Back to tenders & grants page
Former Yugoslav Republic of Macedonia-Kavadarci: Food, beverages, tobacco and related products
Receive Tenders like this by email

Former Yugoslav Republic of Macedonia-Kavadarci: Food, beverages, tobacco and related products

Former Yugoslav Republic of Macedonia-Kavadarci: Food, beverages, tobacco and related products has been closed on 18 Feb 2019. It no longer accepts any bids. For further information, you can contact the JOUDG Rada Poceva Kavadarci ul Braka Dzunovi br.11 a Kavadarci

Bellow, you can find more information about this project: 

Location: Macedonia

General information

Donor:

JOUDG Rada Poceva Kavadarci ul Braka Dzunovi br.11 a Kavadarci

Industry:

Beverages

Status:

Closed

Timeline

Published:

25 Jan 2019

Deadline:

18 Feb 2019

Value:

Not available

Contacts

Phone:

+389 23138724

Description

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
JP Makedonijapat — Skopje
Dame Gruev Str., No. 14
Skopje
1000
North Macedonia
Telephone: +389 23138724
E-mail: [email protected]
Fax: +389 23138736
NUTS code: MK008

Internet address(es):

Main address: http://www.makedonijapat.com.mk

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://enabavki.gov.mk/PublicAccess/Home.aspx#/home
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 authority
Other type: Public Enterprise Roads maintenance
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Spare Parts for Freight Vehicles

II.1.2)Main CPV code
34300000
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Spare parts for freight vehicles.

II.1.5)Estimated total value
Value excluding VAT: 508 064.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Spare Parts for Mercedes (Freight Vehicles)

Lot No: 1
II.2.2)Additional CPV code(s)
34000000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts for Mercedes (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 306 452.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts for FAP (Freight Vehicles)

Lot No: 2
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts for FAP (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 64 516.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts NISAN (Freight Vehicles, Tank)

Lot No: 3
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts NISAN (freight vehicles, tank).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 14 516.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts TAM (Freight Vehicles and Buses)

Lot No: 4
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts TAM (freight vehicles buses).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 9 677.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts VOLVO (freight vehicles)

Lot No: 5
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts VOLVO (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 29 032.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts MAN (Freight Vehicles)

Lot No: 6
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts MAN (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 24 193.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts DAF (Freight Vehicles)

Lot No: 7
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts DAF (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 20 967.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts DUKATO (Freight Vehicles)

Lot No: 8
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts DUKATO (freight vehicles).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 12 903.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Spare Parts IVECO (Freight Vehicles and Minibuses)

Lot No: 9
II.2.2)Additional CPV code(s)
34300000
II.2.3)Place of performance
NUTS code: MK
II.2.4)Description of the procurement:

Spare parts IVECO (freight vehicles and minibuses).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 25 806.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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 registers
III.1.2)Economic and financial standing
List and brief description of selection criteria:

A copy of the balance sheet and income statement for 2015, 2016,2017, certified by a competent Authority, i.e. revised income statement, or excerpts from the balance sheet statement in cases when the balance sheet is disclosed prescribed by law in the country where the economic operator is registered, and this is mostly for the last three financial years for which such information is available, depending on the date on which the enterprise was established or started operating and depending on the availability of such s information.

Minimum level(s) of standards possibly required:

The economic operator has a positive financial result, i.e. total for the last 3 (three) years (2015, 2016, 2017).

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The economic operator shall have experience in the delivery of goods and services performed, subject to this procurement, carried out in the last three (3) years (2015, 2016, 2017). With values, dates, buyers (Contracting Authorities or economic operators) to own (own or rented) minimum 2 (two) service centers, from which services must have at least 1 (one) moving equipment for extraction of a motor or gearbox (cranes with a load of min. 1 ton or auto lift).

For Part 1 and Part 2 for the entire duration of the contract, E.O. to have employed or engaged persons through an agency for temporary employment, a minimum of 8 (eight) persons with required qualifications (proof of completion of appropriate education or upgrading according to the requirements, i.e. 3 (three) mechanics, 1 (one) electrician and 1).

If the EO who competes in this procedure for Part 1 and Section 2 is supported by another entity, it should have employed or engaged persons through the temporary employment agency for a whole duration of the contract, a minimum of 5 (five) persons with required qualifications, i.e. 3 (three) — for Part 3, Part 4, Part 5, Part 6, Part 7, Part 8 and Part 9, for the whole duration of the contract, E.O. employed or engaged persons through a temporary employment agency, a minimum of 5 (five) persons with required qualifications (proof of completion of appropriate education or upgrading according to the requirements, i.e. 2 (two) mechanics and 1 (one) electrician.

If EO who competes in this procedure for the other entity, for the entire duration of the contract, for the Part 3, Part 4, Part 5, Part 6, Part 7, Part 8 and Part 9 the gate should have employed or engaged persons through an agency for temporary employment, minimum 3 (three) persons with required qualifications, that is, 2 (two) mechanics and 1 (one) electrician.

Select E.O. intends to transfer to the subcontractor the elements of the contract with D.O.

Minimum level(s) of standards possibly required:

Reference list of main deliveries of goods and services performed, subject to this procurement, carried out in the last three (3) years (2015, 2016, 2017 year). With values, dates, buyers and recipients of services (Contracting Authorities and economic operators).

Statement or proof that it owns or owns a minimum of 2 (two) service centers, a statement in which the exact address of the Service should be specified. Each service must have at least 1 (one) mobile equipment for extracting a motor or gearbox (crane crane with a load of min. 1 ton or an auto lift).

Statement or appropriate proof that for the entire duration of the contract that for Part 1 and Part 2 for the entire duration of the contract, E.O. to have employed or engaged persons through an agency for temporary employment, a minimum of 8 (eight) persons with required qualifications (proof of completion of appropriate education or upgrading according to the requirements, i.e. 3 (three) mechanics, 1 (one) electrician and 1) servicer.

Statement by the “Other Entity” supporter of EO who is applying in this procedure for Part 1 and Section 2 that he has employed or engaged persons for the whole duration of the contract through an agency for temporary employment, minimum 5 (five) persons with required qualifications, respectively 3 (three) mechanics, 1 (one) auto electrician and 1 (one) repairer.

Statement or appropriate evidence that for the entire duration of the contract that for Part 3, Part 4, Part 5, Part 6, Part 7, Part 8 and Part 9 for the entire duration of the contract E.O. to have employed or engaged persons through an agency for temporary employment, a minimum of 5 (five) persons with the necessary qualifications (proof of completion of appropriate education or upgrading according to the requirements, respectively 2 (two) mechanics and 1 (one) electrician.

Statement by the “Other Entity”, a supporter of E.O. who competes in this procedure for Part 3, Part 4, Part 5, Part 6, Part 7, Part 8 and Part 9, that for the entire duration of the contract there are employed or engaged persons through a temporary employment agency, a minimum of 3 (three) persons with required qualifications, i.e. 2 (two) mechanics and 1 (one) electrician.

Notification given by E.O. for the elements of the agreement that E.O. intends to transfer them to a subcontractor.

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Will be the second stage of tendering.

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 procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/02/2019
Local time: 15:30
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Macedonian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 90 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 18/02/2019
Local time: 10:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Public Procurement Bureau
Luj Paster nn
Skopje
1000
North Macedonia
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
23/01/2019

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more