Back to tenders & grants page
Former Yugoslav Republic of Macedonia-Skopje: Recreational, cultural and sporting services
Receive Tenders like this by email

Former Yugoslav Republic of Macedonia-Skopje: Recreational, cultural and sporting services

Former Yugoslav Republic of Macedonia-Skopje: Recreational, cultural and sporting services has been closed on 20 Oct 2017. It no longer accepts any bids. For further information, you can contact the Municipality of Cair — Skopje

Bellow, you can find more information about this project: 

Location: Macedonia

General information

Donor:

Municipality of Cair — Skopje

Industry:

Tourism

Status:

Closed

Timeline

Published:

10 Mar 2017

Deadline:

20 Oct 2017

Value:

Not available

Contacts

Phone:

+389 2603040

Description

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Municipality of Cair — Skopje
Postal address: No 5 ‘Hristijan Todorovski-Karpos’
Town: Skopje
Postal code: 1000
Country: North Macedonia
For the attention of: Asip Ferizi
E-mail: [email protected]
Telephone: +389 2603040

Internet address(es):

General address of the contracting authority: http://http://www.cair.gov.mk/

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Technical preparation for marking events (stage setting, sound and light setting etc.).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services

NUTS code MK PORANEŠNATA JUGOSLOVENSKA REPUBLIKA MAKEDONIJA

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
In the tendering documentation.
II.1.6)Common procurement vocabulary (CPV)

92000000 Recreational, cultural and sporting services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
4.6 Bid guarantee
4.6.1 As part of the bid, the economic operator must provide a tender guarantee (guarantee of participation) in the amount of at least 3 % of the total bid value excluding VAT.
4.6.3 The guarantee should be submitted in its original form. Copies are not accepted. The guarantee must be valid for at least 14 [at least 14 days] days after the expiry of the offer. Any bid that does not include a guarantee or include a guarantee that is not in accordance with the requirements of the tender documentation will be rejected by the contracting authority as unacceptable.
4.6.4 The bid guarantee of the unsuccessful bidders shall be returned within 7 days after signing the contract with the most favourable bidder.
4.6.5 The bid guarantee may be invoked if the bidder withdraws its bid before the validity period of its validity, does not accept the correction of arithmetic errors by the committee, does not sign the contract in accordance with the Tender documentation and does not provide a guarantee for performance of the contract.
The collection of the Guarantee in any case entails posting negative reference.
7.5 Guarantee for quality execution of the contract
7.5.1 Economic Operator within 5 days after signing the agreement at its own expense and risk, must provide an unconditional and irrevocable bank guarantee for quality performance of the contract in the amount of 5 % of the contract value. The bank guarantee at the same time is a condition set by the Purchaser to introduce the Contractor with the work. This warranty will be in favour of the contracting authority.
7.5.2 The guarantee from item 7.5.1 is submitted in the form of a bank guarantee in a written form. The guarantee needs to be submitted as an original form. Copies are not allowed.
7.5.3 The bank guarantee for quality implementation of the contract shall be valid till the final realization of the contract. The contracting authority after the made selection of the most suitable bidder additionally sets the final validity date of the guarantee.
7.5.4. The bank guarantee for quality implementation of the contract shall be in the currency indicated in the contract.
7.5.5 The guarantee for the quality performance of the contract is submitted in the defined deadline, personally to the contact person from item 1.2.2 from the tender documentation.
7.5.6. The guarantee for quality implementation of the contract shall be collected if the contractor does not meet any of the liabilities indicated in the public procurement contract within the maturity period, and it shall notify the contractor in writing. If the guarantee for quality implementation of the contract is collected, the contracting authority shall publish a negative reference to ESPP.
7.5.8 In case the deadline for contract finalization is extended or it has an increased value, the Contractor should appropriately extend the validity and the value of the guarantee for quality performance of the contract.
7.5.9 If the public procurement contract is fully implemented in accordance with the contract, the contracting authority shall return the bank guarantee for quality implementation of the contract to the contractor within 14 days after the technical acceptance given by the commission formed by the contracting authority.
7.5.10 The contracting authority shall return the bank guarantee for quality implementation of the contract to the contractor personally at the head office of the contracting authority or at the head office of the contracting authority.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not required.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 2.3 Capacity to perform a professional activity
2.3.1 In order to prove the capacity to perform a professional activity the economic operator submits:
— document for registered activity as a prove that it is registered as a natural or legal entity for performing the activity connected with the subject of the Public Procurement Agreement or a prove that it belongs to a suitable professional association according to the regulations in the country where it has been registered;
— Current Status.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Not required.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
2.5 Technical or professional capacity
2.5.1 In order to qualify as capable for performing the public procurement contract in terms of its technical and professional capability, the economic operator should fulfil the following minimum requirements:
1. For events up to 10 000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 24 pieces,
Subwoofers (from a well-known manufacturer 2 x 18”) 12 pieces,
Stage monitors (from a well-known manufacturer) 12 pieces,
Digital mixer with minimum 48 channels and 16 AUX 1 piece,
Microphones 30 pieces.
— Lighting system — Moving wash (LED technology) 40 pieces,
Moving spot minimum 575 W 24 pieces,
Moving beam 7R 230 W 32 pieces,
Moving heads/beams/wash 12 pieces,
LED bars — with min. strength of 400 W 20 pieces.

