МИНИСТЕРСТВО НА ОБРАЗОВАНИЕТО И НАУКАТА has floated a tender for Contract notice: Construction work. The project location is Bulgaria and the tender is closing on 01 Apr 2020. The tender notice number is 093931-2020, while the TOT Ref Number is 40987373. 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 : 01 Apr 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 40987373

Document Ref. No. : 093931-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : МИНИСТЕРСТВО НА ОБРАЗОВАНИЕТО И НАУКАТА
Office Name: Министерство на образованието и науката
Address: бул. „Княз Александър Дондуков“ № 2А
Town: Sofia
Postal Code: 1000
Contact Point: Йовко Иванов Йовчев

Phone: +359 29217601
Fax: +359 29217612
Bulgaria
Email :i.iovchev@mon.bg
URL :https://mon.bg

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: European Union
Award criteria: The most economic tender
CPV code: 45000000, 45000000, 45000000
CPV Description: Construction work.

Engineering - design, supervision and execution of construction works, for modern. in the image. Infrastructure of 27 high schools in the Ministry of Education and Science under the Operational Program 2014-2020 "Support for Professional Schools in the Republic of BULGARIA"

Design and execution of constructions of and in buildings of the third category according to Article 137, Paragraph 1, Item 3, letter "c" from the PTA, as well as for the design and execution of construction of and in real estate buildingscultural values of category "local importance", according to Article 137, paragraph 1, item 4, letter "e" of the Territory Act.

Main Site: 1. HSTO "Hristo Botev", Montana. construction site within the meaning of Article 3, paragraph 1, item 1, letter "b" of the Public Procurement Law for the design and execution of constructions of and in third category buildings, according to Art. 137, para. 1, item 3, letter "c" of the Territorial Law.

Scope of the public procurement inclActivities:

• Preparation of investment projects in the technical design phase for the interventions envisaged in the terms of reference for the buildings, which should include:

- all mandatory energy-saving measures prescribed in the energy efficiency survey, with a view to meeting the minimum energy requirements Efficiency to reach energy class "C" or higher, in a hoverproperty of the requirements of the energy audit,

- all the mandatory measures envisaged in the technical passport and in the report on the results of the inspection to determine the actual technical characteristics,

- measures to ensure an accessible architectural environment in accordance with the current regulatory framework, incl. and Ordinance No. 4 of July 1, 2009,

- accompanying measures that are admissibleand on the project and without the implementation of which the completion and sustainability of the specific object cannot be achieved. also the specific requirements laid down in the documentation

Products must be rated as conforming to the samethe essential requirements set out in the Product Technical Requirements Act (STIP). The proposed products and materials for energy renovation (thermal insulation systems, window frames, etc.) must have at least technical characteristics corresponding to those laid down in the energy performance audits of buildings.construction design data should include detailed quantitative and value bills, detailed drawings, details and specifications to fully ensure the construction of each site.

All graphic and text documents, all parts of investment projects are signed and stamped by the designer of the respective part and agree with the signature of the designers of the restand the headmaster of the respective school as a contracting authority within the meaning of the PTA. They do not agree with the signature of the calculations made by the designer for the respective part.

The technical designs should be coordinated with the operating companies and all the necessary institutions (where applicable) and include the parts specified in the relevant project design task.

• Page executionThe installation and repair works for the sites included in the scope of the public procurement are carried out in accordance with Part Three "Construction" of the Spatial Planning Act and commence after the issuance of a building permit. ) of the construction works for each site, will be certified by drawing up and signing by the participants in the construction process of the relevant acts and protocols in accordance with Ordinance No. 3/2003 for drawing up acts and protocols during the construction, on the basis of the approved projects and the detailed approved quantitative value account of the project. in accordance with the regulatory requirements, with the technical specification of the Contracting Authority, with the specificationis of the construction products, materials and equipment invested in the construction works, as well as with the approved detailed quantitative account of the project. the objects covered by the contract.

1. Participants needand be entered in the Central Professional Register of Builders of the Bulgarian Chamber of Builders for execution of construction works of the first group, third category according to Art. 5, para. 6, item 1.3.2 of the Regulations for the order for entering and keeping of the Central Professional Register of Builders (RVPRSP) in connection with Art. 137, para. 1, item 3, letter "c" of the Spatial Planning Act.

2.of item No. V, must be entered in the Central Professional Register of Builders of the Bulgarian Construction Chamber in the Republic of BULGARIA, both for the execution of the works under the previous point and for the execution of works from the first group, fourth category according to Art. 5, para. 6, item 1.4.4 of the PRWCRPD in connection with Art. 137, para. 1, item 4, letter "e" from the Territorial Law.

With the participation of a non-legal associationto the person, the registration requirement shall be proved by each participant in the grouping who will perform the construction, according to the distribution of the persons participation in the performance of the activities stipulated in the contract for the formation of the grouping. according to the type and proportion of the order they will perform.

Foreignpersons must be entered in similar registers according to the law of the country in which they are established.

1. Before concluding a public procurement contract, the contracting authority will require each participant designated as a contractor for each of the lots to submit a certified copy of a certificate for entry in the Central Professional Register of Builders to the Construction Chamberin the Republic of BULGARIA for execution of construction works of the first group, third category according to art. 137, para. 1, item 3, letter "c" of the Spatial Planning Act.

2. Prior to the conclusion of a public procurement contract, the contracting authority shall require the tenderer designated for Contractor under Lot No V to submit a certified copy of a certificate for entry in the Central Professional Register of the builder to the House of Buildersin the Republic of BULGARIA for the execution of construction works of the first group, fourth category according to art. 5, para. 6, item 1.4.4 of the PRWCRPD in connection with Art. 137, para. 1, item 4, letter "e" from the Spatial Planning Act.

1. Certified copy of the concluded valid Professional Liability Insurance in design and certified copy of the concluded valid Professional Liability Insurance in construction with coverage corresponding to oThe nature of the contract and the nature of the contract for the construction category.

Before concluding a public procurement contract, the contracting authority requires that each tenderer, designated as a contractor under one of the lots, submit documents under Art. 62, para. 1, item 2 of the Public Procurement Act - evidence of the existence of professional liability insurance.

In response to the requirement for professional liability insurance ofthe persons under art. 171, para. 1 of the LTA, participants who are persons of a Member State of the European Union or of another State party to the Agreement on the European Economic Area may provide equivalent professional liability insurance or a guarantee issued in another Member State of the European Union, or in a party to the European Economic Agreementspace.

The insurance must be valid at the time of the conclusion of the contract.

2. Report on turnover in the area covered by the contract, covering the last 3 financial years (2017, 2018 and 2019), depending on the date on which the participant was established or started its business and income statement as an integral part of the annual financial statementsreports for the same period (2017, 2018, and 2019) when they are required to be published under the law of the country in which the participant is established. reports have been announced in the commercial register, the income statement may not be presented. When for objective reasons the participant cannotto submit the documents requested by the contracting authority, he may prove his economic and financial status with any other document that the contracting authority considers appropriate. contractor has been established, the deadline for the preparation of the annual financial statements is notexpired at the time the contract is concluded, it may submit another document containing the summary information for 2019, which is usually included in the statement, such as the estimated profit and loss account for 2019, or a reference to the relevant content.

Requirements: Have a PPP under the "Surveying" part under the LACIIP or equivalent.

8. Designer under the "Safety Plan" part

Min. number of designers under this part: for OP No I 1; for OP No II 2; for OP No III 1; for OP No IV 1; for OP No V 1.

Requirements : To have a PPP according to the LACEP or equivalent, regardless of the specialty.

9. Designer under the part of the Construction Waste Management Plan (EMP)

Min. number of designers under this part: for OP No I 1; for OP No. II 2; for OP No III 1; for OP No IV 1; for OP No. V 1.

ANDRequirements: To have design competency, according to the LACEA or equivalent, regardless of the specialty.

10. Designer under Fire Safety (PS).

Minimum number of designers under this part: for OP No. I 1; for OP No. II 2; for OP No. III 1; for OP No. IV 1; for OP No. V 1.

Requirements: To have a RRS under the part "Fire Safety.

Notes:

- Foreign persons submit an equivalent document, certifying their right to carry out design activities in the country where they are established,

- A designer can design and supervise more than one design part if it meets the relevant requirements,

- The participants must comply with the norm of Art. . 7, para. 9 of the LCIAI, according to which: "The same person cannot participate in the construction process at the same timeas a designer and builder. "

Builders

1. Head of construction team.

In each of the separate positions the contracting authority requires the participants to have one Head of construction team.

Requirements:

Bachelor`s or Master`s Degree, with acquired professional qualification "civil engineer" or "architect", major in "Industrial and civil construction", "Construction of buildings and equipmenti "or" Architecture "or equivalent.

2. Technical Manager

Min. number of technical managers: for OP No I 3; for OP No. II 5; for OP No. III 4; for OP № IV 2; for OP No. V 2.

Requirements: Professional qualification as a civil engineer, architect or construction technician, as required by Art. 163a, para. 4 of the TSA or equivalent.

3. Quality Control Coordinator

Min. broits Quality Control Coordinators: for OP No I 1; for OP No. II 2; for OP No III 1; for OP No IV 1; for OP # V 1.

Requirements: To have a valid certificate (certificate) for the completed training course for control over the quality of construction performance and for control of the conformity of construction products with the essential requirements of the LTA, or equivalent document.

4. Coordinatorof sales

Min. number of OSH coordinators: for OP # I 1; for OP No. II 2; for OP No III 1; for OP No IV 1; for OP # V 1.

Requirements: Must have valid credentials. for the completed safety and health training course in accordance with the Health and Safety Act and Regulation No. RD-07-2 of December 16, 2009 or equivalent.

5. Expert in the section "Electrical installations".

Minimum number of experts in this section: for OP No. I 3; for OPNo. II 4; for OP No. III 3; for OP № IV 2; for OP No. V 2.

Requirements: Tech. competent persons in the specialties "Electrical Engineering", "Electric Power Engineering and Electrical Equipment", as required by Art. 163a, para. 2 of the SPA, or equivalent.

6. Expert in Water Supply and Sewerage.

Minimum number of experts in this part: for OP No I 3; for OP No II 4; for OP No III 3; for OP No IV 2; for OP No. V 2.

FromRequirements: Tech. competent persons in the specialty "Water Supply and Sewerage", as required by Article 163a, paragraph 2 of the Spatial Planning Act, or equivalent.

7. number of experts in this part: for OP No I 3; for OP No. II 4; for OP No. III 3; for OP № IV 2; for OP No. V 2.

Requirements: Tech. competent persons in the specialties "Heat Engineering", "HVAC", or "Air Conditioning and Refrigeration", according toon the requirement under Art. 163a, para. 2 of the LTA, or equivalent.

Note: The same person is not allowed to combine the positions of Quality Control Coordinator and LTA Coordinator with another position in the procurement team.


Internet address (URL): https://mon.bg

Documents

 Tender Notice