Section I: Contracting authority I.1) Name, addresses and contact point(s): Ministry of Justice of the Republic of Serbia No 22-26 Nemanjina Street, 11000 Belgrade, Serbia Contact: Project Implementation Unit, Ms. Sanja Strbac Musmar, Tel: +381 11 3622 131, office.mpf@uiks.gov.rs Further information can be obtained from: The abovementioned contact point(s). Specifications and additional documents (insight into the main design for construction works) can be obtained from: Project Implementation Unit, Kneza Miloša st. 64. Tenders or requests to participate must be sent to: The abovementioned contact point(s). I.2) Type of the contracting authority: State institution. I.3) Main activity: Supervision over construction works. 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 Works for construction of the new prison facility in Pancevo, Republic of Serbia II.1.2) Type of contract and location of works, place of delivery or of performance: Services. Main site or location of works, place of delivery or of performance: Republic of Serbia, Pancevo. II.1.3) Information about a public contract: The notice involves a public contract. II.1.5) Short description of the contract or purchase(s): The purpose of the contract is to provide supervision services over the works on behalf of the Client to be carried out in relation to construction of the prison facility to be built according to the European Prison Rules. The consultant is required to act as the 'Engineer' in FIDIC terms and to provide supervision services with full responsibility for the execution of all works compliant with contract conditions, as well as to ensure the provision of the services necessary during the defects notification period. The total capacity will be for 500 inmates. Gross building area is 24,184.57 m 2 . The establishment will be a low energy structure, having complex security systems. The foreseen construction period will be app. 18 months; followed by a Defects Notification Period of 24 months. The Supervision activities will start one month before the construction starts and will be performed until one month after the completion of the Defects Notification Period of 24 months. The works will be implemented as per FIDIC MDB Harmonised Construction Contract General Conditions (known as FIDIC Pink book June 2010). II.1.6) Common procurement vocabulary (CPV): 71247000. 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: 400.000 Euro. 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: The foreseen construction period will be app. 18 months; followed by a Defects Notification Period of 24 months. The Supervision activities will start one month before the construction starts and will be performed until one month after the completion of the Defects Notification Period of 24 months. Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: In case of advance payment advance bank guaranty III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: 20% Advance payment Maximum five Interim payments every three months Last Interim payment upon approval of Completion Report Final Payment equal to 20% upon issuance of the Taking over Certificate. Payments will be made only upon satisfactory acceptance, delivery and receipt of deliverables, not later than 30 calendar days. III.1.4) Other particular conditions: The performance of the contract is subject to particular conditions: No. III.2) Conditions for participation III.2.2) Economic and financial ability: 1) Economic and financial capacity of candidate Consultant. The average annual turnover of the candidate Consultant must be at least 200 000 EURO/year within the last 3 years (2012, 2013 and 2014). In case of Consultant being a public body, equivalent information should be provided. In case of joint venture all parties combined must meet requirement. 2) Professional capacity of candidate Consultant: 2.1 The candidate Consultant shall have at least 5 permanently employed engineers currently working for the candidate Consultant in fields related to this contract. Only one member of JV/Consortium should meet the criteria No.2. 3) Technical capacity of candidate Consultant: 3.1. The candidate Consultant has successfully completed construction supervision services (building, civil engineering and installation works) related to the construction of the public buildings (e.g. prisons, banks, hospitals, courts, other high security buildings) at least 2 (two) contracts with a budget of at least EUR 150.000 each (carried out by the Consultant as a Main Contractor or Consortium Partner having at least 70% participation in the Contract) and which was completed within the last 3 years prior to the publication of the Contract Notice. 3.2. The candidate Consultant has had at least 1 contract related to designing or supervision of the buildings with the advance security and surveillance systems in the past 5 years. In case of JV, criteria under point 3 apply to one of the members but not necessarily both sub-criteria (3.1 and 3.2) to same member. Documentary Evidence: Copies of signed contracts (with the list of delivered services) and Confirmation Letters from Client. III.3) Conditions specific to service contracts III.3.1) Information about a particular profession: Execution of the service is reserved to a particular profession: Implementation of the services is conditioned by the signing of the works contract for the Construction of the Prison Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure: Open. IV.2) Award criteria IV.2.1) Award criteria: Combined quality & cost and fixed budget selection in terms of the criteria stated below. Criteria: The weights given to the Technical (T) and Financial (P) Proposals are: T = 0,8, and P = 0,2 Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%. IV.2.2) Information about electronic auction: An electronic auction will be used: No. IV.3) Administrative information IV.3.2) Previous publication(s) concerning the same contract: No. IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document: Payable documents: No. IV.3.4) Time limit for receipt of tenders or requests to participate: February 2 nd 2016, 12hours Local Time. IV.3.6) Language(s) in which tenders or requests to participate may be drawn up: English. IV.3.7) Minimum time-frame during which the tenderer must maintain the tender: Duration in days: 90 (from the date stated for receipt of tender). IV.3.8) Conditions for opening of the tenders: February 2 nd 2016, 12.30hours (Local time). Place: Ministry of Justice of Republic of Serbia No 22-26 Nemanjina Street, 4 th floor, congress hall 11000 Belgrade, Serbia Persons authorised to be present at the opening of tenders: Representatives willing to attend need to be authorised to do so. Additional information about authorised persons and opening procedure: No 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 the grant provided by the Council of Europe Development Bank, International Organisation, Paris. VI.5) Date of dispatch of this notice: 17.12.2015, local time.
| CPV-Code: |
71247000
|
| Abgabefrist: |
02.02.2016 |
| Typ: |
Contract notice |
| Status: |
Submission for all lots |
| Aufgabe: |
Other |
| Vergabestelle: |
| name: |
Council of Europe Development Bank |
| address: |
55 avenue Kléber |
| postal_code: |
75116 |
| city: |
Paris - FR |
| country: |
FR |
| email: |
None |
| phone: |
None |
| contact_point: |
|
| idate: |
30. Juni 2020 03:52 |
| udate: |
30. Juni 2020 03:52 |
| doc: |
450599_2015.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:450599-2015:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
The most economic tender |
| Vertrag: |
Services |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
22.12.2015 |
| Erfüllungsort: |
Paris - FR |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 France__Paris__Beratungsdienste — Überwachung der Arbeiten für den Bau der neuen Gefängnisanlage in Pančevo, Republik Serbien |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|