„?????????????? ? ???????????“ ??? — ???? has floated a tender for Contract notice: Construction work. The project location is Bulgaria and the tender is closing on 22 Nov 2019. The tender notice number is 492800-2019, while the TOT Ref Number is 37259749. 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 : Bulgaria

Summary : Contract notice: Construction work

Deadline : 22 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37259749

Document Ref. No. : 492800-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : „?????????????? ? ???????????“ ??? — ????
Office Name: „?????????????? ? ???????????“ ??? — ????
Address: ??. „????????“ ? 6
Town: Ruse
Postal Code: 7000
Contact Point: ?????? ????? — ?????

Phone: +359 82501523
Fax: +359 82820208
Bulgaria
Email :top@vik-ruse.com
URL :http://www.vik-ruse.com

Tender Details

Object of the contract
Construction work

Description: Contract notice: Construction work

Authority Type: Utilities entity
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 45000000, 71320000, 45000000, 45000000, 71320000
CPV Description: Construction work.

Engineering design services.

Engineering of the project "Reconstruction and completion of water supply and sewerage networks in the district" Sredna Kula "and" Dolapite ", construction of a drainage collector and reconstruction of the adjacent plumbing network"

The subject of the contract includes preparation of an investment project in the phase of a technical project, construction works and execution of copyright supervision during constructionof the object "Reconstruction and completion of water supply and sewerage networks in the district" Sredna kula "and" Dolapite ", construction of a drainage collector and reconstruction of the adjacent water supply network"

Main Site: Ruse - "Sredna kula" district and "Dolapite" Quarter, as well as wherever it is needed

Reconstruction and upgrading of water supply and sewerage systems in "Sredna Kula" and "Dolapite" Quarter, construction of a drainage collector and reconstructionof the adjoining water supply and sewerage network ", including:

- review and analysis of the available project documentation for the planned activities, as well as its harmonization with the current Bulgarian standards for design and construction, the Spatial Planning Act and the by-laws for its implementation,

- preparation of an investment project in the phase of a technical project for the project "Reconstruction and completion of water supply and sewerage networks in the district" Sredna kula "and the" Dolapite "district in accordance with Ordinance No. 4 of May 21, 2001 on the scope and content of investment projects, the Spatial Planning Act and the by-laws for its implementation, as well as other applicable legislation in force,

- coordination of the project with all control bodies, operating companies and institutions as required by the regulatory framework,

- receiving all necessary opinions andpermits according to the Bulgarian legislation,

- ensuring the conformity assessment of the investment project,

- execution of construction works and any other accompanying and related activities necessary for the execution of the construction, in accordance with the regulatory requirements, requirements of the contracting authority, drawings and the tables,

- exercise of copyright supervision under the SPA, technicalproject decisions, modifications and modifications to the project, technological control and assistance in the commissioning of the site,

- preparation of executive documentation (incl. re-commissioning of SC, PC, TSK), cadastral recording of the entire construction and provision in the relevant geodesy service, cartography and data cadastre according to Art. 54a, para. 2 of the Cadastre and Property Register Act,

- training of person the contracting authority, monitoring and supporting the operation and maintenance of the site,

- submission of the site and its acceptance by the contracting authority, by model act 15 under Ordinance No. 3 of 31.7.2003 for drawing up acts and protocols during the construction and certificate of acceptance by the engineer,

- samples after completion,

- commissioning of the site with protocol model 16 Ordinance No. 3 of 31.7.2003d. for drawing up acts and protocols during construction (without issue of specimen 16 included in the completion time),

- defect reporting and elimination period - monitoring of processes, reaching design parameters and assisting staff in operation and maintenance of newly constructed elements of the site, removal at the expense of the contractor



Scope of the contract: design and construction of 5.4 km water supply network (without building deviations, indicative length on the basis of conceptual designs) and 41.1 km sewerage network (without building deviations, indicative length on the basis of conceptual designs), as well and facilities to them, in the town of Ruse.

The contractor shall submit a technical design in accordance with the available conceptual design.project (attached electronically to this documentation. The design should be carried out in the "technical design" phase of the following parts according to the scope and content of the parts of the conceptual investment project:

1. Water supply and sewerage.

2. Geodetic.

3. Constructive

4. Fire safety

5. Electrical

6. Safety and health plan, including organization (temporary and temporary) and traffic safety.

7. PUSO

8. Accounting documentation - detailed quantitative accounts for the parts of the project to which it applies

9. Other design parts (if applicable) required in connection with the approval of the investment project, incl. for the purpose of complying with the requirements of applicable legislation and good practices in the field of investment design. For coordinationof the project, the contractor receives written authority from the contracting authority to represent him in front of all operating companies and contracting institutions.

The participants must be entered in the Central Professional Register of the builder for construction of fourth group, second category, and for foreign persons - in similar registers according to the legislation of the Member State in which cf.

In the event that the participant participates as an association / consortium, such registration must be held by each member of the association / consortium who will perform construction activities in accordance with Art. 3, para. 3 and para. 4 of the LCS

When the tenderer envisages the participation of subcontractors, the requirement shall be proved for those subcontractors who, in accordance with the type and share of the contract they have been awarded, will fulfill the

When submitting a tender, participants declare compliance with this selection criterion only by completing the relevant section in a single European Procurement Document (OEDOP) - Opportunity section of OEDOP.

Proof of the stated requirement

The document proving the requirement is a certificate for entry in the CPSU with the Construction Chamber for execution of construction works of the category withorder in which the subject of the contract falls: construction works of the fourth group, the second category. If the participant is a non-resident, he or she may submit a valid equivalent document or declaration or certificate issued by a competent authority of a Member State of the European Union or of another State party to the Agreement on the European Economic Area

Documents to prove compliance with the requirement set shall be submitted by the participant designated as a contractor or upon request during the procedure in the cases of Art. 67, para. 5 and Art. 112 PPL. Documents shall also be submitted to subcontractors and third parties, if any.

1. Documents to prove the requirement under Art. 62, para. 1, item 1 and / or 3 and / or 4 of the Public Procurement Act - 1 or several of the following documents in connection with the requirement:

1.1. bank certificates;

1.2. the annual financial statements or their constituent parts, when published in accordance with the law of the country in which the participant is established;

1.3. a reference to the total turnover and / or turnover in the area covered by the contract.Reasonable tenderer is not able to present the documents requested by the contracting authority, he can prove his economic and financial status by any other document that the contracting authority considers appropriate. for the contractor or upon request during the procedure in the cases of nand Art. 67, para. 5 and Art. 112 PPL. Documents shall also be submitted to subcontractors and third parties, if any.

2. Documents to prove the requirement under Art. 62, para. 1, item 1 and / or 3 and / or 4 of the Public Procurement Act - 1 or several of the following documents in connection with the requirement:

2.1. bank certificates;

2.2. the annual financial statements or their constituent parts, when required to be publishedaccording to the law of the country in which the participant is established;

2.3. a statement of the total turnover and / or turnover in the area covered by the contract.

When the tenderer is not able to present the documents requested by the contracting authority, he can prove his economic and financial status by any other document which the contracting authority considers appropriate

Documents to prove compliance with the requirement set shall be submitted by the participant designated as a contractor, or upon request during the procedure in the cases of Art. 67, para. 5 and Art. 112 PPL. Documents shall also be submitted to subcontractors and third parties, if any.

1. Tech. and prof. opportunities (pr-we):

Extra. requirements for experts from 5 to 12 incl .:

To have the relevant expertava special attempt for completed 1 design for the part of invest. project for which is proposed in this contract. 1 expert can combine more than 1 position (from 5 to 12 incl.), If he / she corresponds to the ones indicated for the corresponding. position requirements. For foreign persons, equivalent documents are accepted, which are followed according to the law of the country where they are established. With participationof a grouping which is not a legal entity, the requirement under item 3 shall apply to the grouping as a whole. When specifying participation using a subcontractor, the requirement under item 3 also applies to each of the subcontractors according to the type and proportion of the contract they will fulfill. When submitting the offer, the tenderer shall provide the information required in Part IV of the Selection CriteriaEESC`s professional and professional competences for the professional competence of the management board as required by the contracting authority in the documentation regarding the manner in which the information is provided. selection ", in the" Technical and Professional Capabilities "of the OEDOP of the members of the associationit, by which the tenderer proves the requirements, and the documents are submitted by these members.

When the tenderer envisages the participation of subcontractors, the EDES and the documents shall also be submitted for each of the subcontractors specified.

2. Award criterion: optimal value for money, which is evaluated on the basis of price as well as indicators including quality, environmental and socialand aspects related to the subject matter of the procurement. Comprehensive Assessment (QA) has a maximum score of 100 points. The formula for calculating COs for each participant is: CO = P1 P2. The following sub-indicators are included in indicator P1:

2.1. Organization chart and relations between the parties during the execution of the contract.

2.2. Design and Construction Proposal

2.3. Builderof the program and timetable for implementation.

2.4. Measures to protect the environment and control social tensions. Specific social aspects of contract execution.

The maximum points of these sub-indicators of the first evaluation indicator are 60 points. The second evaluation indicator is P2 "Bid". The bid of the participant is calculated by the following formula (unit of measureis Bulgarian lev excluding VAT):

P2 = Proposed minimum price in lev (excl. VAT) * 40

Proposed price by the participant in lev (excluding VAT)

3. The bodies providing information on taxes, the environment, employment protection and working conditions are: NRA, MOEW, EA and EA GIT.

4. Spec. nat. grounds for exclusion:

The participant shall declare the absence or presence of a sentence of offense under Art.108a, Art. 159a - 159d, Art. 172, Art. 192a, Art. 194 217, Art. 219-252, Art. 253-260, Art. 301-307, Art. 321, 321a and Art. 352-353f of the CC.

The participant (and only he) shall not be related to other participants in the present procedure, in accordance with Art. 101, para. 11 PPA.

For the participant it should not be established by a penal decree, or a court decision, violation of Art. 61, para. 1, Art.62, para. 1 or 3, Art. 63, para. 1 or 2, Art. 118, Art. 128, Art. 228, para. 3, Art. 245 and Art. 301-305 of the Labor Code or Art. 13, para. 1 of the CTMTM or similar obligations established by an act of a competent authority under the law of the state in which the participant is established or similar obligations established by an act of a competent authority under the law of the state in which the participant is established

The circumstances under Art. 69 of the CITAA and the Participant shall meet the requirements of Art. 3, item 8 and art. 4 of ZIFODRUPDRKTLTDS.


Internet address (URL): http://www.vik-ruse.com

Documents

 Tender Notice