http://ted.europa.eu/udl?uri=TED:NOTICE:8684-2021:TEXT:EN:HTML&src=0&tabId=2
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)
Section I: Contracting authority
I.1)Name and addressesOfficial name: Ministry of Finance, Government of the Republic of Serbia Department for Contracting and Financing of EU Funded Programmes (CFCU)
Postal address: Sremska 3-5 St, VII floor, office 701
Town: Belgrade
NUTS code: RS REPUBLIKA SRBIJA /РЕПУБЛИКА СРБИЈА
Postal code: 11000
Country: Serbia
E-mail: cfcu.publications@mfin.gov.rs
Internet address(es):
Main address: www.mfin.gov.rs
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7697
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supervision for Construction of the Gas Interconnector Serbia-Bulgaria on the Serbian Territory
Reference number: NEAR/BEG/2020/EA-RP/0071
II.1.2)Main CPV code65210000 Gas distribution
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this contract is to provide supervision services according to the relevant national legislation and fulfilling all duties of the 'Engineer' as specified in FIDIC Conditions of Contract for Construction ('Red Book' - First Edition, 1999) over the works which include construction of the bi-directional gas interconnector MG10 Niš – Dimitrovgrad on the Serbian territory, between the natural gas systems of Serbia and Bulgaria. The gas pipe is approximately 109 km long, DN700, and has working pressure of 55bar. The works also include four metering and regulating stations and accompanying facilities. The projected technical capacity of the new pipeline is approx. 1.8 bcm annually (‘bcm/a’).
II.1.5)Estimated total valueValue excluding VAT: 3 900 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)65210000 Gas distribution
II.2.3)Place of performanceNUTS code: RS REPUBLIKA SRBIJA /РЕПУБЛИКА СРБИЈА
Main site or place of performance:
Serbia (Region IPA instrument).
II.2.4)Description of the procurement:
Supervision for construction of the Gas Interconnector Serbia-Bulgaria on the Serbian territory.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Pre-accession countries/new member states, environment.
II.2.14)Additional information
Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, up to the estimated amount of EUR 3 900 000 may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
See internet address provided in section I.3).
III.1.2)Economic and financial standingList and brief description of selection criteria:
The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in section I.3).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedureNotice number in the OJ S: 2019/S 158-389594
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 24/02/2021
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 24/03/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in section I.3). For any additional information, please refer to the document ‘Information to candidates and tenderers".
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:06/01/2021