— Video projections — LED screen min. 50 m2 PH 4 mm 1 piece,

Video processor, video mixer,
LCD projectors min. 7500 ANSI lumens 2 pieces,
Projection screens 400 x 300 cm. 2 pieces,
Video cameras with HD resolution 4 pieces,
Camera crane of min. 12 m 1 piece.
— Aluminium construction to cover the stage of 1 500 x 1 000 x 800 cm. 1 piece.

— Stage with an area of 150 m2 1 piece.

— Voltage Installation — Junction voltage panel with a measurement unit — 2 pieces.
— Tents 610 x 610 cm. 15 pieces Tent — segment size 20 x 5 m. (min. 8 segments),
from a well-known manufacturer,
structure (anodized aluminium),
minimum side height 4 m,
ultimate height of 7.2 m,

minimum 800 m2.

2. For events up to 5 000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 16 pieces,
Subwoofers (from a well-known manufacturer 2 x 18”) 8 pieces,
Stage monitors (from a well-known manufacturer) 8 pieces,
Digital mixer with minimum 48 channels and 16 AUX 1 piece,
Microphones 30 pieces.
— Lighting system — Moving wash (LED technology) 24 pieces,
Moving spot minimum 575 W 16 pieces,
Moving beam 7R 230 W 24 pieces,
Moving heads/beams/wash 8 pieces,
LED bars — with min. power of 400 W 12 pieces.

— Video projections — LED screen min. 40 m2 PH 4 mm 1 pieces,

Video processor, video mixer,
LCD projectors min. 7500 ANSI lumens 2 pieces,
Projection screens 400 x 300 cm. 2 pieces,
Video cameras with HD resolution 2 pieces,
Camera crane of min. 12 m 1 pieces.
— Aluminium construction to cover the stage of 1 000 x 800 x 700 cm. 1 pieces.

— Stage with an area of 80 m2 1 piece.

— Voltage Installation — Junction voltage panel with a measurement unit 1 piece.
— Tents 610 x 610 cm. 10 pieces.
— Tent — segment size 15 x 5 m. ( min. 8 segments),
from a well-known manufacturer,
structure (anodized aluminium),
minimum side height 3 m,
ultimate height of 5.8 m,

minimum 600 m2.

3. For events up to 1 000 people, the economic operator is required to have the following equipment available:
— Sound system — Line array speakers (from a well-known manufacturer) 8 pieces,
Subwoofers (from a well-known manufacturer 2 x 18”) 4 pieces,
Stage monitors (from a well-known manufacturer) 4 pieces,
Analogue mixer with min. 16 channels with min. 4 AUX 1 pieces,
Equalizers, processors, compressors, effects,
Microphones 12 pieces.
— Lighting system — Moving wash (LED technology) 16 pieces,
Moving spot min. 575 W 8 pieces,
Moving beam 7R 230 W 12 pieces,
Moving heads/beams/wash 8 pieces,
LED bars — with min. power of 400 W 8 pieces.

— Video projections — LED screen min. 24 m2 PH 4mm 1 piece,

Video processor, video mixer,
LCD projectors min. 5000 ANSI lumens 2 pieces,
Projection screens 300 x 200 cm. 2 pieces,
Video cameras with HD resolution 2 pieces.
— Aluminium construction to cover the stage of 800 x 600 x 600 cm. 1 piece.

— Stage with an area of 48 m2 1 piece.

— Voltage Installation — Junction voltage panel with a measurement unit 1 piece.
— Tents 610 x 610 cm. 4 pieces.
— Tent — segment size 10 x 5 m. (min. 8 segments),
from a well-known manufacturer,
structure (anodized aluminium),
minimum side height 3 m,
ultimate height of 5.4 m,

minimum 400 m2.

— Folding chairs — aluminium structure with upholstered backrest and seat 350 pieces.
— Beer set 200 х 80 cm. — table with 2 benches 200 х 80 cm. 80 sets.
4. To possess its own fleet for transport of the sound equipment.
5. To have implemented minimum 3 contracts of the subject of procurement.
Minimum level(s) of standards possibly required:
The economic operator proves the fulfilment of the minimum requirement from sub-item 2.4.1 by submitting:
— Statement of the technical equipment and capacity of the economic operator and other resources available to provide the specific services from sub-item 2.4.1;
— list of the main services of the bidders or candidates in the last three years, with values, dates, buyers (contracting authorities or economic operators) by providing a certificate for service delivery issued by recipients, or, if such certificates cannot be obtained from reasons beyond the control of the economic operator, only by their statement of deliveries.
— To allow inspection to the Commission for procurement of the equipment available during the evaluation of bids, at the request of the Commission (wherefore the Commission will produce a report).
— Notification on the elements of the contract which the economic operator intends to subcontract to third parties.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
05-1331/2017
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 20.10.2017 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.10.2017 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other: En, mk.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.10.2017 - 11:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: State Committee for appeals for public procurement
Town: Skopje
Postal code: 1000
Country: North Macedonia

Body responsible for mediation procedures

Official name: State Committee for appeals for public procurement
Town: Skopje
Postal code: 1000
Country: North Macedonia

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.9.2017

http://ted.europa.eu/udl?uri=TED:NOTICE:388166-2017:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more