contract notice

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: