Ausschreibung: Beschaffung von Bauleistungen für den Bau von Apartmentgebäuden in Belgrad Dr Ivana Ribara - FR-Paris Technische Hilfe Dokument Nr...: 205622-2020 (ID: 2020050409172718807) Veröffentlicht: 04.05.2020 * FR-Paris: Beschaffung von Bauleistungen für den Bau von Apartmentgebäuden in Belgrad Dr Ivana Ribara 2020/S 86/2020 205622 Council of Europe Development Bank, 55 Avenue Kléber, 75116 Paris, FRANCE For the Republic of Serbia 1.Publication reference: RHP-W9-B-CW/IOP1-2020 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 October 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 March 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, 75116 Paris, FRANCE 4.Address of the Contracting Authority: Nemanjina 22-26, 11000 Belgrade, SERBIA. 5.Web address of the Contracting Authority: [1]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 Belgrade dr Ivana Ribara 133 apartments. 9.Number of lots, if procurement is divided in lots: / 10.Duration and type of framework contract (single supplier or multi-supplier framework contract) if framework contract is to be awarded: Not applicable. 11.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. [2]http://www.coebank.org/en/about/policies-and-guidelines/projects-and -loans-policiesand-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: [3]https://www.sanctionsmap.eu/#/main 12.Selection 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 EUR 5 800 000,00. (*) in EUR in accordance to middle exchange rate of the national Bank of Serbia on the last day of the reporting period. Consortium: in case of joint venture/consortium, the leading partner of the joint venture/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 EUR 500 000.00. Consortium: 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 the publication of this Tender Notice. Consortium: In case of joint venture/consortium, the leading partner of the joint venture/consortium must fulfil the minimum of 50 % of this criterion. (b) The tenderer has the following employees, holders of the engineering licences listed below, in the month preceding the month of the publication of this tender notice (*): 2 civil engineers, licences 410 or 411, 1 architect, licence 400 or 401. Consortium: 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: contractors representative project director Qualifications: BSc in Civil Engineering or Architecture Number of persons: 1 No years of work experience as contracting engineer: 5 License: 410 or 411 or 400 or 401 Basis for employment: engaged on any legal basis Position: responsible contracting engineer constructional works Qualifications: BSc in civil engineering Number of persons: 1 No years of work experience as contracting engineer: 5 License: 410 or 411 Basis for employment: employed Position: responsible contracting engineer construction and craft works 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 electricity installation 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 installation of low voltage tension 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 Thermo technical (mechanical) installations 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 for elevators 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 for constructional works BSc in civil engineering and responsible contracting engineer for architecture and craft works BSc in architecture 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 (in line with the table presented above). Consortium: 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 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 authoritys 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. 3) Technical capacity. The tenderer must 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 January 2015 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 three buildings: building/buildings of minimal total gross area of 15 000 m^2. Tenderer is obligated to provide the Investors 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. Consortium: 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 Title: Buildings Classification number: 1 Category: All Title: Apartment buildings Classification number: 11 Category: All Title: Residential buildings with one apartment Classification number: 111 Category: All Title: Residential buildings with two or more apartments Classification number: 112 Category: All Title: Residential buildings with two apartments Classification number: 1121 Category: All Title: Residential buildings with three or more apartments Classification number: 1122 Category: All Title: Buildings for community housing Classification number: 113 Category: All Title: Non-residential buildings Classification number: 12 Category: All Title: Hotels and similar buildings Classification number: 121 Category: All Title: Hotels Classification number: 1211 Category: All Title: Other buildings for a short stay Classification number: 1212 Category: All Title: Business Buildings Classification number: 122 Category: All Title: Museums and Libraries Classification number: 1262 Category: All Title: School Buildings and Buildings for Scientific Research Activities Classification number: 1263 Category: All Title: Hospitals and Other Health Protection Buildings Classification number: 1264 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 OHSAS 18001:2007 Occupational health and safety management system Consortium: In case of a joint venture/consortium, the lead member must independently meet the set criterion. 13.Contract award criterion: The sole award criterion will be price. The contract will be awarded to the lowest compliant tender. 14.Access to tender dossier: Tenderers can submit their Requests for receipt of tender dossier by email, to the following email address: [4]ivana.tripkovic@piu.rs Upon receipt of the request, the contracting authority will send tender dossier via email, to the address stated in the request for receipt of tender dossier. 15.Tender submission, deadline for submitting the tenders: The Tenderer is advised to visit and inspect the works construction site and its environment (site). The site visits will be facilitated by the contracting authority. Interested parties must submit applications to the contracting authority's via email: [5]ivana.tripkovic@piu.rs which must be received by the contracting authority not later than 20 (twenty) days before the tender submission deadline. Site visit is not possible 15 (fifteen) days before the tender submission deadline. Representatives of the tenderers must submit a written authorisation to participate in the site visit. One person may represent only one tenderer. 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 upravlanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoevia 54, fifth floor registry office, 11000, Belgrade, SERBIA. If the tender is hand-delivered, address for submitting is: Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoevia 54, fifth floor registry office, 11000, Belgrade, SERBIA, in the period from 9.00 to 15.30. Final deadline for submission of tenders is: 25 June 2020, until 10 a.m. 17.Tender opening session date, time and place: Tender opening shall be held on 25 June 2020, at 11 a.m. In the premises of Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd, Veljka Dugoevia 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 authorised tenderers' representatives can participate actively, in which case they are obliged to submit the authorisation 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: August 2020. 20.Contact: Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd, email: [6]ivana.tripkovic@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 organised in cooperation with the partner countries and CEB Guidelines for Procurement of supplies, works and services, published on the website: [7]http://www.coebank.org/en/about/policies-and-guidelines/projects-and -loans-policiesand-guidelines/ References 1. http://www.piu.rs/ 2. http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policiesand-guidelines/ 3. https://www.sanctionsmap.eu/#/main 4. mailto:ivana.tripkovic@piu.rs?subject=TED 5. mailto:ivana.tripkovic@piu.rs?subject=TED 6. mailto:ivana.tripkovic@piu.rs?subject=TED 7. http://www.coebank.org/en/about/policies-and-guidelines/projects-and-loans-policiesand-guidelines/ OT: 04/05/2020 S86 Works - Contract notice - Open procedure France-Paris: Procurement of Execution of Works on the Construction of Multi-apartment Buildings in Belgrade dr Ivana Ribara 2020/S 086-205622 Council of Europe Development Bank, 55 Avenue Kléber, 75116 Paris, FRANCE For the Republic of Serbia 1.Publication reference: RHP-W9-B-CW/IOP1-2020 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 October 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 March 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, 75116 Paris, FRANCE 4.Address of the Contracting Authority: Nemanjina 22-26, 11000 Belgrade, SERBIA. 5.Web address of the Contracting Authority: [1]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 Belgrade dr Ivana Ribara 133 apartments. 9.Number of lots, if procurement is divided in lots: / 10.Duration and type of framework contract (single supplier or multi-supplier framework contract) if framework contract is to be awarded: Not applicable. 11.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. [2]http://www.coebank.org/en/about/policies-and-guidelines/projects-and -loans-policiesand-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: [3]https://www.sanctionsmap.eu/#/main 12.Selection 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 EUR 5 800 000,00. (*) in EUR in accordance to middle exchange rate of the national Bank of Serbia on the last day of the reporting period. Consortium: in case of joint venture/consortium, the leading partner of the joint venture/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 EUR 500 000.00. Consortium: 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 the publication of this Tender Notice. Consortium: In case of joint venture/consortium, the leading partner of the joint venture/consortium must fulfil the minimum of 50 % of this criterion. (b) The tenderer has the following employees, holders of the engineering licences listed below, in the month preceding the month of the publication of this tender notice (*): 2 civil engineers, licences 410 or 411, 1 architect, licence 400 or 401. Consortium: 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: contractors representative project director Qualifications: BSc in Civil Engineering or Architecture Number of persons: 1 No years of work experience as contracting engineer: 5 License: 410 or 411 or 400 or 401 Basis for employment: engaged on any legal basis Position: responsible contracting engineer constructional works