News

Serbia-Belgrade: EIB тАУ Construction of building and supporting infrastructure for PSR+SSR Mode S radars at Besna Kobila

Type of document: Invitation to tender
Country: Serbia
OJEU Ref: (2019/S 243-596081/EN)
Nature of contract: Public works contract
Procedure: Not specified
Regulation of procurement: European Investment Bank and European Bank for Reconstruction and Development

Contract notice
Works
EIB тАУ Construction of building and supporting infrastructure for PSR+SSR Mode S radars at Besna Kobila (RS-Belgrade)
International Invitation for Bids

Project name: SMATSA Upgrade of System for Air Navigation тАУ SUSAN Programme
Promoter: Serbia and Montenegro Air Traffic Services SMATSA Llc
The Serbia and Montenegro Air Traffic Services SMATSA Llc (hereinafter referred to as тАШthe BorrowerтАЩ) has received a loan from the European Investment Bank тАУ EIB (hereinafter referred to as тАШthe BankтАЩ) тАУ towards the part of the cost of the project тАФ SMATSA Upgrade of System for Air Navigation.
This International Invitation for bids relates to the contract for the project component тАФ construction of building and supporting infrastructure for PSR + SSR Mode S radars at Besna Kobila. This contract will include construction of the radar station facility and associated infrastructure at Besna Kobila site, in the Republic of Serbia. Within the radar station facility, it is planned to build antenna tower with radome and radar station building which accommodates radar system, power supply, telecommunication and IT equipment, system for fire protection, video surveillance system and other auxiliary systems, as well as associated infrastructure to connect the facility to local infrastructure systems. The radar station building is designed as 1-storey building (G+1) in the area around the antenna tower with radome, while the tower with radome is designed as 5-storey building with radome (G+5+R). The gross area of facility is 1 010,45 m2.
This contract is expected to be implemented from March 2020 to August 2021.
All firms are invited to participate in the tender.
Qualification requirements are specified in detail in the tender documents and include among other:
1) That it is registered with the competent authority i.e. entered in an appropriate register;
2) That neither the bidder, nor any other person, including the bidderтАЩs directors, employees, agents, subcontractors, if any, when working in the name of the bidder and holding the relevant power of attorney or according to the best knowledge or consent of the bidder, or with the support from the bidder, is included or shall be included in any prohibited conduct (as defined by the Bank) in relation to the bidтАЩ submission process or in execution or delivery of any works, goods or services for the procurement of works in the construction of facility and supporting infrastructure of Besna Kobila Radar Station;
3) That the bidder has paid due taxes, contributions and other public charges in compliance with the regulations of the Republic of Serbia or a foreign state if its registered seat is located in its territory;
4) That, in the respective procurement procedure SUS-RSBK-2019 Procurement of works in the construction of facility and supporting infrastructure of Besna Kobila Radar Station, the bidder has complied with all applicable laws governing labour, obligations arising from the regulations concerning occupational safety, national and international standards in the field of environmental protection, occupational health and safety, as well as to any other relevant national and international standards and regulations including those included in any relevant convention of the International Labour Organisation (ILO) and international agreements on environmental protection, as well as that no ban has been imposed upon it relating to
conducting business activity which is in force at the time of submission of the bid;
5) That it holds or will obtain within twenty-eight (28) calendar days from receipt of the decision on contract award, a valid permission issued by the competent authority authorizing him to conduct the business activity which is subject of this procurement, i.e. that he holds:
I. Valid authorization for design and construction of stable fire extinguishing systems and valid authorization for design and construction of stable fire alarm systems, issued by a competent authority: Ministry of Interior of the Republic of Serbia тАУ sector for emergency situations, directorate for prevention protection, in line with the law on fire protection in force in the Republic of Serbia; and
II. Valid decision issued by a competent authority тАУ the Republic Geodetic Authority, for conducting the business activity that is subject to this procurement, as prescribed by the Rulebook on licence for operation of a geodetic organisation and on geodetic licence (тАШOfficial Gazette of the Republic of SerbiaтАЩ, No 33/10 and 2/15) and/or the valid licence for operation of a geodetic organisation and specifically for compiling technical documentation for geodetic works and expert supervision over execution of geodetic works, for which compiling of main design is envisaged, as well as compiling of projects of geodetic marking in the field of urban planning, execution of geodetic works for which compiling of main design is envisaged, execution of geodetic works in the real estate cadastre maintenance procedure and utility cadastre maintenance, as well as realisation of projects relating to geodetic marking in the field of urban planning and compiling of geodetic surveying maps in engineering and technical fields for which no main design is to be developed;
6) Financial capacity:
I. That, over the past year the bidder has made in total the operating income which is at least equivalent to the amount of the estimated value of the procurement; and
