1. Buyer
1.1.
Buyer
Official name: Ministry of Justice – Directorate for Execution of Sanctions
Legal type of the buyer: Central government authority
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
Title: Professional Supervision over the Construction of Facilities at Idrizovo Correctional Facility - Central Service Unit, Pre-trial Unit, Closed Unit and Infrastructure at Idrizovo Correctional Facility (Segment II Stage 1)
Procedure identifier: 11d2a81e-23cd-4f26-a693-e2c725d9bce2
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71520000 Construction supervision services
2.1.2.
Place of performance
Postal address: Dimitrie Chupovski 9
Town: Skopje
Country subdivision (NUTS): Скопски (MK008)
Country: North Macedonia
2.1.3.
Value
Estimated value excluding VAT: 99 952 238,00 MKD
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: Professional Supervision over the Construction of Facilities at Idrizovo Correctional Facility - Central Service Unit, Pre-trial Unit, Closed Unit and Infrastructure at Idrizovo Correctional Facility (Segment II Stage 1)
Description: Given in tender documents
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71520000 Construction supervision services
5.1.2.
Place of performance
Town: Skopje
Country subdivision (NUTS): Скопски (MK008)
Country: North Macedonia
5.1.3.
Estimated duration
Other duration: Unknown
5.1.5.
Value
Estimated value excluding VAT: 99 952 238,00 MKD
5.1.6.
General information
Reserved participation:
Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA): yes
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.10.
Award criteria
Criterion:
Type: Quality
Description: A total of 60 points is determined for the quality element and the experience of the personnel to be performing the Contract shall be scored according to the following: 1 Sub-element Chief Supervision Engineer, a graduate engineer (civil or architectural) with an A License for a supervision engineer in the area of civil engineering or architecture Maximum number of points - 20 - 1 project as Chief Supervising Engineer over the construction of a first category facility in accordance with Article 57 of the Construction Law - 2 projects as a supervising engineer (architecture phase or construction phase) over the construction of high-rise buildings PROOF: An Employer’s Decision from which this requirement can be established as being met 15 points - Additional participation as Supervision Engineer in projects of the same or similar type (high-rise building) PROOF: An Employer’s Decision from which this requirement can be established as being met 1 more point shall be assigned for each subsequent project 2 Sub-element Deputy Chief Supervision Engineer, a graduate civil engineer, with an A License for a supervision engineer in the r area of construction Maximum number of points - 15 - 1 project as Chief Supervising Engineer or Deputy Chief Supervising Engineer over the construction of a first category facility in accordance with Article 57 of the Construction Law - 2 projects as a supervising engineer (construction phase) over the construction of high-rise buildings PROOF: An Employer’s Decision from which this requirement can be established as being met 10 points - Additional participation as Supervision Engineer in projects of the same or similar type (high-rise building) PROOF: An Employer’s Decision from which this requirement can be established as being met 1 more point shall be assigned for each subsequent project Deputy Chief Supervision Engineer, a graduate architect with an A License for a supervision engineer in the area of architecture Maximum number of points - 15 - 1 project as Chief Supervising Engineer or Deputy Chief Supervising Engineer over the construction of a first category facility in accordance with Article 57 of the Construction Law- Minimum 2 projects as a supervising engineer (architecture phase) over the construction of high-rise buildings PROOF: An Employer’s Decision from which this requirement can be established as being met 10 points - Additional participation as Supervision Engineer in projects of the same or similar type (high-rise building) PROOF: An Employer’s Decision from which this requirement can be established as being met 1 more point shall be assigned for each subsequent project 3 Sub-element Supervision Engineer by phases: - a graduate engineer (civil) with an A License for a supervision engineer in the area of construction – Transport Infrastructure; - a graduate engineer (civil) with an A License for a supervision engineer in the area of construction– Hydraulic Engineering; - a graduate civil engineer with an A License for a supervision engineer in the area of Geotechnical Engineering; - a graduate engineer (mechanical) with an A License for a supervision engineer in the area of Mechanical Engineering; - a graduate engineer (electrical) with an A License for a supervision engineer in the area of Electrical Engineering; - a graduate engineer with an A License for a supervision engineer in the area of Fire Protection; - a graduate engineer (geodesy) with an A License for a supervision engineer in area field of Geodesy Maximum number of points - 10 - 1 project as Supervision Engineer at a specific phase of construction of facilities related to the same or similar services (high-rise building) PROOF: An Employer’s Decision from which this requirement can be established as being met 10 points Additional information is given in tender documents
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: Macedonian
Deadline for requesting additional information: 11/05/2026 15:30:00 (UTC+02:00) Eastern European Time, Central European Summer Time
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: Macedonian
Electronic catalogue: Not allowed
Variants: Not allowed
Deadline for receipt of tenders: 19/05/2026 10:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Duration during which the tender must remain valid: 180 Days
Information about public opening:
Opening date: 19/05/2026 10:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
Electronic invoicing: Not allowed
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
No framework agreement
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation: Ministry of Justice – Directorate for Execution of Sanctions - State Commission for Public procurement Appeals
Information about review deadlines: 10 days
Organisation providing more information on the review procedures: Ministry of Justice – Directorate for Execution of Sanctions
Organisation receiving requests to participate: Ministry of Justice – Directorate for Execution of Sanctions
8. Organisations
8.1.
ORG-0001
Official name: Ministry of Justice – Directorate for Execution of Sanctions
Registration number: 6070809
Postal address: Dimitrie Chupovski 9
Town: Skopje
Postcode: 1000
Country subdivision (NUTS): Скопски (MK008)
Country: North Macedonia
Telephone: 0038923120987
Other contact points:
Official name: Ministry of Justice – Directorate for Execution of Sanctions
Town: Skopje
Postcode: 1400
Country subdivision (NUTS): Скопски (MK008)
Country: North Macedonia
Other contact points:
Official name: State Commission for Public procurement Appeals
Town: Skopje
Postcode: 1000
Country subdivision (NUTS): Скопски (MK008)
Country: North Macedonia
Roles of this organisation:
Buyer
Organisation receiving requests to participate
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0000
Official name: Publications Office of the European Union
Registration number: PUBL
Town: Luxembourg
Postcode: 2417
Country subdivision (NUTS): Luxembourg (LU000)
Country: Luxembourg
Telephone: +352 29291
Roles of this organisation:
TED eSender
10. Change
Notice identifier/version: 87cd0f4f-da14-42ef-a456-bf9a9118c39f - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 04/05/2026 15:36:38 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 308613-2026
OJ S issue number: 87/2026
Publication date: 06/05/2026