N. 197/2019 - 480110-2019 Gelieve hieronder de geselecteerde Europese overheidsopdracht te vinden.
N. 197/2019 - 480110-2019 | |
Publicatiedatum: | 11/10/2019 |
Uiterste datum: | 02/12/2019 |
Type: | Aankondiging van opdracht |
Land: | FR |
Onderwerp: Aanbesteding voor de uitvoering van de werken inzake de bouw van flatgebouwen in Novi Sad (70 appartementen) | |
Aanbestedende overheid: Council Of Europe Development Bank |
CPV-classificatie (gemeenschappelijke woordenlijst overheidsopdrachten): |
71356200 |
Beschrijving: |
Technische bijstandsdiensten. |
FR-Parijs: Aanbesteding voor de uitvoering van de werken inzake de bouw van flatgebouwen in Novi Sad (70 appartementen)
Council Of Europe Development Bank, 55 avenue Kléber, F 75116 Paris, FRANCE
Tender Notice - International Open Procedure
1. Publication reference:RHP-W9-АB-CW/IOP3-2019
2. Programme and Financing:Programme: Joint Regional Programme on Permanent Solutions for refugees and displaced persons (Regional Housing Programme - RHP)/Country Housing Programme of the Republic of Serbia.
Financing: framework agreement between the Council of Europe Development Bank and the Republic of Serbia in relation to the Regional Housing Programme signed on 25.10.2013 and Grant Agreement between the Council of Europe Development Bank and the Republic of Serbia in relation to the implementation of the ninth subproject of the Regional Housing Programme dated 7.3.2019.
3. Name of the Contracting authority:‘Jedinica za upravljanje projektima u javnom sektoru’ d.o.o. Beograd
Council Of Europe Development Bank , 55 Avenue Kléber, F 75116 Paris , FRANCE
4. Address of the Contracting quthority:Nemanjina 22-26, 11000 Belgrade, SERBIA.
5. Web address of the Contracting quthority:www.piu.rs
6. Type of procurement procedure:International open procedure.
7. Type of contract:Contract on execution of works.
8. Description of the subject of the procurement:In the agreement on the implementation of the Regional Housing Programme in Serbia, the construction of the multi-apartment buildings is envisaged as one of the housing modalities (A1: Apartment Buildings) which is to be carried out in several implementation stages.
The mentioned housing modality defines collective housing in the apartments on the new locations and refers to the refugees wishing to integrate in the local communities as the users.
The scope of this project implies the execution of works on the construction of residential buildings intended for social housing in Novi Sad - 70 apartments.
9. Number of lots, if procurement is divided in lots:/
10. Maximum contract budget:Total estimated budget: 1 681 730,00 EUR.
11. Duration and type of framework contract (single supplier or multi-supplier framework contract) if framework contract is to be awarded:Not applicable.
12. Eligibility criteria:Participation is open to all interested persons participating either individually or in a group (joint venture/consortium) who fulfil the following criteria as stated in the Volume 1, Section 1. Instructions to tenderers, General part, Clause 3: Participation and CEB Guidelines for procurement of supplies, works and services, Section 3.3: Eligibility to participate in tenders and provide supplies, works and services.
http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policies-and-guidelines/
In addition, the Council of Europe Development Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council, available on the EU Sanction list: https://www.sanctionsmap.eu/#/main.
13. Selection criteria:Tenderers are obliged to fulfil the following criteria:
1) Financial capacity. The tenderer shall prove the fulfilment of the following criteria:
(a) bankruptcy and liquidation. That there are no current bankruptcy or liquidation procedures conducted over the tenderer, i.e. previous bankruptcy procedure.
This provision refers to all tenderers from a joint tender/consortium and to all subcontractors;
(b) liquidity: That the tenderer did not have his account blocked in the last 12 (twelve) months prior to the day of publication of the tender notice.
This provision refers to all tenderers from a joint tender/consortium and to all subcontractors.
(c) operating income: over the past 3 fiscal years (2016, 2017 and 2018), the tenderer had gained average annual operating income in minimal amount of 2) 550 000,00 EUR.
* in EUR in accordance to middle exchange rate at the end of the reporting period.
In case of joint tender/consortium, the leading partner of the joint tender/consortium must fulfil the minimum of 50 % of this condition.
(d) available funds. In a case of a tender submission, tenderer shall prove, by supplying relevant commercial bank statement, issued upon the publication of the contract procurement notice, confirming that the tenderer has available or can dispose of liquid funds and/or credit line and/or other funds, in the amount of at least 400 000,00 EUR.
In case of joint venture/consortium, the leading partner of the joint venture/consortium must fulfil the minimum of 50 % of this criterion.
2) Human capacities. The tenderer must prove fulfilment of the following conditions:
(a) total number of employees. The Tenderer had at least 60 persons employed in the month preceding the month of tender opening (out of which at least 40 persons must be technical staff*).
Lead member of the joint venture/consortium must fulfil at least 50 % of this eligibility criterion.
* See Form 4.6.1.1
(b) the tenderer has the following employees, holders of the engineering licences listed below, in the month preceding the tender opening**:
- 2 civil engineers, licences 410 or 411 or 412,
- 1 civil engineer, licence 413 or 414,
- 2 architects, licence 400 or 401,
- 1 electrical engineer, licence 450 or 453,
- 1 mechanical engineer, licence 430,
- 1 occupational health and safety officer - certificate on passed exam on the practical qualifications for conducting health and safety at work In case of joint venture/consortium, the leading partner of the joint tender/consortium must fulfil the minimum of 50 % of this criterion.
**See Form 4.6.1.1a
(c) professional team for project implementation. The tenderer must hire qualified persons who will work on project implementation, as follows:
Position: contractor’s representative - project director
Qualifications: BSc in Civil Engineering or Architecture
Number of persons: 1
No years of work experience as contracting engineer: 10
License: 410 or 411 or 412 or 400 or 401
Basis for employment: employed
Position: responsible contracting engineer - contractor representative
Qualifications: BSc in Civil Engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 410 or 411 or 412
Basis for employment: employed
Position: responsible contracting engineer - contractor representative
Qualifications: BSc in architecture
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 400 or 401
Basis for employment: employed
Position: responsible contracting engineer
Qualifications: BSc in Civil Engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 413 or 414
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in electrical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 450
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in electrical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 453
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in mechanical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 430
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in mechanical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 434
Basis for employment: engaged on any legal basis
Professional team for project implementation - the above listed persons will be hired for project implementation, full time, at least 40 hours a week. The same person cannot be hired for several positions, except for the Responsible contracting engineer - BSc in Civil Engineering with licences 410 or 411 or 412, and Responsible contracting engineer - BSc in Architecture with licences 400 or 401 that may be appointed for the position of the contractor's representative -project director.
All listed persons must have at least 5 years of working experience as responsible contractor (relevant work experience). Contractor's representative - project director must have at least 10 years of working experience as responsible contractor.
Lead member of a joint venture/consortium must fulfil at least 50 % of this qualification criterion.
In accordance with Form 4.6.1.2, the tenderer must also provide for each team member copy of the license, copy of the certificate on license validity and Statement on engagement, while in addition to above stated, for the members of the professional team for whom employment is required as basis of engagement by the tender, it is mandatory to provide the excerpt/certificate from the central registry of mandatory social insurance, for the month preceding the month of publication of the tender notice. The contracting authority reserves the right to request additional documentary evidence.
All hired persons must hold licenses issued by relevant institutions of the Republic of Serbia (Serbian Chamber of Engineers), during the contracting period. In case that successful tenderer comes from a foreign country, or if the tenderer from the contracting authority’s country hires foreign citizens, they must ensure that persons holding relevant licenses for contracting works are in compliance with regulations of the Republic of Serbia.
Tenderer is obligated to ensure all necessary human resources, workers and qualified persons needed for construction of facilities, in compliance with regulations of the Republic of Serbia, regardless of requirements given in this tender dossier.
Technical capacity. Tenderer must be prove fulfilment of the following conditions:
(a) contractor experience. Tenderer must prove, independently or as a lead member of a joint venture/consortium, that in the period from 1.1.2014 till the date of the public call for submission of tenders, has completed* works on construction, reconstruction or upgrading of building structures**, for not more than 3 buildings:
- building/buildings of minimal total gross area of 9 000 m 2 .
Tenderer is obligated to provide the Investor’s certificate for each and every constructed building on Form 4.6.4.2. and a valid building permit. The contracting authority reserves the right to request additional documentary evidence.
Lead member of a joint venture/consortium must fulfil at least 50 % of this qualification criterion.
* Only completed objects will be considered as reference objects.
**Building structures according to table defined in the rulebook on classification of buildings, Official Gazette of RS, No 22/2015
Name: Buildings
Classification number: 1
Category: All
Name: Residential buildings
Classification number: 11
Category: All
Name: Residential buildings with one apartment
Classification number: 111
Category: All
Name: Residential buildings with 2 or more apartments
Classification number: 112
Category: All
Name: Residential buildings with 2 apartments
Classification number: 1121
Category: All
Name: Residential building with 3 or more apartments
Classification number: 1122
Category: All
Name: Buildings for communities
Classification number: 113
Category: All
Name: Non-residential buildings
Classification number: 12
Category: All
Name: Hotels and similar buildings
Classification number: 121
Category: All
Name: Hotels
Classification number: 1211
Category: All
Name: Other buildings for short stay
Classification number: 1212
Category: All
Name: Business buildings
Classification number: 122
Category: All
Name: Museums and libraries
Classification number: 1262
Category: All
Name: School buildings and buildings for scientific research activities
Classification number: 1263
Category: All
Name: Hospitals and other buildings for health protection
Classification number: 1264
Category: All
Name: Industrial buildings and warehouses
Classification number: 125
Category: All
Name: Industrial buildings
Classification number: 1251
Category: All
Name: Other buildings, nonclassified buildings
Classification number: 1274
Category: All
Name: Army barracks and other buildings for armly, police or fireman
Classification number: 127410
Category: All
(b) standards and certificates. Tenderer must hold the following certificates in the area of construction works:
- ISO 9001:2015 quality management system,
- ISO 14001:2015 - environmental management system,
- ISO 50001:2011 - energy management system,
- OHSAS 18001:2007 - occupational health and safety management system. In case of a joint tender, the lead member of a joint venture/consortium must independently meet the set criterion.
14. Contract award criterion:The sole award criterion will be price. The contract will be awarded to the lowest compliant tender.
If there are 2 or more tenders with the same price, the advantage will be given to the tenderer who, under technical capacity, proved that he executed works on objects with higher total gross area.
15. Access to tender dossier:Tenderers can submit their requests for receipt of tender dossier by e-mail, to the following e-mail address: _hidden_@piu.rs.
Upon receipt of the request, the contracting authority will send tender dossier via e-mail, to the address stated in the request for receipt of tender dossier.
16. Tender submission, deadline for submitting the tenders:Tender should be submitted by registered post mail with acknowledgement of receipt or hand-delivered against receipt signed by contracting authority.
Tender should be submitted to the following address: Jedinica za upravlјanje projektima u javnom sektoru
d.o.o. Beograd, Veljka Dugoševića 54, fifth floor - registry office, 11000, Belgrade, Serbia.
If the tender is hand-delivered, address for submitting is: Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoševića 54, fifth floor - registry office, 11000, Belgrade, Serbia, in the period from 9.00 to 15.30.
Final deadline for submission of tenders is: 2.12.2019. until 10.00 a.m.
17. Tender opening session - date, time and place:Tender opening shall be held at: 2.12.2019. at 11.00 a.m.
In the premises of Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd, Veljka Dugoševića 54, Belgrade.
18. Conditions for participation at the tender opening session:Contracting authority shall open the tenders publicly and tender opening session can be attended by any interested person, at time and place specified in this tender notice and instructions to tenderers. In tender opening session, only the authorized tenderers' representatives can participate actively, in which case they are obliged to submit the authorization for attending and signing, as well as to sign the document by which they confirm their presence.
19. Deadline for delivering the decision on contract award:2019
20. Contact:Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd,
e-mail: _hidden_@piu.rs
21. Other information:Procurements of goods, works and services financed by the Regional Housing Programme in the Republic of Serbia, have been prepared, awarded and organized in cooperation with the partner countries and CEB guidelines for procurement of supplies, works and services, published on the website:
http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policies-and-guidelines/
Tekst in originele taal
FR-Paris: Procurement of Execution of Works on the Construction of Multi-apartment Buildings in Novi Sad (70 Apartments)
Council Of Europe Development Bank, 55 avenue Kléber, F 75116 Paris, FRANCE
Tender Notice - International Open Procedure
1. Publication reference:RHP-W9-АB-CW/IOP3-2019
2. Programme and Financing:Programme: Joint Regional Programme on Permanent Solutions for refugees and displaced persons (Regional Housing Programme - RHP)/Country Housing Programme of the Republic of Serbia.
Financing: framework agreement between the Council of Europe Development Bank and the Republic of Serbia in relation to the Regional Housing Programme signed on 25.10.2013 and Grant Agreement between the Council of Europe Development Bank and the Republic of Serbia in relation to the implementation of the ninth subproject of the Regional Housing Programme dated 7.3.2019.
3. Name of the Contracting authority:‘Jedinica za upravljanje projektima u javnom sektoru’ d.o.o. Beograd
Council Of Europe Development Bank , 55 Avenue Kléber, F 75116 Paris , FRANCE
4. Address of the Contracting quthority:Nemanjina 22-26, 11000 Belgrade, SERBIA.
5. Web address of the Contracting quthority:www.piu.rs
6. Type of procurement procedure:International open procedure.
7. Type of contract:Contract on execution of works.
8. Description of the subject of the procurement:In the agreement on the implementation of the Regional Housing Programme in Serbia, the construction of the multi-apartment buildings is envisaged as one of the housing modalities (A1: Apartment Buildings) which is to be carried out in several implementation stages.
The mentioned housing modality defines collective housing in the apartments on the new locations and refers to the refugees wishing to integrate in the local communities as the users.
The scope of this project implies the execution of works on the construction of residential buildings intended for social housing in Novi Sad - 70 apartments.
9. Number of lots, if procurement is divided in lots:/
10. Maximum contract budget:Total estimated budget: 1 681 730,00 EUR.
11. Duration and type of framework contract (single supplier or multi-supplier framework contract) if framework contract is to be awarded:Not applicable.
12. Eligibility criteria:Participation is open to all interested persons participating either individually or in a group (joint venture/consortium) who fulfil the following criteria as stated in the Volume 1, Section 1. Instructions to tenderers, General part, Clause 3: Participation and CEB Guidelines for procurement of supplies, works and services, Section 3.3: Eligibility to participate in tenders and provide supplies, works and services.
http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policies-and-guidelines/
In addition, the Council of Europe Development Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council, available on the EU Sanction list: https://www.sanctionsmap.eu/#/main.
13. Selection criteria:Tenderers are obliged to fulfil the following criteria:
1) Financial capacity. The tenderer shall prove the fulfilment of the following criteria:
(a) bankruptcy and liquidation. That there are no current bankruptcy or liquidation procedures conducted over the tenderer, i.e. previous bankruptcy procedure.
This provision refers to all tenderers from a joint tender/consortium and to all subcontractors;
(b) liquidity: That the tenderer did not have his account blocked in the last 12 (twelve) months prior to the day of publication of the tender notice.
This provision refers to all tenderers from a joint tender/consortium and to all subcontractors.
(c) operating income: over the past 3 fiscal years (2016, 2017 and 2018), the tenderer had gained average annual operating income in minimal amount of 2) 550 000,00 EUR.
* in EUR in accordance to middle exchange rate at the end of the reporting period.
In case of joint tender/consortium, the leading partner of the joint tender/consortium must fulfil the minimum of 50 % of this condition.
(d) available funds. In a case of a tender submission, tenderer shall prove, by supplying relevant commercial bank statement, issued upon the publication of the contract procurement notice, confirming that the tenderer has available or can dispose of liquid funds and/or credit line and/or other funds, in the amount of at least 400 000,00 EUR.
In case of joint venture/consortium, the leading partner of the joint venture/consortium must fulfil the minimum of 50 % of this criterion.
2) Human capacities. The tenderer must prove fulfilment of the following conditions:
(a) total number of employees. The Tenderer had at least 60 persons employed in the month preceding the month of tender opening (out of which at least 40 persons must be technical staff*).
Lead member of the joint venture/consortium must fulfil at least 50 % of this eligibility criterion.
* See Form 4.6.1.1
(b) the tenderer has the following employees, holders of the engineering licences listed below, in the month preceding the tender opening**:
- 2 civil engineers, licences 410 or 411 or 412,
- 1 civil engineer, licence 413 or 414,
- 2 architects, licence 400 or 401,
- 1 electrical engineer, licence 450 or 453,
- 1 mechanical engineer, licence 430,
- 1 occupational health and safety officer - certificate on passed exam on the practical qualifications for conducting health and safety at work In case of joint venture/consortium, the leading partner of the joint tender/consortium must fulfil the minimum of 50 % of this criterion.
**See Form 4.6.1.1a
(c) professional team for project implementation. The tenderer must hire qualified persons who will work on project implementation, as follows:
Position: contractor’s representative - project director
Qualifications: BSc in Civil Engineering or Architecture
Number of persons: 1
No years of work experience as contracting engineer: 10
License: 410 or 411 or 412 or 400 or 401
Basis for employment: employed
Position: responsible contracting engineer - contractor representative
Qualifications: BSc in Civil Engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 410 or 411 or 412
Basis for employment: employed
Position: responsible contracting engineer - contractor representative
Qualifications: BSc in architecture
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 400 or 401
Basis for employment: employed
Position: responsible contracting engineer
Qualifications: BSc in Civil Engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 413 or 414
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in electrical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 450
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in electrical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 453
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in mechanical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 430
Basis for employment: engaged on any legal basis
Position: responsible contracting engineer
Qualifications: BSc in mechanical engineering
Number of persons: 1
No years of work experience as contracting engineer: 5
License: 434
Basis for employment: engaged on any legal basis
Professional team for project implementation - the above listed persons will be hired for project implementation, full time, at least 40 hours a week. The same person cannot be hired for several positions, except for the Responsible contracting engineer - BSc in Civil Engineering with licences 410 or 411 or 412, and Responsible contracting engineer - BSc in Architecture with licences 400 or 401 that may be appointed for the position of the contractor's representative -project director.
All listed persons must have at least 5 years of working experience as responsible contractor (relevant work experience). Contractor's representative - project director must have at least 10 years of working experience as responsible contractor.
Lead member of a joint venture/consortium must fulfil at least 50 % of this qualification criterion.
In accordance with Form 4.6.1.2, the tenderer must also provide for each team member copy of the license, copy of the certificate on license validity and Statement on engagement, while in addition to above stated, for the members of the professional team for whom employment is required as basis of engagement by the tender, it is mandatory to provide the excerpt/certificate from the central registry of mandatory social insurance, for the month preceding the month of publication of the tender notice. The contracting authority reserves the right to request additional documentary evidence.
All hired persons must hold licenses issued by relevant institutions of the Republic of Serbia (Serbian Chamber of Engineers), during the contracting period. In case that successful tenderer comes from a foreign country, or if the tenderer from the contracting authority’s country hires foreign citizens, they must ensure that persons holding relevant licenses for contracting works are in compliance with regulations of the Republic of Serbia.
Tenderer is obligated to ensure all necessary human resources, workers and qualified persons needed for construction of facilities, in compliance with regulations of the Republic of Serbia, regardless of requirements given in this tender dossier.
Technical capacity. Tenderer must be prove fulfilment of the following conditions:
(a) contractor experience. Tenderer must prove, independently or as a lead member of a joint venture/consortium, that in the period from 1.1.2014 till the date of the public call for submission of tenders, has completed* works on construction, reconstruction or upgrading of building structures**, for not more than 3 buildings:
- building/buildings of minimal total gross area of 9 000 m 2 .
Tenderer is obligated to provide the Investor’s certificate for each and every constructed building on Form 4.6.4.2. and a valid building permit. The contracting authority reserves the right to request additional documentary evidence.
