Predmet tendera: | Supply and installation of monitoring stations within CrossWater project, Budva, Montenegro | |
Partije (lotovi): | Nabavka i montaža nadzornih stanica u okviru CrossVater projekta, Budva, Crna Gora | |
Mesto: | Crna Gora, Budva | |
Datum objave: | 02.03.2022 | |
Rok: | 01.04.2022 - (rok je istekao) - Pogledajte slične aktuelne nabavke | |
Oblast: | Termotehnika i HVAC (grejanje. hladjenje. ventilacija. air/conditioning). Kotlovi. Pumpe. Masinske instalacije. Materijal za centralno grejanje, vodovod i kanalizaciju. Automatika. Merno regulaciona oprema. Ventili. Zasuni. Slavine. Industrijske armature. Alarmni sistemi. Video nadzor. Kontrola pristupa. Dojava pozara. Nadzorni sistemi. Lekovi. Medicinski materijal. Laboratorijska oprema i hemikalije. Medicinska oprema. Ortopedska pomagala. Stomatoloska oprema. Servis medicinskih aparata. | |
Naručilac: | PE „REGIONAL WATERWORKS FOR MONTENEGRIN COST”– BUDVA | |
Tekst javne nabavke - tendera: | Supply and installation of monitoring stations within CrossWater project, Budva, Montenegro Publication reference: 22-775/1 PE Regional waterworks for Montenegrin cost”– Budva intends to award a supply contract for Supply and installation of monitoring stations within CrossWater project in Podgorica, Montenegro within the Project Integrated Water Management System in crossborder area -(Project Acronym: CrossWater - ITALME-361). The Project CrossWater is co-financed through tho Interreg IPA Cross-border Cooporabon Programme Italy-Albania-Montenegro 2014-2020. he tender dossier is available from https://regionalnivodovod.me/slobodan-pristup-informacijama/tender-monitoring-stations/ -https://regionalnivodovod.me/wp-content/uploads/Tender-dossier_MS.zip The deadline for submission of tenders is April 1 2022 at 12:00 hrs local time. Possible additional information or clarifications/questions shall be also published on the above mentioned web address NAPOMENA- OGLAS JE OBJAVLJEN U DNEVNOM LISTU POBJEDA - IZDANJE 02.03.2022. https://issuu.com/novapobjeda/docs/pobjeda_02032022 *** Public document to be completed by the contracting authority SUPPLY CONTRACT NOTICE Supply and installation of monitoring stations within CrossWater project, Budva, Montenegro Nabavka i montaža nadzornih stanica u okviru CrossVater projekta, Budva, Crna Gora Please note that the awarding of the contract is subject to the condition of the prior adoption of a financing decision which does not modify the elements of the procurement procedure (this will be the case, for instance, if the budget initially foreseen is different or if the timeframe, the nature or the condition of the implementation are altered). If the precedent condition is not met, the contracting authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation. 1. / Publication reference 22-775/1 2. / Procedure Local open 3. / Programme title Interreg IPA Cross-border Cooperation Programme Italy-Albania-Montenegro 2014-2020 4. / Financing Financing agreement 5. / Contracting authority PE Regional waterworks for Montenegrin cost”– Budva CONTRACT SPECIFICATIONS 6. / Description of the contract The purpose of this contract is supply and installation of monitoring stations within CrossWater project within Interreg IPA Cross-border Cooperation Programme Italy-Albania-Montenegro 2014-2020, co-financed by the European Union. All activities performed must comply with the Programme rules and regulations, being governed by the specific EU regulations, Guidelines and Manuals. 7. / Number and titles of lots One lot only TERMS OF PARTICIPATION 8. / 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 tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the 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 (see also the additional information about contract notice). Participation is also open to international organisations. All supplies under this contract must originate in one or more of these countries. However, they may originate from any country when the amount of the supplies to be purchased (as a whole or, if divided into lots, per lot) is below EUR 100 000. Please be aware that after the United Kingdoms withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries 9. / Grounds for exclusion Tenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in Section 2.6.10.1. of the practical guide. Tenderers 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. 10. / Number of tenders One lot only. 11. / Tender guarantee No tender guarantee is required 12. / Performance guarantee No performance guarantee is required. 13. / Information meeting and/or site visit No information meeting is planned 14. / Tender validity Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers). 15. / Period of implementation of tasks 120 days from contract signature SELECTION AND AWARD CRITERIA 16. / Selection criteria 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 single-member 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 years for which accounts have been closed. / the average annual turnover of the tenderer must exceed half of the annualised maximum budget of the contract in the past 3 years / current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium this criterion must be fulfilled by each member. 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 five years from submission deadline. / has a professional certificate appropriate to this contract, such as valid state licence or registration; / at least 2 staff currently work for the tenderer in fields related to this contract; and 3) Technical capacity of candidate (based on items 5 and 6 of the tender form). The reference period which will be taken into account will be the last five years from submission deadline. the tenderer has provided supply under at least 2 contracts in the fields related to this contract which were implemented at any moment during the following period: 05/04/2017 - 04/04/2022. An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. If the tenderer relies on other entities it must prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract by producing a commitment on the part of 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 the tender 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, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract. 17. / Award criteria Lowest price TENDERING 18. / How to obtain the tender dossier The tender dossier is sent to potential tenderers. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with questions regarding this tender should send them in writing to Ivan.spadijer@regionalnivodovod.me (mentioning the publication reference shown in item 1) at the latest 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers questions at the latest 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be sent to tenderers at the latest 11 days before the submission deadline. 19. / Deadline for submission of tenders The tenderers attention is drawn to the fact that there are two different systems for sending tenders: one is by post or private mail service, the other is by hand delivery. The tender must be sent before the date and time limit for submission, as evidenced it is the acknowledgment of receipt given at the time of the delivery of the tender which will serve as proof. All tenders must be submitted to PE Regional waterworks for Montenegrin cost”– Budva, Trg Sunca 4, 85310 Budva before the deadline April 4th, before 12:00 local time Any tender submitted to the contracting authority after this deadline will not be considered. The contracting authority may, for reasons of administrative efficiency, reject any tender submitted on time to the postal service but received, for any reason beyond the contracting authoritys control, after the effective date of approval of the evaluation report, if accepting tenders that were submitted on time but arrived late would considerably delay the evaluation procedure or jeopardise decisions already taken and notified. / How tenders may be submitted Tenders must be submitted in English exclusively to the contracting authority in a sealed envelope: / EITHER by post or by courier service, in which case the evidence shall be constituted by acknowledgment of receipt given at the time of the delivery of the tender, to: PE Regional waterworks for Montenegrin cost”– Budva, Trg Sunca 4, 85310 Budva, Montenegro / OR hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to: PE Regional waterworks for Montenegrin cost”– Budva, Trg Sunca 4, 85310 Budva, Montenegro The contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the contracting authority. Tenders submitted by any other means will not be considered. By submitting a tender candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the tender. 20. / Tender opening session The tenders will be opened in public session on April 8th at 09:00 local time at PE Regional waterworks for Montenegrin cost”– Budva, Trg Sunca 4, 85310 Budva, Montenegro by the appointed committee 21. / Language of the procedure All written communications for this tender procedure and contract must be in English. 22. / Legal basis Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11 March 2014 laying down common rules and procedures for the implementation of the Unions instruments for financing external action and Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11 March 2014 establishing an Instrument for Pre-Accession Assistance (IPA II). 23. / Additional information Financial data to be provided by the tenderer in the standard tender 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 which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html. Opening hours of the Contracting authority is from 07:00h - 15:00h (local time), Monday to Friday. | |
DOKUMENTACIJA: |