II. That the bidder did not recorded days of blocked accounts over the past 12 months preceding the publication of the International Invitation for Bids.
7) Business capacity:
I. That the bidder has, over the past 5 years preceding the publication of the International Invitation for Bids, successfully completed the works for the previous contracting authorities/investors on construction of a minimum of 3 facilities with accompanying electric power and telecommunications installations and equipment (substation and/or power generator and continuous power supply and/or telecommunications installations and equipment), in total value of 2 600 000,00 EUR;
II. That the bidder has, over the period of 5 years preceding the publication of the International Invitation for Bids performed for the previous contracting authorities/investors the works on construction of a minimum of 15 km of 10 (20) kV cable lines;
III. That the bidder has, over the period of 5 years preceding the publication of the International Invitation for Bids, delivered, installed and put into operation for the previous contracting authorities/buyers a minimum of 2 UPS devices with the minimum power of 60 kVA each;
IV. That the bidder has, over the period of 5 years preceding the publication of the International Invitation for Bids, delivered, installed and put into operation for the previous contracting authorities/buyers a minimum of 2 power generation units (DEA) of the minimum power of 200 kVA each; and
V. That the bidder holds following certificates which are issued by an accredited organization:
(i) ISO 9001 standard тАУ quality management system;
(ii) ISO 14001 standard тАУ environmental protection management system; and
(iii) OHSAS 18001 Occupational health and safety management systems or ISO 45001 Occupational health and safety management systems.
(8) Technical capacity:
That at the moment of submitting the bid, the bidder has at his disposal (that he is the owner or that he has leased) the following fully operational heavy equipment vehicles and machinery:
I. 1 truck with the transport capacity of 7-9 tons;
II. 1 truck for road transport of workers and materials;
III. 1 tipper truck with minimum carrying capacity of 7 tons;
IV. 1 backhoe тАУ a backhoe loader for excavation and loading;
V. 1 bucket wheel excavator тАУ an excavator with the capacity up to 5 tons or 1 skid-steer (loader) on wheels.
(9) Personnel capacity:
I. That, the bidder employs the following personnel based on employment contracts for indefinite period of time, who shall be engaged on the subject contract execution:
(i) a graduate architectural engineer, holding the valid AI 02-01 license тАФ architecture, or, holding the licences issued prior to the entry into force of the current Rulebook, the licence 400 тАФ responsible person for the performance of the works on facilities and interior plumbing and sanitation installations and/or the valid 401 licence тАУ responsible person for the performance of works on architectural and construction structures and construction and craftsman works on construction facilities;
(ii) a graduate construction engineer, holding the valid GI 04-01.1 and/or GI 04-04.1 licences тАФ civil engineering, or holding the valid licences, issued prior to the entry into force of the current Rulebook: the licence 410 тАУ responsible person for the performance of works on construction structures and construction and craftsman works on construction facilities, civil engineering facilities and hydraulic engineering and/or the valid 411 licence тАУ responsible person for the performance of works on construction structures and construction and craftsman works on construction structures;
(iii) a graduate mechanical engineer, holding the valid MI 06-01.1 licence тАУ mechanical engineering, or holding the valid 430 licence, issued prior to the entry into force of the current Rulebook тАФ responsible person for the performance of thermo-technical, thermal energetics, process and gas technical works;
(iv) a graduate of electrical engineering, holding the valid EI 05-01.1 licence тАФ electrical engineering, or holding the valid 450 licence, issued prior to the entry into force of the current Rulebook тАФ responsible person for the performance of works on low and medium voltage power installations;
(v) a graduate of electrical engineering, holding the valid EI 05-03.1 licence тАУ electrical engineering, or holding the valid 453 licence, issued prior to the entry into force of the current Rulebook тАФ responsible person for the performance of works on telecommunications networks and systems;
(vi) a graduate geodetics engineer, holding the valid GeI 08-01.1 licence тАФ geodetic engineering, or holding the valid 471 licence, issued prior to the entry into force of the current Rulebook тАФ responsible person for the performance of geodetic works and/or holding the geodetic licence of the first order issued based on a decision of the Republic Geodetic Authority;
(vii) a graduate engineer holding a licence for design and construction of special fire protection systems and measures which cover the field of drafting of projects for stable fire alarm systems and construction of these systems; and
(viii) a graduate engineer holding a licence for design and construction of special fire protection systems and measures which cover the field of drafting of projects for stable fire extinguishing systems and construction of these systems.
The person engaged on execution of the subject contract may hold several licenses defined in point I, from i. to viii.
II. That the bidder employs the following personnel based on employment contracts, service contract or a contract on temporary and occasional jobs, which shall be working on execution of procurement contract in question:
(i) a minimum of 10 persons that are construction professionals;
(ii) a minimum of 5 persons that are mechanical professionals, of which a minimum of one (1) person must hold a certificate for handling of F-gases and a minimum of one (1) certified brazer holding a valid ISO 13585 standard welding certificate; and
(iii) a minimum of 5 persons that are electrical professionals.
Possession of required licenses evidence on employment and certificates with respect to bidderтАЩs personnel is not mandatory at the time of bid submission and only the winning/successful bidder will be requested to furnish required evidences within twenty-eight (28) calendar days from receipt of the decision on contract award.
Where a bid is submitted by a group of bidders, each bidder from the group of bidders must fulfil the mandatory requirements referred to in points from (1) to (4). The requirements referred to in point (5) shall be fulfilled by the bidder from a group of bidders that has been entrusted with the execution of the respective part of the procurement for which compliance with the requirement is mandatory. The bidders from the group shall fulfil the additional requirements referred to in points (6) to (9) jointly, except for the requirements referred to in point (6)II and (7)V. which must be fulfilled by each member of the group of bidders individually.
The criterion for the bid evaluation is the lowest total offered price of the compliant and responsive bids.
Interested eligible bidders may obtain further information from and inspect the tender documents at the following address, on Serbian working days, 9 a.m.-1 p.m. local time:
Contact person: Ms. Milica Vujic
Serbia and Montenegro Air Traffic Services SMATSA Llc, Trg Nikole Pasica 10, 11000 Belgrade, REPUBLIC OF SERBIA
Tel: +381 11 3218017
Fax: +381 11 3240456
email: rg.susanrsbk@smatsa.rs
Interested eligible bidders must make announcement 1 working day in advance by sending application for inspection of the tender documents at the BorrowerтАЩs email address indicated above, with the attached appropriately signed non-disclosure statement that is available at the following link: The bidderтАЩs representative shall present the appropriate authorization for inspection of the tender documents.
A non-refundable fee for purchase of tender documents amounts to:
(1) one hundred (100) EUR if it is personally taken over at the address indicated above; or
(2) two hundred (200) EUR if delivery by a courier is requested, or equivalent of appropriate amount in RSD which is calculated by using middle exchange rate of the National Bank of Serbia valid on the date of publication of this International Invitation for Bids in the Official Journal of the European Union.
Instructions for RSD payments: recipient: Serbia and Montenegro Air Traffic Services SMATSA Llc
RecipientтАЩs Bank: Banca Intesa AD, Beograd
Account No.: 160-888-31
Reference: Tender fee for SUS-RSBK-2019
Instructions for EUR payment:
Recipient: Serbia and Montenegro Air Traffic Services SMATSA Llc
/RS35160005010001380863
RecipientтАЩs Bank: DBDBRSBG
Banca Intesa AD, Beograd
Milentija Popovi─Зa 7B, Belgrade
Republic of Serbia
Intermediary: BCITITMM
Intesa Sanpaolo SpA, Milano, Italy
Reference: Tender fee for SUS-RSBK-2019
In case of personal takeover of the tender documents at the BorrowerтАЩs address indicated above, interested eligible bidder has to make announcement 2 working days in advance, by sending application for provision of the tender documents at the BorrowerтАЩs email address indicated above with the attached evidence of the remittance of a non-refundable fee.
Application for provision of the tender documents has to include the name of the prospective bidder and contact details of the person who will be official recipient of all the communication in the procurement procedure (name and surname of the contact person, position in the company, email and phone number), as well as signed non-disclosure statement that is available at the following link: When obtaining the tender documents, the bidderтАЩs representative shall provide the appropriate authorization.
In the case of the tender documents submission via courier, interested eligible bidder must send an application for the submission of the tender documents via courier service, to the above indicated BorrowerтАЩs email, with the attached evidence of the remittance of a nonrefundable fee. Application for provision of tender documents has to include name of the prospective bidder and contact details of the person who will be official recipient of all the communication in the procurement procedure (name and surname of the contact person, position in the company, email and phone number) as well as signed non-disclosure statement that is available at the following link: The Borrower bears no responsibility for the delivery in this case.
Submission of or taking over the tender documents is conditional upon remittance of a nonrefundable fee and delivery of signed non-disclosure statement.
A bid can be submitted only by a bidder which has signed the non-disclosure statement in the capacity of a bidder or a participant in a joint bid.
A bid bond of 78 000,00 EUR or equivalent, fulfilling the conditions indicated in the tender documents must accompany all bids.
All bids must be delivered in closed envelopes or boxes bearing the mention тАШbid for procurement of works for construction of facility and supporting infrastructure for Besna Kobila radar station тАУ do not openтАЩ, not later than 30.1.2020, 10 a.m. local time at the following address:
Serbia and Montenegro Air Traffic Services SMATSA Llc,
Trg Nikole Pasica 10, 11000 Belgrade, Republic of Serbia.
Bids will be opened immediately in the presence of biddersтАЩ representatives who chose to attend.

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy