Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Македонии


Construction-site supervision services (Македония - Тендер #41477764)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Македония (другие тендеры и закупки Македония)
Организатор тендера: Public Enterprise for Railway Infrastructure Railways of Republic of North Macedonia – Skopje (ZRSMI)
Номер конкурса: 41477764
Дата публикации: 05-05-2023
Сумма контракта: 221 356 664 (Российский рубль) Цена оригинальная: 3 750 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023050220230626 14:00Body governed by public lawContract noticeServicesRestricted procedureNot specifiedSubmission for all lotsThe most economic tenderOtherBIC02BI
  1. Section I
    1. Name and addresses
      Public Enterprise for Railway Infrastructure Railways of Republic of North Macedonia – Skopje (ZRSMI)
      Jordan Mijalkov 50b
      Skopje
      1000
      Macedonia
      Telephone: +389 2449811
      E-mail: section3@mzi.mk
      Fax: +389 2462330
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      www.mzi.mk
      Additional information can be obtained from the abovementioned addressto the abovementioned address
    4. Type of the contracting authority:
      Body governed by public law
    5. Main activity:
      Other activity: Railway services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Project Implementation Support and Safeguard Services, for the major project “Construction of new railway section from Kriva Palanka to the border with Republic of Bulgaria”

        Reference number: EIB-GtP/MOB 20230032-01
      2. Main CPV code:
        71521000
      3. Type of contract:
        Services
      4. Short description:

        The Procuring Entity seeks a suitably qualified and capable firm or JV /consortium to provide project implementation support and safeguard support and monitoring services.

      5. Estimated total value:
        Value excluding VAT: 3 750 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):

      3. Place of performance:
        Main site or place of performance:

        The Services will predominantly be provided in Skopje, with frequent presence also at the construction site located in the north-east of the Republic of North Macedonia.

      4. Description of the procurement:

        A Consultant will be selected in accordance with the EIB Guide to Procurement, September 2018: https://www.eib.org/en/publications/guide-to-procurement

        The Services are expected to be financed through a grant from the Western Balkans Investment Framework.

        A Restricted Procurement procedure with an international call for expression of interest will be followed.

        The Procuring Entity, the Public Enterprise for Railway Infrastructure Railways of Republic of North Macedonia – Skopje (ZRSMI), now invites eligible consultants to indicate their interest in providing the Services. Firms originating from all countries of the world are eligible to tender for service contracts. Interested consultants must provide information indicating that they are qualified to perform the Service.

        Consultants shall submit a request to the ZRSMI at the address above to obtain the template that must be used to submit any Expression of Interest. Only applications using the correct template will be accepted. Applications shall be submitted in hard copy only, all in a single envelope with text on the outside of the envelope as follows: “EOI for Project Implementation Support and Safeguard Services, for the major project “Construction of new railway section from Kriva Palanka to the border with Republic of Bulgaria”; Not to be opened until [time & date of submission]” and in Macedonian language: “Не отворај пред [времето и датумот за отворање на понудите]”.

        Candidates are allowed to ask clarifications up to 15 days prior the deadline for submission by sending an email to the address above.

        Тhe ZRSMI intends to shortlist up to six eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be sent. In the event that more than six firms fulfil all the qualifying criteria below, the ZRSMI shall use the criteria identified below to rank the applicants and the top six shall be invited to submit proposals.

        Corporate services are required. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. In the event that a natural or legal entity submits or forms part of more than one application, all applications in which that entity has participated will be excluded.

        Subsequently, following a standstill period of 10 days, the ZRSMI will send Requests for Proposals (RFP) to the shortlisted selected applicants (maximum 6). Proposals shall be evaluated in two stages on the basis of the Most Economically Advantageous Offer.

        See also “Additional information” in “Section VI: Complementary information” below

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:

      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 60
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 3
        Maximum number: 6
        Objective criteria for choosing the limited number of candidates:

        In the event that more than six firms fulfil all the qualifying criteria below, the following criteria shall be used to rank the applicants and the top six shall be invited to submit proposals.

        (i) The number of similar contracts in a field related to these Services brought as reference below.

