Početna stranica

tel. + 381 11 2833-829

Predmet tendera:

Procurement of Canal Jet Vehicle with Equipment

Partije (lotovi):

Nabavka Canal Jet vozila sa opremom

Mesto:Crna Gora, Pljevlja
Datum objave:28.05.2024
Rok:24.06.2024 - (rok je istekao) - Pogledajte slične aktuelne nabavke
Oblast:

Automobili. Privredna vozila. Specijalna vozila. Komunalna vozila i prikljucci. Vatrogasna vozila. Prikolice. Trolejbusi.

Naručilac:PUC “VODOVOD” PLJEVLJA
Tekst javne nabavke - tendera:“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

SUPPLY CONTRACT NOTICE

for Procurement of Canal Jet Vehicle with Equipment

Nabavka Canal Jet vozila sa opremom

Location – Pljevlja, Montenegro

1. Reference

48-00-00163/2021-28-1-PUWPV, TD4

2. Procedure

Local open

3. Programme title

Cross/border Cooperation Programme Serbia-Montenegro 2014/2020 under the Instrument for Pre-accession Assistance (IPA II), allocations 2018, 2019 and 2020

Project: Lets join the sustainable future through better wastewater management

4. Financing

Programme Budget line (s) BGUE-B2018-22.02401

BGUE-B2019-22.02401

BGUE-B2020-22.02401

Project budget line: 3.1.1

5. Contracting authority

PUC “Vodovod” Pljevlja

Kralja Petra I no 29, 82410 Pljevlja, Montenegro

“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

CONTRACT SPECIFICATION

6. Nature of contract

unit-price

7. Contract description

The contract aims to bolster the infrastructure and operational efficiency of wastewater management system. It will contribute to enhancing the technical capabilities of public utilitycompany in Pljevlja to facilitate more effective wastewater management and will be achieved through the acquisition of modern Canal Jet vehicle, along with accompanying equipment.

8. Number and titles of lots

One lot only

CONDITIONS OF PARTICIPATION

10. Legal basis, eligibility and rules of origin

Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of candidates/tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under Article 8 of Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Unions instruments for external action (CIR) for the applicable instrument under which the contract is financed.

Participation is also open to international organisations.

11. Number of tenders

No more than one tender can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting a tender). In the event that a natural or legal person submits more than one tender, all tenders in which that person has participated will be excluded.

Any tenderer may state in its tender that it would offer a discount in the event that its tender is

accepted for more than one lot.

“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

12. Grounds for exclusion

As part of the tender, tenderers must submit a signed declaration, included in the tender form, to the effect that they are not in any of the exclusion situations listed in Section 2.6.10.1. of the practical guide.

Tenderer included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.

13. Sub-contracting

Subcontracting is allowed.

PROVISIONAL TIMETABLE

14. Provisional commencement date of the contract

20.07.2024.

15. Implementation period of the tasks 4 months

SELECTION AND AWARD CRITERIA

16. Selection criteria

Capacity-providing entities

An economic operator (i.e. candidate or tenderer) may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links it has with them. If the economic operator relies on other entities, it must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the performance of the contract by producing a commitment by those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality as the economic operator relying on them and must comply with the selection criteria for which the economic operator relies on them. Furthermore, the data for this third entity for the relevant selection criterion should be included in a separate document.

Proof of the capacity will also have to be provided when requested by the contracting authority.

With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required.

“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

With regard to economic and financial criteria, the entities upon whose capacity the economic operator relies, become jointly and severally liable for the performance of the contract.

The following selection criteria will be applied to the tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole if not specified otherwise. The selection criteria will not be applied to natural persons and singlemember companies when they are sub-contractors.

1) Economic and financial capacity of the tenderer (based on item 3 of the tender form). In case of tenderer being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three financial years for which accounts have been closed.

The selection criteria for each tenderer are as follows:

a. the average annual turnover of the tenderer over the last three years must exceed value of the offer,

b. the averages of cash and cash equivalents at the beginning and end of last three financial years are positive.

2) Professional capacity of the tenderer (based on items 4 of the tender form).

The reference period which will be taken into account will be the last three years preceding thesubmission deadline.

a. the tenderer has a minimum 2 employees,

3) Technical capacity of tenderer (based on items 5 and 6 of the tender form). The reference period which will be taken into account will be the last three years preceding the submission deadline.

 At least 2 delivered new vehicles - canal jet vehicles in the period of 36 months prior to deadline for submitting the offers for this public procurement.

This means that the contract the tenderer refers to could have been started at any time during the indicated period but it does not necessarily have to be completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to supply contracts completed within the reference period (although started earlier) or to supply contracts not yet completed. Only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (statement or certificate from the entity which awarded the contract, proof of payment) also detailing its value. If a tenderer has implemented the supply contract in a consortium, the percentage that the tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the supplies provided if the selection criteria relating to the pertinence

“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

of the experience have been used.

Previous experience which would have led to breach of contract and termination by a contracting

authority shall not be used as reference. This is also applicable concerning the previous experience of

experts required under a fee-based service contract.

17. Award criteria

Price (or, if appropriate after prior approval, the best price-quality ratio which is a combination of

quality and price).

TENDERING

18. Deadline for submission of tenders

The deadline for submission of tenders is 24.06.2024. at 11:00 local time.

19. Tender format and details to be provided

Tenders must be submitted using the standard tender form.

The tender must be accompanied by a declaration on honour on exclusion and selection criteria

using the template available from the following Internet address:

https://wikis.ec.europa.eu/display/ExactExternalWiki/Annexes#AnnexesAnnexesA(Ch.2):General

Any additional documentation (brochure, letter, etc.) sent with a tender will not be taken into consideration.

20. How tenders may be submittedTenders must be submitted in English exclusively to the contracting authority, using the means specified in point 10 of the instructions to tenderers.

Tenders submitted by any other means will not be considered.

By submitting a tender tenderers accept to receive notification of the outcome of the procedure by electronic means.

Tender opening session

24.06.2024. on 12:00 local time.

Venue of tender opening session: PUC “Vodovod” Pljevlja, Kralja Petra I no 29, 82410 Pljevlja,

Montenegro

“Let’s join sustainable future, through better wastewater management”

kraljevo.pljevlja@gmail.com

21. Alteration or withdrawal of tenders

Tenderers may alter or withdraw their tenders by written notification prior to the deadline for submission of tenders. No tender may be altered after this deadline.

Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with point 15 of the instructions to tenderers.

22. Operational language

All written communications for this tender procedure and contract must be in English.

23. Additional information

Financial data to be provided by the candidate in the standard application form must be expressed in EUR If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of MONTH and YEAR of the applicable InforEuro exchange rate, which can either correspond to the month and year of the publication of the present contract notice or the month and year corresponding to the deadline for submitting applications], which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html

http://www.vodovodpljevlja.com/wp-content/uploads/2024/05/c2_contractnotice_simp_neg_en.pdf

DOKUMENTACIJA: