Download draft - KRPP

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the workof artificial intelligence, which forms the content of this project

Document related concepts
no text concepts found
Transcript
NDËRMARRJA HIDROEKONOMIKE “IBËR - LEPENC” SH.A.
HYDRO - ECONOMIC ENTERPRISE “IBËR - LEPENC” J.S.C.
V ODOPRIVREDNO P REDUZEĆE “IBËR - LEPENC” D.D.
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: 23.03.2012
Procurement No
xxx
12
008
511
This notice has been prepared in the LANGUAGES:
Albanian
Serbian
English
X
SECTION I: CONTRACTING AUTHORITY
I.1) NAME AND ADDRESS OF THE CONTRACTING AUTHORITY (CA)
Official name: HE Iber Lepenc
Postal address: Bill Klinton Nr 13
Town: Prishtine
Postal code: 10 000
Country: Prishtine
Contact point(s): Naxhie Sadiku
Telephone: 038 524 999
Email: [email protected]
Fax: 038 526 159
Internet address (if applicable):
www.iber-lepenc.org
The contracting authority is purchasing on behalf of other contracting authorities
Yes
No
X
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:
Reconstruction of the main channel-Obilic Pridvorice
II.1.2) Type of contract and location of works, place of delivery or of performance
(Choose one category only - works, supplies or services - which corresponds to the main part of the
specific object of your contract)
X
Works
X
Execution
Standard Form “Contract Notice”
Supplies
Services
1
Main site or location of works
Main place of delivery
Main place of performance
Of the main channelObilic Pridvorice
______________________
_______________________
II.1.3) The notice involves
A public contract
Yes
The establishment of framework agreement
Yes
X
No
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
Reconstruction main chanal Pridvorice Obilic for LOT 1 - L = 1897m 'and LOT 2 - L = 1522 by
segment below. The works will be executed in the presence of water
II.1.6) Common Procurement Vocabulary classification (CPV)45
II.1.7) Variants are accepted
Yes
II.1.8) Division into lots
Yes
No
X
No
If yes, tenders should be submitted for (tick one box only)
one lot only
X
one or more lots
All lots
II.1.9) Information about lots (if applicable)
Lot no
Short description
CP
V
LOT 1
Reconstruction of the main
channel in Obilic Pridvorice segm
ents:
Segment: siphon LUSHTA ON Verbnice = L = 1025m '
Segment: Verbnicetunnel tunnel Miladin L = 786m '
Segment: Miladin tunnelakuadukti Leskove L = 86m '
45
Standard Form “Contract Notice”
Quantity or
scope
Additional
information
L=1025m’
L=786m’
L=86m’
2
LOT 2
Reconstruction of the main
channel in Obilic Pridvorice segm
ents:
Segment: akuadukti Krivotok Mitkovic tunnel L = 63m '
Segment: akuadukti Mitkovicakuadukti Quka Mala L = 833m '
Segment akuadukti quka Mala Bukosh tunnel L = 200m '
Segment: siphon MihaliqON Mihaliq L = 426m '
45
L=63m’
L=833m’
L=200m’
L=426m’
II.2) QUANTITY OR SCOPE OF THE CONTRACT
Total quantity or scope (including all lots and options if applicable)
LOT 1- Reconstruction of the main channel in Obilic Pridvorice segments:
Segment: siphon LUSHTA - ON Verbnice = L = 1025m '
Segment: Verbnice-tunnel tunnel Miladin L = 786m '
Segment: Miladin tunnel-akuadukti Leskove L = 86m '
LOT 2- Reconstruction of the main channel in Obilic Pridvorice segments:
Segment: akuadukti Krivotok - Mitkovic tunnel L = 63m '
Segment: akuadukti Mitkovic-akuadukti Quka Mala L = 833m '
Segment akuadukti quka Mala - Bukosh tunnel L = 200m '
Segment: siphon Mihaliq-ON Mihaliq L = 426m '
II.3) DURATION OF THE CONTRACT OR TIME LIMITS FOR COMPLETION
LOT 1- Duration within 150 days
Starting : After signing the contract relative to the compilation of the contract management plan
Completion : orientation within 150 days
Note: Days are calculated by registration in the book (diary)construction of relevant officials for
oversight of the projectdesignated IL-lo.
LOT 2- Duration within 120 days
Starting : After signing the contract relative to the compilation of the contract management plan
Completion : orientation within 120 days
Note: Days are calculated by registration in the book (diary)construction of relevant officials for
oversight of the projectdesignated IL-lo.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Performance security required
Yes X
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)
If a tender is submitted by a group of economic operators, the groupmust along with his tender to
submit a statement signed by each of the members, confirming their participation in the group and that they
do not participate in any other group that gets share the sameprocurement procedures .. If
a member takes part in several groups, each of the respective groups will be considered ineligible. The
Standard Form “Contract Notice”
3
Declaration should be noted team leader
III.1.3) Other particular conditions to which performance of the
contract is subject
Yes
No
X
If yes, description of particular conditions
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Eligibility Requirements: common requirements for both lots
1.One declaration under oath that you meet the eligibility requirements of Law Nr. 04/L-042, as stated in
Section III.1.1), shall be submitted in the form of ANNEX3.