Lead member of a joint venture/consortium must fulfil at least 50 % of this qualification criterion.
* Only completed objects will be considered as reference objects.
**Building structures according to table defined in the rulebook on classification of buildings, Official Gazette of RS, No 22/2015
Name: Buildings
Classification number: 1
Category: All
Name: Residential buildings
Classification number: 11
Category: All
Name: Residential buildings with one apartment
Classification number: 111
Category: All
Name: Residential buildings with 2 or more apartments
Classification number: 112
Category: All
Name: Residential buildings with 2 apartments
Classification number: 1121
Category: All
Name: Residential building with 3 or more apartments
Classification number: 1122
Category: All
Name: Buildings for communities
Classification number: 113
Category: All
Name: Non-residential buildings
Classification number: 12
Category: All
Name: Hotels and similar buildings
Classification number: 121
Category: All
Name: Hotels
Classification number: 1211
Category: All
Name: Other buildings for short stay
Classification number: 1212
Category: All
Name: Business buildings
Classification number: 122
Category: All
Name: Museums and libraries
Classification number: 1262
Category: All
Name: School buildings and buildings for scientific research activities
Classification number: 1263
Category: All
Name: Hospitals and other buildings for health protection
Classification number: 1264
Category: All
Name: Industrial buildings and warehouses
Classification number: 125
Category: All
Name: Industrial buildings
Classification number: 1251
Category: All
Name: Other buildings, nonclassified buildings
Classification number: 1274
Category: All
Name: Army barracks and other buildings for armly, police or fireman
Classification number: 127410
Category: All
(b) standards and certificates. Tenderer must hold the following certificates in the area of construction works:
- ISO 9001:2015 quality management system,
- ISO 14001:2015 - environmental management system,
- ISO 50001:2011 - energy management system,
- OHSAS 18001:2007 - occupational health and safety management system. In case of a joint tender, the lead member of a joint venture/consortium must independently meet the set criterion.
14. Contract award criterion:The sole award criterion will be price. The contract will be awarded to the lowest compliant tender.
If there are 2 or more tenders with the same price, the advantage will be given to the tenderer who, under technical capacity, proved that he executed works on objects with higher total gross area.
15. Access to tender dossier:Tenderers can submit their requests for receipt of tender dossier by e-mail, to the following e-mail address: _hidden_@piu.rs.
Upon receipt of the request, the contracting authority will send tender dossier via e-mail, to the address stated in the request for receipt of tender dossier.
16. Tender submission, deadline for submitting the tenders:Tender should be submitted by registered post mail with acknowledgement of receipt or hand-delivered against receipt signed by contracting authority.
Tender should be submitted to the following address: Jedinica za upravlјanje projektima u javnom sektoru
d.o.o. Beograd, Veljka Dugoševića 54, fifth floor - registry office, 11000, Belgrade, Serbia.
If the tender is hand-delivered, address for submitting is: Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoševića 54, fifth floor - registry office, 11000, Belgrade, Serbia, in the period from 9.00 to 15.30.
Final deadline for submission of tenders is: 2.12.2019. until 10.00 a.m.
17. Tender opening session - date, time and place:Tender opening shall be held at: 2.12.2019. at 11.00 a.m.
In the premises of Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd, Veljka Dugoševića 54, Belgrade.
18. Conditions for participation at the tender opening session:Contracting authority shall open the tenders publicly and tender opening session can be attended by any interested person, at time and place specified in this tender notice and instructions to tenderers. In tender opening session, only the authorized tenderers' representatives can participate actively, in which case they are obliged to submit the authorization for attending and signing, as well as to sign the document by which they confirm their presence.
19. Deadline for delivering the decision on contract award:2019
20. Contact:Jedinica za upravlјanje projektima u javnom sektoru d.o.o. Beograd,
e-mail: _hidden_@piu.rs
21. Other information:Procurements of goods, works and services financed by the Regional Housing Programme in the Republic of Serbia, have been prepared, awarded and organized in cooperation with the partner countries and CEB guidelines for procurement of supplies, works and services, published on the website:
http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policies-and-guidelines/