Qualifications: BSc in civil engineering Number of persons: 1 No years of work experience as contracting engineer: 5 License: 410 or 411 Basis for employment: employed Position: responsible contracting engineer construction and craft works 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 electricity installation 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 installation of low voltage tension 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 Thermo technical (mechanical) installations 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 for elevators 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 for constructional works BSc in civil engineering and responsible contracting engineer for architecture and craft works BSc in architecture 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 (in line with the table presented above). Consortium: 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 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 authoritys 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. 3) Technical capacity. The tenderer must 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 January 2015 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 three buildings: building/buildings of minimal total gross area of 15 000 m^2. Tenderer is obligated to provide the Investors 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. Consortium: 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 Title: Buildings Classification number: 1 Category: All Title: Apartment buildings Classification number: 11 Category: All Title: Residential buildings with one apartment Classification number: 111 Category: All Title: Residential buildings with two or more apartments Classification number: 112 Category: All Title: Residential buildings with two apartments Classification number: 1121 Category: All Title: Residential buildings with three or more apartments Classification number: 1122 Category: All Title: Buildings for community housing Classification number: 113 Category: All Title: Non-residential buildings Classification number: 12 Category: All Title: Hotels and similar buildings Classification number: 121 Category: All Title: Hotels Classification number: 1211 Category: All Title: Other buildings for a short stay Classification number: 1212 Category: All Title: Business Buildings Classification number: 122 Category: All Title: Museums and Libraries Classification number: 1262 Category: All Title: School Buildings and Buildings for Scientific Research Activities Classification number: 1263 Category: All Title: Hospitals and Other Health Protection Buildings Classification number: 1264 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 OHSAS 18001:2007 Occupational health and safety management system Consortium: In case of a joint venture/consortium, the lead member must independently meet the set criterion. 13.Contract award criterion: The sole award criterion will be price. The contract will be awarded to the lowest compliant tender. 14.Access to tender dossier: Tenderers can submit their Requests for receipt of tender dossier by email, to the following email address: [4]ivana.tripkovic@piu.rs Upon receipt of the request, the contracting authority will send tender dossier via email, to the address stated in the request for receipt of tender dossier. 15.Tender submission, deadline for submitting the tenders: The Tenderer is advised to visit and inspect the works construction site and its environment (site). The site visits will be facilitated by the contracting authority. Interested parties must submit applications to the contracting authority's via email: [5]ivana.tripkovic@piu.rs which must be received by the contracting authority not later than 20 (twenty) days before the tender submission deadline. Site visit is not possible 15 (fifteen) days before the tender submission deadline. Representatives of the tenderers must submit a written authorisation to participate in the site visit. One person may represent only one tenderer. 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 upravlanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoevia 54, fifth floor registry office, 11000, Belgrade, SERBIA. If the tender is hand-delivered, address for submitting is: Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd,, Veljka Dugoevia 54, fifth floor registry office, 11000, Belgrade, SERBIA, in the period from 9.00 to 15.30. Final deadline for submission of tenders is: 25 June 2020, until 10 a.m. 17.Tender opening session date, time and place: Tender opening shall be held on 25 June 2020, at 11 a.m. In the premises of Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd, Veljka Dugoevia 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 authorised tenderers' representatives can participate actively, in which case they are obliged to submit the authorisation 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: August 2020. 20.Contact: Jedinica za upravlanje projektima u javnom sektoru d.o.o. Beograd, email: [6]ivana.tripkovic@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 organised in cooperation with the partner countries and CEB Guidelines for Procurement of supplies, works and services, published on the website: [7]http://www.coebank.org/en/about/policies-and-guidelines/projects-and -loans-policiesand-guidelines/ -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de