic lifting beams, 12) upgrade of gantry cranes and fixed crane installation to lift and lower maintenance mitre gate, 13) upgrade of navigation traffic light signalization system, 14) upgrade of outdoor and indoor lighting systems. II.1.6) Common procurement vocabulary (CPV). 45248100-8, 45248100-9, 45248000-7, 45200000-9 and 71245000-7 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 Time limit for completion: 21 months from Commencement Date Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: — All tenders must be accompanied by a tender guarantee of 350 000 EUR, — The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Conditions of Contract Sub-Clause 14.7. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: N/A III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: Yes. 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: As per tender documents. III.2.2) Economic and financial ability. To be qualified for the award of a contract, Tenderers must satisfy the following minimum criteria: — Average annual turnover in the amount of 50 000 000 EUR (or equivalent) in the last 3 years for which the audited accounts are closed — Working capital (current assets less current liabilities) per year over the same three year period must be positive — Amount of credit or other financial facilities available must be 5 000 000 EUR. Information and formalities necessary for evaluating if the requirements are met: As per tender documents. III.2.3)Technical capacity As contractor, at least two New/Upgrade Works contracts for, inland waterways or onshore Locks, with Design/Build elements of a similar nature (works with extensive electro-hydraulic, hydro-mechanical, and related electronic components) to international or EU standards, each for more than 15 000 000 EUR, within the eight years prior to date for submission of tenders using Design-Build type contracts (similar to FIDIC Yellow Book). Within the two projects as above, the following activities should have been completed, 6 Meuros Works on Electro-hydraulic equipment new/upgrade works, 6 Meuros Hydro-mechanical equipment new/upgrade works. As Design Engineer, at least one New/Upgrade Works contracts for, inland waterways or onshore Locks, with elements of a similar nature (works with extensive electro-hydraulic, hydro-mechanical and related electronic components) to international or EU standards, for more than 15 million euros, where the Works were completed within the eight years prior to date for submission of tenders. Within the project as above, the following design activities should have been completed for: Electro-hydraulic equipment new/upgrade works of 3 Meuros, and Hydro-mechanical equipment new/upgrade works of 3 Meuros. KEY PERSONNEL One (1) Contractor's Representative: He/She will manage the contract and be on site full-time and act as the contractor's representative according Clause 4.3 of GCC. He/She shall: — possess a university degree in mechanical/hydraulic engineering or equivalent technical qualifications, — have at least 15 years of professional experience in mechanical/hydraulic engineering, — have occupied similar position on at least 1 completed Works projects of more than 10 000 000 EUR, nature and complexity (new or upgrading of locks or marine facilities, with 60 % elements of electrical/mechanical/hydraulic components) over the previous 5 years, — have at least 5 years of professional experience in the position of Contractors Representative or Project Manager on Works of this nature with at least one project value above 10 000 000 EUR, — possess a high level of English (i.e. corresponding to level 2 in form 4.6.1.3). One (1) Chief Engineer on Site. He/She will manage the technical elements of the contract and act as the Chief Engineer on-site. He/She shall: — possess a university degree in mechanical/hydraulic engineering or equivalent technical qualifications, — have at least 15 years of professional experience in engineering, — have occupied similar position on at least 1 completed Works projects of more than 10 000 000 EUR, nature and complexity (new or upgrading of locks or marine facilities, with 60 % elements of electrical/mechanical/hydraulic components) over the previous 5 years, — possess a high level of English (i.e. corresponding to level 2 in form 4.6.1.3). One (1) Chief Design Engineer: He/She shall be in charge of a team leader/lead designer for preparation of detailed design and working drawings under the contract. He/she shall: — possess a university degree in mechanical/hydraulic engineering or equivalent technical qualifications, — have at least 15 years of professional experience in engineering, — have occupied similar position on at least 1 completed Works projects of more than 10 000 000 EUR, nature and complexity (new or upgrading of locks or marine facilities, with 60 % elements of electrical/mechanical/hydraulic components) over the previous 5 years, — possess a high level of English (i.e. corresponding to level 2 in form 4.6.1.3). Information and formalities necessary for evaluating if the requirements are met: As per tender documents. III.2.4) Information about reserved contracts: N/A III.3) Conditions specific to services contracts III.3.1) Information about a particular profession: N/A III.3.2) Staff responsible for the execution of the service: N/A 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. N/A IV.1.3) Reduction of the number of operators during the negotiation or dialogue. N/A IV.2) Award criteria IV.2.1) Award criteria: Administratively and technically compliant tender with the lowest price. IV.2.2) Information about electronic auction: An electronic auction will be used: no. IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: 404-00-27/2018-06. IV.3.2) Previous publication(s) concerning the same contract: Yes, Prior Information Notice issued on 28.3.2018. IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document. Upon request of a potential Tenderer, the Tender Documents will be dispatched electronically. IV.3.4) Time limit for receipt of tenders or requests to participate Date: 10.10.2018 at 11:00 CET IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates. Date 9.7.2018 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up. English Language. IV.3.7) Minimum time frame during which the tenderer must maintain the tender. 90 calendar days (from the date stated for receipt of tender) IV.3.8) Conditions for submissing and opening of tenders Date: 10.10.2018 at 13:00 CET. Place: Ministry of Construction, Transport and Infrastructure Address PIU, Room No 13 on the 11th Floor Nemanjina 22-26 11000 Belgrade Serbia Persons authorised to be present at the opening tenders: Yes Additional information about authorised persons and opening procedure: A maximum of one (1) legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Ministry in writing via e-mail to veljko.kovacevic@mgsi.gov.rs of their intention to attend, at least 48 hours prior to the opening session. 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 part financed by European Union funds: Yes The Ministry of Construction, Transport and Infrastructure (MCTI), in accordance with the Law on Budget for 2018 of the Republic of Serbia, has applied for financing to the European Investment Bank (EIB) for a ”Framework loan on development of river transport infrastructure”, with approved co-financing from the EU/CEF Grant for “Upgrade of the Iron Gate 1 navigation lock” in accordance with the Grant Agreement under the Connecting Europe Facility (CEF) – Transport Sector No INEA/CEF/TRAN/A2016/1356685”. VI.3) Additional information Additional Information as per tender documentation. VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures Republic Commission for the Protection of Rights in Public Procurement Procedures. Nemanjina 22-26 11000 Belgrade Serbia VI.4.2) Lodging of appeals. VI.4.3) Service from which information about the lodging of appeals may be obtained. Ministry of Construction, Transport and Infrastructure Nemanjina 22-26 11000 Belgrade Serbia Tel +381 11 3628 874 E mail: veljko.kovacevic@mgsi.gov.rs As well as Web Site www.kjn.gov.rs VI.5) Date of dispatch of this notice ...
CPV-Code: 45248100
Abgabefrist: 10.10.2018
Typ: Contract notice
Status: Not specified
Aufgabe: General public services
Vergabestelle:
name: Ministry of Construction, Transport and Infrastructure
address: None
postal_code:
city: Belgrade - RS
country: RS
email: None
phone: +381 11 3628 874
contact_point:
idate: 29. Juni 2020 21:57
udate: 29. Juni 2020 21:57
doc: 304474_2018.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:304474-2018:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: Lowest price
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 14.07.2018
Erfüllungsort: Belgrad - RS
Link:
Lose:
Name Los Nr 1 Serbia__Belgrad__EIB - Sanierung der Schleuse für das Laufwasserkraftwerk Eisernes Tor 1
Gewinner None
Datum
Wert None
Anzahl Angebote None