MUNICIPALITY OF TOPOLOVGRAD has floated a tender for Works for “Overhaul of the Existing Building of Community Centre “. The project location is Bulgaria and the tender is closing on 20 Oct 2020. The tender notice number is CB005.2.21.083 – LP – Works1, while the TOT Ref Number is 45873569. 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 : Works for “Overhaul of the Existing Building of Community Centre “

Deadline : 20 Oct 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 45873569

Document Ref. No. : CB005.2.21.083 – LP – Works1

Competition : ICB

Financier : European Union (EU)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MUNICIPALITY OF TOPOLOVGRAD
1 “Osvobozhdenie” sq., 6560 Topolovgrad, Haskovo District
Bulgaria

Tender Details

Tenders are invited for Works for “Overhaul of the existing building of Community Centre “Sv. Sv. Kiril i Metodiy1894”- Topolovgrad” within project CB005.2.21.083.

Tender procedure for Works for “Overhaul of the existing building of Community Centre “Sv. Sv. Kiril i Metodiy1894”- Topolovgrad” within project CB005.2.21.083

16.09.2020



Tender procedure for Works for “Overhaul of the existing building of Community Centre “Sv.Sv. Kiril i Metodiy1894”-Topolovgrad” within project CB005.2.21.083

Publication reference: CB005.2.21.083 - LP - Works1



Municipality of Topolovgrad intends to award a work contract for "Overhaul of the existing building of Community Centre “Sv. Sv. Kiril i Metodiy1894” - Topolovgrad under project CB005.2.21.083 in the town of Topolovgrad, Municipality of Topolovgrad, Bulgaria with financial assistance from the Interreg-IPA Cross - Border Cooperation Bulgaria-Turkey Programme 2014-2020. The tender dossier is available on available from Municipality of Topolovgrad with address: 1 "Osvobozhdenie" sq., 6560 Topolovgrad, Haskovo District, Bulgaria and is published on the website of the Contracting authority with address: https://www.topolovgrad.net/ and on the website of the Programme with address: http://www.ipacbc-bgtr.eu/bg.

The deadline for submission of tender is 20.10.2020, at 16:00 o-clock local time. Possible additional information or clarifications/questions shall be published on the website of the Contracting authority with address: https://www.topolovgrad.net/ and on the website of the Programme with address: http://www.ipacbc-bgtr.eu/bg.

The tender dossier is attached below:

File c2_works_083_lp.rar





WORKS CONTRACT NOTICE
Contract title: „Overhaul of the existing building of Community Centre “Sv. Sv. Kiril i Metodiy1894” - Topolovgrad under project CB005.2.21.083“
Location - Municipality of Topolovgrad, Haskovo District, Bulgaria
1. Reference
CB005.2.21.083 - LP - Works 1
2. Procedure
Simplified
3. Programme title
Interreg-IPA Cross - Border Cooperation Bulgaria-Turkey Programme 2014-2020, Second Call for project proposals No 2014TC16I5CB005-2018-2
4. Financing
The project is co-financed by the European Union, in accordance with the rules of Interreg-IPA Cross - Border Cooperation Bulgaria-Turkey Programme 2014-2020, Second Call for project proposals No 2014TC16I5CB005-2018-2.
The project is co-financed by the national budgets of the Republic of Bulgaria and the Republic of Turkey.
5. Contracting authority
MUNICIPALITY OF TOPOLOVGRAD
Address: 1 “Osvobozhdenie” sq., 6560 Topolovgrad, Haskovo District, Bulgaria
CONTRACT SPECIFICATIONS
6. Nature of contract
Lump-sum
7. Description of the contract
Community centre “Sv. Sv. Kiril i Metodiy 1894” - Topolovgrad is the institution ensuring cultural life in Municipality of Topolovgrad including international events and presenting the cultural heritage. Its building is municipal property with built-up area of 1482.05 sq. m and all-out built-up area of 4047.56 sq. m. and in very bad condition. Municipality of Topolovgrad needs to ensure overhaul of the building of the community centre in order to ensure better conditions for presentation and practicing of intangible cultural heritage and organization of local, national and international events aiming more tourists- visits and overnights in the area. The overhaul will include: mounting of heat insulation on external walls and roof, mounting of waterproofing, roof repair, mounting of new doors and glazing of the windows of the lobby, mounting of new windows, refreshing stone facing of the facade with appropriate preparations, mounting of new gutters, installation of new energy-saving lighting, equipment of a separate toilet accessible to people with disabilities etc. Envisaged construction works will lead to improved performance characteristics of the building which is a scene for the intangible cultural heritage of the area.
8. Provisional commencement date of the contract
29.01.2021
9. Period of implementation of tasks
The period of implementation of tasks shall be 6 months (180 days) from the issuing of contract, provision of access to the sites of construction (with protocol for opening a construction site and for determining the construction line and level (Annexes № 2 and 2a) as per Ordinance № 3 of 31 July 2003 on drawing up acts and protocols during the construction) and the provision of necessary construction documentation and permissions mentioned in Article 8.1 of this Special conditions until the provisional acceptance (with Statement of findings for establishing the suitability for acceptance of the construction (Annex № 15) ) as per Ordinance № 3 of 31 July 2003 on drawing up acts and protocols during the construction) without prejudice to extensions of the period which may be granted under Article 35 of the General Conditions.