Proof: declaration under oath
2. An extract form the "judicial record" or, failing that, an equivalent document issued by a competent judicial or
administrative authorityof the state of incorporation to tenderers stating III.1 for part of the tender dossier for the
selection criteria. (see the tender part III.1) - a condition for signing the contract
Proof: Court proof
3. A signed statement from the Tax administration of your country -the economic operator, that you are not
not delinquent in the payment of taxes at least till the last quarter of the year before submission of tender.
Proof: proof from TAK
4. Payment of electricity on behalf of the company or facility rental ifthe rental contract along with payment or
proof that you aredelinquent - a condition for signing the contract
Proof: electricity payment or proof that you are not delinquent
III.2.2) Professional Suitability: common requirements for both lots
1. Registration as economic operator in professional, commercial and /or corporate register in your country of
establishment. Proof: a - business certificates
b- certificates Fiscal number
c- VAT certificates
III.2.3) Economic and financial capacity
1N/A
III.2.4) Technical and professional capacitycommon requirements for both lots
1) List of presentation of:
a) Manager of the project who is directly linked with this project and who has to be graduated
construction engineer –HIDRO with at least 3 years before graduated.
Proof documented : for point a- diplom and CV- copy and to be involved in Annual payroll in
2011 and confirmed in TAK , or other evidence TAK.
b) Staff who will execute this project – at least 10 workpeople in ground.
Proof: for point b- where the number evidenced by"Annual Tax Summary" attached"Annual payroll in
2011 and confirmed in TAK , or other evidence TAK
2) List of your similar projects realized in amount from 500.000,00€ for LOT 1 and in amount from
400.000,00€ for LOT 2, if you offered for both lots minimum value is 900.000.00€ , with cerfiticates
( tehnical acceptance) for finished works or contracts associated with references for satisfactory
fulfillment of most important projects showing:
Value, date, nature and plase of the projects.
Proof: Coppies of contracts associated with references or cerfiticates for finished similar works
(Similar works include works in open canals, water resevoirs, water pipelines, sewage systems)
4) List of machinewry equipment
Standard Form “Contract Notice”
4
Proof : vehicle documentation or proof for rent.
5) Dynamic plan has to be in calendaric days( 150 days for lot 1 and 120 for lot 2).
Proof : Dynamic plan given by the company – if you offers on two lots the works will be executed in
parallel.
6) Study -Detailed drawing with description for the way for deviation -( economic operator is obliged
to present this study with tender dossier respectively to present the way of water flow deviation in the
canal for segments ( if you offers in two lots a common requirement applies to the description elaborate)
Proof: drawing with description of water flow deviation
NOTE: If the tender be submitted by a group of economic operators then key leadermust fulfill at least
60% of the criteria given in paragraph 1.b and item 2.
III.3) CONDITIONS SPECIFIC TO SERVICE CONTRACTS
III.3.1) Execution of services is reserved to a particular profession
Yes
No
X
If yes, reference to the relevant law, regulation or administrative provision
________________________________________________________________________
_______________________________________________________________________
III.3.2) Legal persons should indicate the names and professional qualifications of the staff
responsible for the execution of the service
Yes
No
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of Procedure
X Open
Restricted
Justification for the choice of negotiated procedure
Negotiated
_____________________________________________________________
IV.1.2) Limitations on the number of the operators who will be invited to tender (restricted or
negotiated procedure)
On the basis of the applications received, at least 2 and at most 6 candidates will be invited to submit
detailed tenders for this contract. If more than 6 eligible candidates meet the above selection criteria, the
relative strengths and weaknesses of the applications of these candidates shall be re-examined to identify
the six best applications for the tender procedure. The only factors which will be taken into consideration
during this re-examination are:
___________________________________________________________________________________
____________________________________________________________________________________
IV.1.3) Reduction of number of the operators during the negotiations (negotiated procedure)
Conduct the negotiations in successive stages
Standard Form “Contract Notice”
Yes
No
5
IV.2)
AWARD CRITERIA
Tick the appropriate box and delete the other
X
Responsible tender with Lowest price
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) Previous publications concerning the same contract
Yes
X
No
If yes,
Prior Indicative Notice: 10.01.2012
Other publications (if applicable): _http://krpp.rks-gov.net, http://iber-lepenc.org
IV.3.2) Conditions for obtaining tender dossier in e-mail: [email protected]
Time limit for receipt of requests for tender dossier date: 12.04.2012
Site Visit is obligativ ,date foreseen in 13.04.2012 on working unit in Shkabaj at 10.00h-
Payable documents
Yes
No
X
If yes, price _____________________
Terms and method of payment: ____________________________________________________
IV.3.3) Time limit for receipt of tenders:
date 17.04.2012 time 14.00 place Bil Klinton no 13 etg IV office no 27 Prishtine
IV.3.4) Time limits is shortened for submission of tenders: X
yes
no
If yes, provide justification : Prior Indicative notice
IV.3.5) Is tender security needed:
Yes
X
No
If yes, the value of tender security LOT 1 - € 15,000 (Fifteen Thousand Euros)
LOT 1 - € 12,000 (twelvethousand euros)
if offers for two lots of insurance value can be collected that falls € 27,000 (twenty seven
thousand euros)
Validity of tender security 120 days
IV.3.6) Tender validity period: 90 days
IV.3.7) Tender opening meeting:
date 17.04.2012 time 14.30 place Bil Klinton no 13 etg IV office no 27 Prishtine
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)
Standard Form “Contract Notice”
6
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:
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”
7