draft - Ministria e Tregtisë dhe Industrisë

advertisement
Republika e Kosovës
Republika Kosova-Republic of Kosovo
Qeveria –Vlada -Government
Ministria e Tregtisë dhe Industrisë - Ministarstvo Trgovine i Industrije - Ministry of Trade and Industry
CONTRACT NOTICE
WORKS
According to Article 40 of Law No. 04/L-042 on Public Procurement in Kosovo
Date of the preparation of the Notice: 06/02/2013
Procurement No
MTI204
14
008
This notice has been prepared in the LANGUAGES:
Albanian
Serbian
511
English
SECTION I: CONTRACTING AUTHORITY
I.1) NAME AND ADDRESS OF THE CONTRACTING AUTHORITY (CA)
Official name: Ministry of Trade and Industry
Postal address: St "Muharram Fejza" neighbourhood nn Hospital Second Floor no. 117 to 118, 10000
Pristina
Town: Pristina
Postal code: 10000
Country: Kosovo
Contact point(s): Bexhet Asllanaj
Email: bexhet.asllanaj@rks-gov.net
burim.koraqi@rks-gov.net
Internet address (if applicable):
Telephone:
038/20036513-038/20036535
Fax:
www.mti-ks.org
The contracting authority is purchasing on behalf of other contracting authorities
Yes
No
If yes, specify the identities of all Contracting Authorities entitled to Call-off under the terms of the
contract or refer to an Annex.
SECTION II: OBJECT OF THE CONTRACT
II.1) DESCRIPTION
II.1.1) Contract title attributed by the contracting authority:
"Construction of the plant for purification of wastewater and industrial BPD"
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Works
Supplies
Services
Standard Form “Contract Notice”
1
Execution
Design and execution
Realisation, by whatever
means, of work, corresponding
to the requirements
Purchase
Lease
Rental
Hire purchase
A combination of these
Main site or location of works
Main place of delivery
Main place of performance
BPD
.
_______________________
_______________________
II.1.3) The notice involves
A public contract
Yes
No
The establishment of framework agreement
Yes
No
II.1.4) Information on framework agreement (if applicable):
Framework agreement with single operator
Framework agreement with several operators
Execution of the Contract:
Call offs/Place Orders
Subsidiary Contracts/Mini-competition
Duration of framework agreement: in months
II.1.5) Short description of the object of the contract
"Construction of the plant for purification of wastewater and industrial BPD"
II.1.6) Common Procurement Vocabulary classification (CPV): 45000000-7
II.1.7) Variants are accepted
Yes
No
II.1.8) Division into lots
Yes
No
If yes, tenders should be submitted for (tick one box only)
one lot only
one or more lots
All lots
II.1.9) Information about lots (if applicable)
Standard Form “Contract Notice”
2
II.3) DURATION OF THE CONTRACT OR TIME LIMITS FOR COMPLETION
Starting
By signing the Contract.
Completion Until the completion of the approval by the Project Manager and the final
report.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Performance security required
Yes
No
If yes, amount of performance security 10 % of contract value.
III.1.2) Legal form to be taken by grouping of economic operators to whom the contract is to
be awarded (if applicable)
_______________________________________________________________________________
III.1.3) Other particular conditions to which performance of the Yes
No
contract is subject
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Eligibility Requirements:
1 . Statements under oath that you meet the eligibility requirements of the Law no. 04 / L - 042 ,
Section 65 , as stated in this Section, shall be submitted in the form of Annex - original .
2 . A statement signed by the appropriate authority in the place of establishment of your registration
in professional, commercial and / or corporate , should be submitted , along with a description of
primary and secondary services company which also included similar .
3 . Certificate of Fiscal Number
4 . Certificate of VAT registration
5 . Evidence that the company is in bankruptcy or under forced administration of court issued by the
Commercial Court , requires original or certified copy , not older than 30 days , ( not submitting this
evidence will not disqualify your bid , but must be submitted by EO which aims to provide the
required contract ..... original or certified copy by the competent authorities ) .
6 . A statement issued by the Tax Administration of your establishment that you are not delinquent
in the payment of taxes at least until the last quarter , ( not submitting this evidence will not
disqualify your bid , but which delivered the EO the contract aims to provide required ..... original
or certified copy by the competent authorities ) .
Documents ( under 5 and 6 ) must be submitted only by the winning bidder , before the publication of the
contract award. Failure in delivery of such documents , will make their tender will be rejected and will
continue with the tenderer listed in second place .
III.2.2) Professional Suitability:
1 . A statement signed by the appropriate authority in the place of establishment of your registration
in professional, commercial and / or corporate , should be submitted , along with a description of
primary and secondary services company which also included similar .
2 . VAT Certificate
3 . Fskal number certificate issued by the Tax Administration
Documentary evidence required
1 . KBRA certificate ( copy ) .
2 . VAT Certificate ( copy ) .
3 . Certificate of Fiscal Number ( copy ) .
Standard Form “Contract Notice”
3
Requirement (s ) for each member of the group in case the tenderer is a group of economic operators :
If a tender is submitted by a group of economic operators , the group is required to appoint one of the
members of the group , as operator for the contact and , along with his tender , submit a signed original of
the agreement establishing the group.
In case the tender submitted by a group of economic operators , all members of this group should have
their right in accordance with the provisions of section III.2.1 ) . All group members must provide the
evidence required in accordance with paragraph III.2.2 ) of this notification .
III.2.3) Economic and financial capacity
The economic operator must:
- Testify turnover for last 3 years (2011-2013) at least € 3,000,000.00 testify on construction contracts, as
well as flow through TAK.
III.2.4) Technical and professional capacity
The economic operator must:
- Testify that at least three contracts dealing with hydro-technical facilities ( impianate , pools , dams ,
sewers , water channels , river beds , etc. ) . Copies of the parties involved who carries
- List of equipment ( machinery ) , which has the company name or use agreement . copy
- List of staff employees of the company , at least 20 workers in 2013 to demonstrate TAK list . copy
- Audit reports of the company for the year 2010-2012. copy
- Certificate for the company , which shows the ISO Standard . copy
- Assurance of quality works should be two years from the date of receiving the project / facility . Evidence
of a statement by the company and signed vulosuar . Original
- Dynamic plan , mostly 120 calendar days from the date of commencement of works . The original proof
of detailed dynamic plan .
- Submit staff of engineers :
• The Project Manager should be Engineer of Architecture or Civil Engineering constructive , with 10
years experience , and have appointment letter from the company , which will be the project manager .
• Graduate Civil Engineer - CONSTRUCTIVE direction - with work experience of at least 5 years
• Graduate of Civil Engineer - direction Hydrotechnic - with experience that paka 3 years
• Engineer of Architecture - with work experience of at least 3 years
• Engineer of Electrical Engineering - with work experience of at least 3 years
• Machinery Engineer - with work experience of at least three years .
Clarification : Engineers including project manager , must be submitted to :
o Diplomas , CVs ( presenting work experience ) , as well as contract or reference that proves that the
required experience .
o Evidence of TAK (paid tax to 12 months by 2013 ) .
o Contracts with engineers having at least until the last quarter of 2014 .
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of Procedure
Open
Restricted
Justification for the choice of negotiated procedure
Negotiated
_____________________________________________________________
IV.2) AWARD CRITERIA
Tick the appropriate box and delete the other
Lowest price
Standard Form “Contract Notice”
4
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) Previous publications concerning the same contract
Yes
No
If yes,
Prior Indicative Notice: ______________________________________
Other publications (if applicable): ______________________________
IV.3.2) Conditions for obtaining tender dossier
Time limit for receipt of requests for [tender dossier]: date 14.03.2014, 16:00 h
Payable documents
Yes
No
If yes, price _____________________
Terms and method of payment: ____________________________________________________
IV.3.3) Time limit for receipt of tenders:
Date 20/03/2014 time 14:00 place _ St "Muharram West" neighborhood nn Hospital Second Floor
no. 117 to 118
IV.3.4) Time limits is shortened for submission of tenders
yes
no
If yes, provide justification
IV.3.5) Is tender security needed:
Yes
No
The value of tender security 20,000.00 €
Validity of tender security in days 120
IV.3.6) Tender validity period: Until: 120 days
IV.3.7) Tender opening meeting:
Date 20/03/2014 time 14:30 place _ St "Muharram West" neighborhood nn Hospital Second
Floor no. 117 to 118
SECTION V: COMPLEMENTARY INFORMATION
V.1) COMPLAINTS
Any interested party may file a complaint with the Procurement Review Body, according to
the provisions of Title IX of Law No. 04/L-042, Law on Public Procurement in Kosovo.
V.1.1) ADDRESS OF THE PROCUREMENT REVIEW BODY (PRB)
Official name: Public Procurement Body
Address of the PRB: Str, Garibaldi
Town: Prishtina
Postal code:
Electronic address (if applicable):
Contact person:
E-mail:
Telephone:
Fax:
Standard Form “Contract Notice”
5
V.2) ADDITIONAL INFORMATION
Note: Economic operators will be entitled to submit a tender, request to participate and
other documents required or permitted to be filed during the conduct of a procurement
activity in Albanian, Serbian or English.
Add other information:
Standard Form “Contract Notice”
6
Download