Zadovoljstvo nam je najaviti da će nova verzija portala TED početi s radom 29. siječnja 2024. (okvirni datum – još nije potvrđen). Zanimaju vas nove funkcionalnosti, poboljšanja i učinak na korisnike? Pročitajte naš članak i saznajte više o glavnim promjenama i novim funkcijama.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

Došlo je do tehničke greške koja utječe na prikaz URL-ova u obavijestima e-obrazaca. Nastojimo što prije riješiti taj problem. U međuvremenu predlažemo da uklonite zarez (ili eventualne druge posebne znakove) na kraju URL-a. Ispričavamo se zbog neugodnosti.

Usluge - 75792-2021

12/02/2021    S30

North Macedonia-Skopje: Sewage, refuse, cleaning and environmental services

2021/S 030-075792

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Makedonijapat
Postal address: Dame Gruev Str., No 14
Town: Skopje
NUTS code: MK СЕВЕРНА МАКЕДОНИЈА (NORTH MACEDONIA)
Postal code: 1000
Country: North Macedonia
E-mail: contact@makedonijapat.com.mk
Telephone: +389 23138724
Fax: +389 23138736
Internet address(es):
Main address: http://www.makedonijapat.com.mk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://e-nabavki.gov.mk/PublicAccess/Home.aspx#/home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Public Enterprise Roads maintenance
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Procurement of Service-excavation and Cleaning of Road Canopies for a Period of 2 Years

Reference number: 01256/2021
II.1.2)Main CPV code
90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

Procurement of service-excavation and cleaning of road canopies for a period of 2 years.

II.1.5)Estimated total value
Value excluding VAT: 593 496.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: MK СЕВЕРНА МАКЕДОНИЈА (NORTH MACEDONIA)
II.2.4)Description of the procurement:

Procurement of service-excavation and cleaning of road canopies for a period of 2 years.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 593 496.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Document for registered activity:

— Certificate for registered activity (form DRD) as proof that it is registered as a natural or legal person for performing the activity related to the subject of the public procurement contract

or proof that it belongs to an appropriate professional association in accordance with the regulations of the country where which is registered. In the Republic of Northern Macedonia, the competent authority for issuing this document is the Central Register of the Republic of Northern Macedonia.

— Proof issued by a competent authority for fulfillment of the special conditions for performing the activity prescribed in accordance with the law that refer to the subject of public procurement.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Statement of the total income of the enterprise (data from the income statement issued by a competent authority, ie audited income statement) and, where required, a statement of income in the area covered by the public procurement contract, mostly for the last three financial years for which such information is available depending on the date on which the company was established or started operating and depending on the availability of such information:

Minimum annual income of at least MKD 70 000 000.00 for the last 3 years (for each year individually) — 2017, 2018 and 2019)

Minimum level(s) of standards possibly required:

Minimum annual income of at least MKD 70 000 000.00 for the last 3 years (for each year individually) — 2017, 2018 and 2019).

III.1.3)Technical and professional ability
List and brief description of selection criteria:

List and brief description of selection criteria:

With the educational and professional qualifications of the service provider or the contractor or his managerial staff, provided that they are not evaluated as a criterion for selection of the most favorable offer: the key personnel for the performance of the services must meet the following minimum requirements (with designated facilities):

(i) head of works — Chief Engineer (1 B.Sc. civil engineer), with authorization a for construction engineer, should have at least 10 (ten) years of work experience in construction, and 5 (five)) years of experience in similar projects;

(ii) geometer (three graduate geodetic engineers) of which at least one with authorization A for construction and at least 5 years of experience working in construction and experience in

similar projects;

(iii) general workers — 50 people minimum level(s) of standards possibly required:

— with a statement of the instruments, plants or technical equipment available to the service provider or contractor for the performance of the contract:

— the bidder should own or have access to (through rent, lease, contract for procurement, etc.) key equipment, listed below, in full working order and must prove that based on the known engagements, it will be available during the implementation of the proposed contract.

— For the equipment that is not in his/her possession, the Bidder shall submit valid evidence in accordance with Article 96 of the Law on Public Procurement that such equipment and facilities are available to him for the duration of the contract.

— The bidder should have or have secured access to the key equipment (proof of ownership and filled in the bid form (9) equipment and facilities which is an integral part of the tender documentation):

(i) means of transport — trucks — dump truck (No 10));

(ii) mechanical broom (No 2);

(iii) crack expansion machine (No 1);

(iv) loader (No 3);

(v) bulldozers (No 2);

(vi) skip machine (No3).

IV.2.5) Standards

— quality system standards: quality system standard certificate ISO 9001: 2015 or equivalent;

— environmental management standards:

• certificate for environmental management standard ISO14001: 2015 or equivalent;

• certificate for standard of safety and health at work OHSAS 45001: 2018 or equivalent.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Will be the second stage.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/03/2021
Local time: 15:30
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Macedonian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 17/03/2021
Local time: 10:00
Place:

Public company for maintenance and protection of magistral and regional roads-Skopje Dame Gruev 14.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Public Procurement Bureau
Postal address: Luj Paster nn
Town: Skopje
Postal code: 1000
Country: North Macedonia
VI.5)Date of dispatch of this notice:
08/02/2021