        (ii) In a second step, as necessary, the value of similar contracts in a field related to these Services brought as reference below

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds:

        Western Balkans Investment Framework

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

        The Candidates shall provide a trade licence or professional registers in their Country of Establishment.

        The Candidates shall meet the following criteria:

        • The minimum total permanent staff number, employed by the candidate in the field of railways (design, supervision, other support services) must be at least 20 (twenty) for the last three (3) years preceding the submission deadline. In case of a JV/consortium, the minimum permanent staff of the lead partner, in the field related to this contract, must be at least ten (10) for last three (3) years.

        • The candidate must demonstrate availability of a valid ISO certification or internationally recognized equivalent (equivalency to be demonstrated by the candidate), such as: Quality Management Certificate ISO 9001, Environmental Management Certificate ISO 14001, Health and Safety Certificate ISO 45001.

        The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        The Candidates must meet the following criteria:

        a) The average annual turnover must be at least EUR 1,500,000 (one million, five hundred thousand euro) for the last five financial years.

        b) Positive financial results in the last five years (2018, 2019, 2020, 2021 and 2022), which shall be assessed as follows: (i) net worth shall be positive in each year; and (ii) liquidity ratio shall be more than 1 (one) in each Year.

        The above selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture/consortium, the JV/consortium shall collectively meet criterion (a), while the lead partner shall meet not less than 60 per cent of criterion (a). All JV/consortium partners shall meet criterion (b) individually.

        The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Candidates must meet the following criteria:

        i. The candidate has implemented and completed, but not necessarily commenced, during the last seven years up to the deadline for the receipt of applications indicated below, at least two (2) service contracts in a field related to railway construction or rehabilitation works supervision or implementation support services (with works implementation based on FIDIC Conditions of Contract or other international conditions of contract and using European technical standards), of a minimum value of EUR 3.2 million each, and shall demonstrate that it had a minimum participation of 50% in each of the contracts brought as reference;

        ii. Of the service contracts brought as reference in (i) above, at least one shall have been delivered in a country of the Western Balkans 6, Turkey, Slovenia, Croatia, Bulgaria, Greece or Romania.

        The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

        Applicants are encouraged to include all prior experience meeting the criteria above up to a maximum of 15 projects.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
        Contract performance conditions:

        The works comprise the construction of a single-track electrified railway line from Kriva Palanka to the Bulgarian Border.

        The selected Consultant (each sole applicant or, in case of a JV/consortium at least the Lead member of the JV/consortium) shall have professional licenses, certificates, rights or equivalent for performance of the provided services for relevant projects in accordance with the laws of the country in which the candidate is established.

        The Services will focus on the end beneficiary of ZRSMI and is expected to be carried out in presence full-time input.

        The effectiveness of the contract shall be conditioned, inter alia, on the prior signing of a Grant Agreement to finance the services.

        ZRSMI reserves the right to order additional services of the same nature from the selected Consultant should the need arise.

        Payment for the Services shall be on time based/reimbursable basis.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Restricted procedure
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-06-26
      Local time: 14:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-08-21
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information

      The ZRSMI reserves its right to seek clarifications and verify submitted references and use the information so obtained for evaluation purposes.

      All costs related to participation in this procurement procedure shall be borne by applicants, without any recourse to ZRSMI.

      This procedure is being undertaken at the same time as a procedure for selection of the Supervising Engineer. Candidates shall note that, due to potential conflict of interest, the ZRSMI shall not award both contracts to the same firm, either acting alone or in association. The measures to address such event shall be prescribed in the respective Request for Proposals.

      Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the US, UK and EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter. The attention of candidates is drawn to the EIB Anti-Fraud Policy, EIB Exclusion Policy and EIB"s definition of prohibited conduct.

      Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@eib.org, in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some candidates. Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Review Body below in a first step and then to the Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org.

    4. Procedures for review
      1. Review body
        State Appeals Commission on Public Procurement
        Filip Vtori Makedonski no. 11/4
        Skopje
        1000
        Macedonia
        Contact person: 1000
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-05-02

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Македония

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2025, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru