KUVENDI KOMUNAL-DEÇAN CONTRACT NOTICE. According to Article 40 of Law No. 04/L-042 on Public Procurement of the Republic of Kosovo,

Size: px
Start display at page:

Download "KUVENDI KOMUNAL-DEÇAN CONTRACT NOTICE. According to Article 40 of Law No. 04/L-042 on Public Procurement of the Republic of Kosovo,"

Transcription

1 KUVENDI KOMUNAL-DEÇAN CONTRACT NOTICE WORKS SUPPLIES SERVICES According to Article 40 of Law No. 04/L-042 on Public Procurement of the Republic of Kosovo, amended and supplemented with the law No. 04/L-237, law No. 05/L-068 and law No.05/L-092 Date of the preparation of the Notice: Procurement No Internal No This notice has been prepared in the LANGUAGES: Albanian Serbian English SECTION I: CONTRACTING AUTHORITY I.1) NAME AND ADDRESS OF THE CONTRACTING AUTHORITY (CA) Official name: KUVENDI KOMUNAL-DEÇAN Postal address: MENTOR TOLAJ Town: DEÇAN Postal code: Country: Kosovo Contact point(s): Asim Cenaj Telephone: , Fax: Internet address (if applicable): The contract covers joint procurement The contract is awarded by Central Procurement Agency 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 B05 Contract Notice 1 / 9

2 II.1) DESCRIPTION II.1.1) Contract title attributed by the contracting authority: Asphalting of roads in Deçan (Pozhar village "Patriot Berisha", Lumbardh "Rexhë Kaqorraj", Lluka e Eperme "Riza Sadik" Maznik, Rastovica school) 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) Works Supplies Services Execution Design and execution Realisation, by whatever means, of work, corresponding to the requirements Purchase Lease Rental Hire purchase A combination of these Main site or location of works or main place of delivery or main place of performance Municipality of Deçan II.1.3) The notice involves The establishment of framework agreement 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 Asphalting of roads in Deçan (Pozhar village "Patriot Berisha", Lumbardh "Rexhë Kaqorraj", Lluka e Eperme "Riza Sadik" Maznik, Rastovica school) II.1.6) Common Procurement Vocabulary classification (CPV) B05 Contract Notice 2 / 9

3 II.1.7) Variants are accepted II.1.8) Division into lots If yes, tenders may be submitted for (tick one box only) one lot only all lots II.1.9) Information about lots (if applicable) Lot no Lot title Short description The maximum number of Lots that may be awarded to one Economic Operator is: II.1.10) Estimated contract value: 4,100, II.2) QUANTITY OR SCOPE OF THE CONTRACT Total quantity or scope (including all lots and options if applicable) Asphalting of roads in the Municipality of Deçan II.3) DURATION OF THE CONTRACT OR TIME LIMITS FOR COMPLETION Duration in months 36 or days (from the award of the contract) or Starting Completion SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Performance security required If yes, amount of performance security EUR or 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) III.1.3) Other particular conditions to which performance of the contract is subject If yes, description of particular conditions B05 Contract Notice 3 / 9

4 I. Planning for 2018 (Budget Law 06 / L-020) ,00 II. Valuations for the year ,00 III. Valuations for the coming years -3,800, Total: 4,100, III.2) CONDITIONS FOR PARTICIPATION III.2.1) Eligibility Requirements: Requirement 1: The Economic Operator must meets the requirements specified in Article 65 Law on Public Procurement (PPL). III.2.2) Professional Suitability: Application 1. Business Registration Certificate, registration as an economic operator in the Documentary evidence required: Evidence 1: A statement written under Oath, signed by the bidder using form in Annex 2. Related Documents Eligibility requirements will be required by the bidder whose UCCK intends to give it give the contract. These documents should be submitted by the tenderer prior to the award contract. Deadline for submitting the mentioned documentation is five (5) days from receipt of UCCK notification, for the purpose of awarding the contract. Failure to submitting one of these documents internally the time limit mentioned, means that the bidder will be refused, will be confiscated the Bid Security Guarantee and UCCK will to continue with the next bidder in the rankings. Documents to be required as evidence to meet the requirements of admissibility are as follows: a. For the situation referred to in point 6.2 [a, b, c, d, e and f] and point 6.3 [a, b and d], a certificate of issued by the competent court or authorities administrative of the country of establishment tenderers. (original or notarized copy) For the situation referred to in point 6.3 [h (tax)], certificate issued by Tax Administration e B05 Contract Notice PKQ 4/6 the country of establishment of the economic operator, that the concerned economic operator is not delinquent (offender) in the payment of taxes at least until the last quarter of the year [para date of publication of the Contract Notice]. (Copy). Documentary evidence required: Evidence 1. Proof with Certification Business Registration as well as information Business-Copy. B05 Contract Notice 4 / 9

5 register professional, commercial and / or corporate in your place of establishment. Requirement 2. Fiscal Number Certificate. Demand 3. VAT Certificate Evidence 4.Certificate of Quality Management System ISO 9001: 2015 or ISO 9001: 2008 Evidence 5.Certificate for ISO 39001: 2012 Traffic Safety Management System III.2.3) Economic and financial capacity Audited financial statements for the past 3 years The Economic Operator must have a financial banking turnover of at least 8,000, in the last 3 years from the date of publication of the contract notice. III.2.4) Technical and professional capacity Project Manager 1). Engineer of Construction Dip. With 5 years of post-graduate work experience. Have evidence that he has managed at least two (2) projects from the required area (reconstruction, or construction of roads) in the amount of minimum 2,000, euro Head of Workshop 2) Construction Engineer with 5 years of postgraduate work experience, as a project leader in construction, rehabilitation, or road reconstruction projects. Minimum two (2) projects realized in the required field 3) Graduated Geodesy Engineer with 5 years of post-graduate work experience. Minimum two (2) projects realized in the required field. 4) Traffic Engineer or bachelor with 5 years of post-graduate work experience. Minimum two (2) projects realized in the required field. Evidence 2. Proof with Certification Fiscal Number - Copy Evidence 3. Proof with Certification VAT - Copy. Certificate of Quality Management System ISO 9001: 2015 or ISO 9001: 2008 (copy) Certificate for ISO 39001: 2012 Traffic Safety Management System (copy) Documentary evidence required: A copy of the audited financial statements for the past 3 years and the auditor's report to the respective auditors by a Licensed or any Audit Company - (Attach a Notarized Copy of the Audit License) The audited statements for the required years must have a positive balance Evidence 2.Bank certificate or bank statement i signed and stamped which proves that the required banking turnover in the period of three years from the date of publication of contract notice is completed upon request. Documentary evidence required: B05 Contract Notice 5 / 9

6 5) Electrotechnical Dip. Engineer with 5 years of post-graduate work experience. Minimum two (2) projects realized in the required field. 6) The Economic Operator must provide evidence that there are at least 30 (thirty) employees on the staff list. 7) The Economic Operator must provide evidence that successful references have been completed proving that he has carried out work of a similar nature in construction and renovation of roads for the past three years from the date of publication of the contract notice. 8) The Economic Operator must provide evidence that there is availabilities or a lease contract for these technical means for performance of the contract such as: - 3 excavators with a total weight of at least 13 tons - 5 truck construction-tire construction - (at least 3 of them with a total weight of over 12 t) - 2 trucks with auto-building construction for transport of concrete with total weight minimum 16 tons - 1 truck with construction-auto concrete pump with minimum total weight of 16t - 2 cylinders or compression rolls with a minimum weight of 4 to 12 t - 1 grejder - 1 finisher 9) Base for the production of asphalt, licensed, owned, or cooperation agreement (consortium). 10) Licensed stone quarry or aggregate (consortium) agreement. 11) Base for concrete from a licensed company or cooperation agreement (consortium). 6) List of pre-contracted employees (notarized copies) Minimum 30 workers. 7) List of completed works in the last 3 (three) years the date of publication of the notice for contract, for work at construction and renovation roads. Specifying the works done, the amount of contract and date, at least 6,000, in the past three years 8) List of available technical tools and equipment. Evidence of ownership (or lease) of the means, plant and technical equipment and the necessary capacity to meet the requirements (according to the technical specification in the tender dossier) Notarized by Notary. EO must provide evidence (DUD, purchase invoices, vehicle registration booklet) For Demand Valid valid issued by the Agency for Mines and Minerals (copy) For Demand Valid valid issued by the Agency for Mines and Minerals (copy) For Demand Valid valid issued by the Agency for Mines and Minerals (copy) III.3) CONDITIONS SPECIFIC TO SERVICE CONTRACTS III.3.1) Execution of services is reserved to a particular profession 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 B05 Contract Notice 6 / 9

7 SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of Procedure Open Restricted Competitive Negotiated Price Quotation IV.1.2) Limitations on the number of the operators who will be invited to tender (restricted or competitive negotiated procedure) On the basis of the applications received, 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 (competitive negotiated procedure) Conduct the negotiations in successive stages in order to reduce the number of the tenders The Contracting Authority will award the contract based on the initial tenders without negotiations IV.1.4) The minimal number of candidates that will be invited to submit the initial tenders is IV.1.5) Information about electronic auction Electronic auction will be used: Po Jo Additional information about electronic auction: IV.2) AWARD CRITERIA or Lowest price The most economically advantageous tender in terms of B05 Contract Notice 7 / 9

8 IV.3) ADMINISTRATIVE INFORMATION IV.3.1) Previous publications concerning the same contract If yes, Prior Indicative Notice: of Other publications (if applicable): of of Payable documents If yes, price EUR Terms and method of payment: IV.3.2) Time limit for receipt of tenders / applications: date time 15:00:00 place Procurement Office No.33 The object of MA Deçan IV.3.3) Time limits is shortened for submission of tenders / applications: If yes, provide justification: IV.3.4) Is tender security needed: If yes, the value of tender security Validity of tender security in days 120 or months IV.3.5) Tender validity period: Until: date: days 90 or months IV.3.6) Tender opening meeting: date time 15:00:00 place Procurement Office No.33 The object of MA Deçan SECTION V: COMPLEMENTARY INFORMATION V.1) COMPLAINTS Any interested party may file a complaint with the Contracting Authority according to article 108/A of the Law No. No. 04/L-042 on Public Procurement of the Republic of Kosovo, amended and supplemented with the law No. 04/L-237, law No. 05/L-068 and law No.05/L-092, at the address specified in Section I of this Contract notice. 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: [such as pre-bid conference, site visit etc] B05 Contract Notice 8 / 9

9 B05 Contract Notice 9 / 9