TERMS OF PARTICIPATION
10. Eligibility and rules of origin
Participation in this tender procedure is open not only to the invited tenderers.
Participation is open to all natural persons who are nationals of and legal persons participating either individually or in a grouping (consortium) of tenderers which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union`s instruments for external action (CIR) for the applicable Instrument under which the contract is financed (see also heading 17 below). Participation is also open to international organisations. All goods purchased under the contract must originate from an eligible source country as defined above. However, the goods to be purchased may originate from any country, whenever the total price of the estimated quantity of those goods, as reflected in a separate item of the breakdown of the lump-sum price (Volume 4.2.3) is below EUR 100 000.
For UK candidates or tenderers: Please be aware that following the entry into force of the EU-UK Withdrawal Agreement* on 1 February 2020 and in particular Articles 127(6), 137 and 138, the references to natural or legal persons residing or established in a Member State of the European Union and to goods originating from an eligible country, as defined under Regulation (EU) No 236/2014** and Annex IV of the ACP-EU Partnership Agreement***, are to be understood as including natural or legal persons residing or established in, and to goods originating from, the United Kingdom ****. Those persons and goods are therefore eligible under this call.
* Agreement on the withdrawal of the United Kingdom of Great Britain and Northern Ireland from the European Union and the European Atomic Energy Community.
** Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11 March 2014 laying down common rules and procedures for the implementation of the Union`s instruments for financing external action.
*** Annex IV to the ACP-EU Partnership Agreement, as revised by Decision 1/2014 of the ACP-EU Council of Ministers (OJ L196/40, 3.7.2014)
**** including the Overseas Countries and Territories having special relations with the United Kingdom, as laid down in Part Four and Annex II of the TFEU

11. Subcontracting
Subcontracting is allowed.
Subcontractors, suppliers and entities upon whose capacity the tenderer relies for the selection criteria, must be eligible in respect of the rules on nationality and origin for the financing programme detailed in Section 10 above.
12. Grounds for exclusion
Natural persons, companies or undertakings falling into a situation set out in Section 2.6.10.1.1. (‘exclusion from participation in procurement procedures-) and Section 2.6.10.1.2. (‘rejection from a given procedure-) of the practical guide, are not entitled to participate in this tender procedure or be awarded a contract. Should they do so, their tender will be considered unsuitable or irregular respectively. Tenderers must provide declarations to the effect that they are not in any of the exclusion situations listed in Section 2.6.10.1. of the practical guide. The declarations must cover all the members of a joint venture/consortium. Tenderers guilty of making false declarations may also incur financial penalties up to 10% of the value of the contract and exclusion in accordance with the Financial Regulation in force.
Those exclusion situations apply to all members of a joint venture/consortium, all subcontractors and all suppliers to tenderers, as well as to all entities upon whose capacity the tenderer relies for the selection criteria.
Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.
13. Number of tenders
Tenderers may submit only one tender. Tenders for parts of the works will not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.

SELECTION AND AWARD CRITERIA
14. Selection criteria
In order to be eligible for the award of the contract, tenderers must provide evidence that they meet the selection criteria. If a tender is submitted by a consortium, unless specified, the selection criteria will be applied to the consortium as a whole.
The selection criteria for each tenderer are as follows:
14.a Economic and financial capacity of candidate:
• The average annual turnover of the tenderer in the past 3 years for which accounts have been closed must be at least: 300 000.00 BGN
The documents with which the economic and financial capacity of the tenderer under point 14.a. is proved are financial statements or their extracts for a period equal to or less than the last 3 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in whic

Documents

 Tender Notice