MUNICIPALITY OF DECANI CONTRACT NOTICE WORKS According to Section 40 of Law No. 03/L-241 on Public Procurement in Republic of Kosova, Date: 06.06.2011 Procurement No 631 1 1 0 5 This notice has been prepared in the LANGUAGES: Albanian X Serbian X 2 5 1 1 English X (The English language version, if one has been prepared, shall control). SECTION I: CONTRACTING AUTHORITY I.1 NAME AND ADDRESS OF THE CONTRACTING AUTHORITY (CA) Official name: Decani Municipality Postal address: “Mentor Tolaj”scuare. Town: Decani Postal code: 51000 Internet address (if applicable): Contact point(s): Xhevdet Ramosaj Email: [email protected] Telephone: 0390 / 361-437 Fax: 0390/ 361-118 The contracting authority is purchasing on behalf of other Yes contracting authorities The contracting authority is purchasing on behalf of other contracting authorities No X SECTION II: OBJECT OF THE CONTRACT II.1 DESCRIPTION II.1.1 Contract title attributed by the contracting authority: Construction of road Maznik 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 x Execution Supplies Purchase Services Design and execution Realisation, by whatever means, of work, corresponding to the requirements Main site or location of works Construction of road Maznik Rental Hire purchase A combination of these Main place of delivery: Main place of performance _______________________ II.1.3 The notice involves A public contract The establishment of framework agreement Ye s Ye s x N o N o x II.1.4 Information on framework agreement (if applicable): Framework agreement with single operator Framework agreement with several operators II.1.5 Execution of the Contract Call offs/Place Orders Subsidiary Contracts/Mini-competition Duration of framework agreement: in months ---II.1.6 Short description of the object of the contract Continuation of work on the project " Construction of road Maznik II.1.7Common Procurement Vocabulary classification (CPV) : 45.00.00.00-7 II.1.8 Variants are accepted Ye s Ye s II.1.9 Division into lots If yes, tenders should be submitted for (tick one lot only one or more lots II.1.10 Information about lots (if applicable) N o N o X x one box only) All lots Lot no Short description Quantity Scope II.2 QUANTITY OR SCOPE OF THE CONTRACT Total quantity or scope (including all lots and options if applicable) ______________________________________________________________________________ II.3 DURATION OF THE CONTRACT OR TIME LIMITS FOR COMPLETION Duration in months ____ or days _________ (from the award of contract) or Starting Five days after signing contract Completion ; 180 working days after signing the contract SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1 CONDITIONS RELATING TO THE CONTRACT III.1.1 Performance security required Yes X No If yes, amount of performance security : 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: _______________________________________________________________________ ________ III.1.3 Other particular conditions to which performance of the contract is subject (if applicable): _______________________________________________________________________ ________ III.2 CONDITIONS FOR PARTICIPATION III.2.1 Eligibility Requirements 1. Statement under oath that economic operator fulfils requirements on suitability of the Law No. 03/L-241, Article 65, 2. An endorsed certificate from tax administration of the country of establishment of the economic operator that economic operator in question has no overdue tax payments for at least last quarter of the year before the publication of Contract Notice – in original or certified copy. 3. A document issued from the competent Court certifying that the economic operator meets “Suitability Requirements” point III.1.1) 2.a,c,d and e. – in original and not older than 3 months upon bid submission. 4. An invoice on payments of the electricity expenditure and/or contract bound between contracting parties – KEK and economic operator – over electricity payment by annuities – for local operators. 5. Copy of the License from MTI (Ministry of Trade and Industry) certified for these operational code PN 1; PN3{a,b,c 1,2}; and PN 7 . 6. Licence for road transport of goods in Kosovo for personal experience(issued by MI); 7. Dynamic plan as detailed to carry out works; 8. Proposal / description of the traffic management plan during the implementation of works 9. A certificate of registration of the economic operator in the professional, commercial and/or corporate registry from your country of establishment a. For each sub-contractor planning to engage in more than 10% of the contract value, a certified copy of the license is required for relevant codes due to the works for which is sub-contracted. b. For Kosovo non-resident contractors, certified copies of the issued license from its country of registration, equivalent by MTI and translated into Albanian, English or Serbian. (Non-resident bidder under the current law in Kosovo – Regulation No. 2005/19 is obligated to submit “Certificate on registration of the permanent unit – representative office in Kosovo” prior contract signature. 10. VAT Certificate of each partner in a group of economic operators – this is valid for companies registered in Kosovo, only. 11. In case the bidder is a group of economic operators, a draft contract where is defined the leading partner of the group, where the leading partner is authorized to sign all papers concerning the tender and contract and where task and responsibility sharing is set within the group – original. 12. In case the bidder is a group of economic operators, a statement from each partner that he accepts that all group members are jointly and separately committed and responsible for the group tender and contract execution – from each partner in original (letter with logo, sealed and signed by a legal officer) III.2.2 Professional Suitability III.2.3 Economic and financial capacity 1. Total monetary amount of executed works in the field of construction and/or reconstruction of roads for the last three years to an economic operator or group of economic operators, not less than twice the value of offer;1.000.000,00€ 2. Bidders Financial Statement reports for the last three years certified by an authorized and well-known firm on auditing. 3. Copies of contracts certifying that the total monetary amount of finished works in the field of construction and/or reconstruction of roads for the last three years not less than twice the value of offer; III.2.4 Technical and professional capacity 1. Project Manager to be the Graduate Engineering -a constructive direction ; 3 years experience after graduation, in the field of road construction, Have conducted at least one project as the value ½ Bid 2. Main Technical Staff ; A graduate engineer of construction- constructive direction or bachelor's degree -2 years work experience after graduation, in the field of road construction; A graduate engineer of construction- hydrotechnic direction -1 year work experience after graduation, in the field of road construction; A graduate engineer , has graduated from the Faculty of Mechanical -Traffic -1 year experience after graduation, in the field of construction of roads ; A(1) geodet - graduate engineer of geodesy-1 year experience 3. List of permanent employees of your company with the following information: name, age of the worker, experience (years), position in the company. Annual Statement for the employees in the company by TAK (Tax Administration). 4. For new employees required by the TAK evidence. (Setting the main employer) 5. A statement of the tenderer’s average manpower and average number of managerial staff for each of the last three years. 6. A report on the equipment, fittings and technical equipment at your disposal as mentioned below: a. basis to produce asphalt (documentary) b. A licensed stone mill in ownership or an arrangement for supply with an economic operator owning a licensed stone mill (Refer to tender dossier) c. base for concrete(beton) production in ownership or an agremment od supply with an economic operator who own a base of sufficient capacity for executing the works project or performing the construction activities. 7. Sub-contract works over 40% of the total of the bid are not permitted. In case an economic operator or a group of economic operators plans to engage a sub-contractor greater than 10% of the bidding value, than you have to nominate him/her, indicating his/her name and his/her license. 8. Main Project Contractor have over 60% of the project value. Documentary evidence required 1. A list of your projects of construction works and activities realized in the last three years of period of time, followed by a note verbal of final approval of most important construction project works and/or activities, indicating the value, date, nature and location of project construction works and/or activities in the field of road construction 2. For Project Manager / Head of Work Site, Main Technical Staff ; present CVs, relevant university degrees; employment contract and letters of reference over previous works issued by his/her employers in the field of road construction; 3. Evidence on ownership (or on rent) of means, fittings and technical equipment and their required capacities to fulfil the minimum requirements . 4. For each sub-contractor planning to engage it is a requirement to present information on: name, works to be performed, percentage (%) of sub-contracted value as well as his/her references. III.3 Conditions specific to services contracts III.3.1 Execution of services is reserved to a particular profession Yes No X 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 Yes service No SECTION IV: PROCEDURE IV.1 TYPE OF PROCEDURE X Open Restricted Negotiated Justification for the choice of restricted procedure Justification for the choice of restricted procedure IV.2 AWARD CRITERIA Tick the appropriate box “only one” and delete the other Lowest price Sub-criteria Weighting in % Sub-criteria Weighting in % IV.3 ADMINISTRATIVE INFORMATION IV.3.1. Previous publications concerning the same contract Prior Indicative Notice ______________________________________ Other publications (if applicable) ______________________________ IV.3.2 Conditions for obtaining tender dossier / prequalified documents Time limit for receipt of requests for tender dossier / prequalified documents: Date 25.06.2011 time 16;00 Payable documents Yes No x If yes, price IV.3.3 Time limit for receipt of tenders/ requests to participate Date : 30.06.2011 , time : 14:00 place : Decan Municipality IV.3.4 Time limits is shortened for submission of tenders Yes If yes, provide justification ; Indicative Notice IV.3.5 Is tender security needed ( by all tenderers/ candidates) Yes X No If yes, the value of tender security ;3% Validity of tender security in days 90 or months ___________ X No IV.3.6 Tender validity period Until: date: ___/___/______ or days 90 or months IV.3.7 Tender opening meeting Date : 30.06.2011 time : 14:30 place : place: Object of Decan Municipality Every tenderer has the right to have a representative at the opening of tenders. SECTION V: COMPLEMENTARY INFORMATION V.1 COMPLAINTS Any interested party may file a complaint with the Procurement Review Body, according to the provisions of Title IX of Law No. 03/L-241, Law on Public Procurement in Republic of Kosova, V.1.1 ADDRESS OF THE PROCUREMENT REVIEW BODY (PRB) Official name : THE PROCUREMENT REVIEW BODY Address of the PRB: Street "Garibaldi" at the Faculty of Arts building Town:Pristina Electronic address (if applicable):www.ks-gov.net/oshp Contact person: Telephone: Postal code:10000 E-mail: Fax: 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 files during the conduct of a procurement activity in Albanian, Serbian or English. Add other information:
© Copyright 2026 Paperzz