MINISTRY OF TRANSPORT AND COMUNICATION — MACEDONIA has floated a tender for Contract notice: Construction work. The project location is Macedonia and the tender is closing on 07 Sep 2018. The tender notice number is 363568-2018, while the TOT Ref Number is 25976021. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Macedonia

Summary : Contract notice: Construction work

Deadline : 07 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25976021

Document Ref. No. : 363568-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF TRANSPORT AND COMUNICATION — MACEDONIA
Office Name: Ministry of Transport and Comunication — Macedonia
Address: str. Dame Gruev nº 6
Town: Skopje
Postal Code: 1000
Contact Point: +38923145557

Phone: +389 23145557
Macedonia
Email :aleksandar.popkostoski@mtc.gov.mk
URL :http://mtc.gov.mk

Tender Details

Object of the contract
Construction work

Description: Contract notice: Construction work

Authority Type: Ministry or any other national or federal authority
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: Other
Award criteria: Lowest price
CPV code: 45000000, 45000000
CPV Description: "Improvement of the Water Supply of the Inhabited Place Gorno Jabolchihste — Second Phase, Municipality of Caska"

Construction work.

All details are given at the Tender documentation.

As part of the bid, it is mandatory for the economic operator to submit a guarantee for the bid in the amount of 3 % of the total value of the bid, VAT excluded.

The bid guarantee shall be in form of a bank guarantee.

The bid guarantee should be submitted in original form and in the procedures conducted electronically.

Copies shall not be accepted.

The bank guarantee should be issued from a bank acceptable for the Contracting Authority, using the Bid guarantee form for such purpose which is provided in Annex 6 to the Tender documentation. The Contracting Authority can charge the bid guarantee if the economic operator:

— withdraws its bid prior to the expiry of the validity period thereof,

— does not accept the correction of the arithmetical errors by the commission,

— does not sign the public procurement contract, and

— fails to provide the guarantee for qualitative contract performance.

The guarantee must have validity period of at least 14 days from the day of expiry of the bid validity. Any bid that does not include a bid guarantee, or contains a guarantee for the bid that is not in accordance with the conditions stipulated in the Tender documentation, such bid will be discarded by the Contracting Authority as unacceptable.

In extraordinary cases, the Contracting Authority can request the bidders to prolong the validity period of the bid guarantee.

The bid guarantee of the unsuccessful economic operators shall be returned within 7 days upon the conclusion of the public procurement contract with the most advantageous economic operator. The bid guarantee of the economic operator whose bid is selected as most advantageous shall be returned there to upon the signing of the public procurement contract and submitting of a guarantee for qualitative performance of the contract.

The bid guarantee shall be submitted in the archive of the Ministry of Transport and Communications by the day and hour determined as a bid submission deadline at the latest. Guarantee for high-quality performance of the contract

The condition for signing a contract with the most advantageous economic operator is the provisioning of a guarantee for high-quality performance of the contract in the amount of 10 % of the value of the public procurement contract.

The guarantee for high-quality performance of the contract shall be in form of a bank guarantee.

The guarantee for high-quality performance of the contract should be submitted in original form. Copies shall not be accepted.

The guarantee for high-quality performance of the contract shall be valid until the full contract implementation.

Upon the selection of most advantageous bidder, the Contracting Authority shall additionally determine the final date of the guarantee validity.

The bidder selected as most advantageous one shall submit the guarantee for high-quality performance of the contract to the Contracting Authority within 10 working days upon the contract conclusion. The guarantee for high-quality performance of the contract shall be submitted within the determined period, as follows: by mail or personally in the headquarters of the Contracting Authority.

The guarantee for high-quality performance of the contract shall be charged if the contractor fails to fulfill any of the obligations from the public procurement contract within the due date.

The guarantee for high-quality performance of the contract shall be returned to the contractor within 14 days as of the day of the full implementation of the public procurement contract and after the contractor submits the bank guarantee for guarantee term to the Contracting Authority.

As a requirement for execution of the public procurement contract, the contractor shall be obliged to secure a guarantee for a guarantee period in amount of 5 % of the public procurement contract value, VAT included, by which the one shall be obliged, on own expense, to remove all shortcomings occurring as a consequence of substandard execution of works or substandard implementation of material and equipment, as well as for other shortcomings occurring within the guarantee period and attributed to the contractor.

Payment shall be made as follows:

— payment of the Advance shall be made on the grounds of signed and verified Advance certificate by an authorized person from the contractor submitted to the Contracting Authority,

— payment shall be made on the grounds of signed and verified interim certificates and on the grounds of a signed and verified final certificate by an authorized person from the contractor and the Supervising Engineer submitted to the Contracting Authority after the work is actually performed, and

— payment shall be made by transfer order within 180 days after the receipt of signed and verified interim certificates, that is, signed and verified final certificate by an authorized person from the contractor and the Supervising Engineer submitted to the archives of the Contracting Authority after the work is actually performed.

The method of payment is obligatory.

Information and formalities necessary for evaluating if the requirements are met:

Information and formalities necessary for evaluating if the requirements are met: — statement of the Economic operator that, within the last 5 years, it has not had any legally effective judgment for participation in a criminal organization, corruption, fraud or money laundering, pronounced against it;

— confirmation that it is not subject to an open bankruptcy procedure by a competent authority of the country of registration of the economic operator;

— confirmation that it is not subject to an open liquidation procedure by a competent authority of the country of registration of the economic operator;

— confirmation for paid taxes, contributions and other public dues issued by a competent authority in the country where the economic operator is registered; not pronounced with a second penalty prohibiting the participation in the public procedures, the public procurement contract award procedures and the public private partnership procedures;

— confirmation from the Registry of penalties for committed criminal acts of the legal entities that they were not pronounced with a second penalty for temporary or permanent prohibiting for performing certain activity, and

— confirmation that there is no legally effective judgment imposing a misdemeanour sanction involving prohibition to perform a profession, activity or duty, or prohibition to perform a specific activity, imposed against it from the country of registration of the economic operator.

The statement referred to in indent 1, sub-item 2.5.1 is prepared in an electronic form and signed with an electronic signature by the economic operator, and the same should not be verified by a competent authority. The confirmation referred to in indent 2, sub-item 2.5.1, that there are is open bankruptcy procedure, and the confirmation referred to indent 3 of sub-item 2.5.1, that there is no open liquidation procedure, as well as the confirmations of the registry of penalties for committed criminal acts referred to in indents 5 and 6 of sub-item 2.5.1, are issued by competent authorities in the country where the economic operator is registered. The Central Registry of RM is the competent authority for issuing such confirmations in the Republic of Macedonia. The confirmation referred to in indent 4, sub-item 2.5.1. for paid taxes, contributions and other Public dues is issued by a competent authority in the country of registration of the economic operator. The Public Revenues Office is the competent authority in the Republic of Macedonia for issuing of this confirmation. The confirmation referred to in indent 7, sub-item 2.5.1. is issued by the competent authority of the country where the economic operator is registered. The Central Registry of RM is the competent authority for issuing of this confirmation in the Republic of Macedonia.

The documents referred to in sub-item 2.5.1 must not be older than 6 months counted backwards from the final deadline for submission of the tenders. The documents proving the personal standing are submitted in original or a copy verified by the Economic operator. If the Contracting Authority has any doubts regarding the documents proving the personal standing of the Economic operator, it can request information directly from the competent bodies that have issued the documents proving the personal standing. If the country where the economic operator is registered does not issue the documents referred to in sub-item 2.5.1 or if the documents do not include all cases stipulated above, the economic operator shall be obliged to submit a statement, verified with a competent authority, declaring that: there are no open bankruptcy procedures against it; there are no open liquidation procedures, that the economic operator has paid alltaxes, contributions

And other public dues to the state; that no second penalty prohibiting the participation in public procurement procedures, contract award procedures or public private partnership procedures was pronounced against the economic operator; that no second penalty for temporary or permanent prohibition for performing a certain activity was pronounced against the economic operator; and that no legally effective judgment for a misdemeanour sanction — prohibition to perform a profession, activity, or duty, that is, a temporary prohibition to perform a certain activity in the country of registration of the tenderer was pronounced against the economic operator. The Contracting Authority shall exclude from the procedure for awarding a public procurement contract,

Anyeconomic operator that:

— within the last 5 years has had a legally effective judgment pronounced against it for participation in a criminal organization, corruption, fraud or money laundering;

— is subject to a bankruptcy procedure or a liquidation procedure,

— has unpaid taxes, contributions or other public dues,

— has been pronounced with a second penalty prohibiting the participation in public procedures.

Publicprocurement contract awarding and public private partnership contracts:

— has been pronounced with a second penalty for temporary or permanent prohibition for performing of acertain activity;

— has a misdemeanor sanction involving prohibition to perform a profession, activity or duty, or temporary prohibition to perform a specific activity, and

— gives false information or fails to submit the data requested by the Contracting Authority.

The criteria for proving the capability to perform a professional activity of the economic operators are as follows:

— The economic operator shall be registered as legal entity for performance of the activity related to the subject of the public procurement contract or that the economic operator belongs to a related professional association in accordance with the regulations of the country where it is registered, and

— The economic operator shall possess a License B for a contractor of second category constructions, in accordance with the Law on Construction ("Official Gazette of the Republic of Macedonia" No. 130/09, 124/10, 18/2011, 36/2011, 54/2011, 13/2012, 144/2012, 25/2013, 79/2013, 137/2013, 163/2013, 27/2014, 28/2014, 42/2014, 115/2014, 149/2014, 187/2014, 44/2015, 129/15, 217/15, 226/15, 30/16, 31/16, 39/16, 71/16 ? 132/16).


Internet address (URL): http://mtc.gov.mk
Directive: Classical Directive (2004/18/EC)

Documents

 Tender Notice