Ausschreibung: Serbien Bau von Tiefgaragen Public-private partnership with concession elements -design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja, k.p. no. 837/2, 838/2 and 2137/6 KO Vrnjaka Banja - SRB-Vrnjacka Bau von Parkplätzen Bau von Tiefgaragen Dokument Nr...: 389200-2024 (ID: 2024070101332381327) Veröffentlicht: 01.07.2024 * SRB-Vrnjacka: Serbien Bau von Tiefgaragen Public-private partnership with concession elements -design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja, k.p. no. 837/2, 838/2 and 2137/6 KO Vrnjaka Banja 2024/S 126/2024 389200 Serbien Bau von Tiefgaragen Public-private partnership with concession elements - design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja, k.p. no. 837/2, 838/2 and 2137/6 KO Vrnjaka Banja OJ S 126/2024 01/07/2024 Auftrags- oder Konzessionsbekanntmachung Standardregelung Bauleistung - Dienstleistungen 1. Beschaffer 1.1. Beschaffer Offizielle Bezeichnung: Municipality of Vrnjacka Banja E-Mail: jn@vrnjackabanja.gov.rs Rechtsform des Erwerbers: Lokale Gebietskörperschaft Der Erwerber ist ein Auftraggeber Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung 2. Verfahren 2.1. Verfahren Titel: Public-private partnership with concession elements - design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja, k.p. no. 837/2, 838/2 and 2137/6 KO Vrnjaka Banja Beschreibung: Design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja for period of 30 years Kennung des Verfahrens: c247065d-79c1-4eb3-8c8b-00329112007e 2.1.1. Zweck Art des Auftrags: Bauleistung Haupteinstufung (cpv): 45223310 Bau von Tiefgaragen 2.1.2. Erfüllungsort Postanschrift k.p. no. 837/2, 838/2 and 2137/6 Stadt Vrnjacka Banja Postleitzahl 36210 Land, Gliederung (NUTS): (RS217) Land: Serbien 2.1.3. Wert Geschätzter Wert ohne MwSt.: 2 040 300 000,00 RSD 2.1.4. Allgemeine Informationen Rechtsgrundlage: Richtlinie 2014/23/EU 5. Los 5.1. Los: LOT-0001 Titel: Public-private partnership with concession elements - design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja, k.p. no. 837/2, 838/2 and 2137/6 KO Vrnjaka Banja Beschreibung: Design, financing, construction and management of an underground garage in the municipality of Vrnjaka Banja for a period of 30 years 5.1.1. Zweck Art des Auftrags: Bauleistung Zusätzliche Art des Auftrags: Dienstleistungen Haupteinstufung (cpv): 45223300 Bau von Parkplätzen 5.1.2. Erfüllungsort Stadt: Vrnjacka Banja Postleitzahl: 36210 Land, Gliederung (NUTS): (Raka oblast) (RS217) Land: Serbien 5.1.3. Geschätzte Dauer Laufzeit: 30 Jahre 5.1.6. Allgemeine Informationen Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten. Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert 5.1.9. Eignungskriterien Kriterium: Art: Eignung zur Berufsausübung Bezeichnung: Licenses Beschreibung: 1.That the bidder has a valid decision issued by the Ministry of Internal Affairs of the RS - Department for Emergency Situations, Directorate for Preventive Protection, for the design of special systems and fire protection measures: - Development of projects of stable fire extinguishing systems and execution of these systems; - Development of projects for stable fire alarm systems and implementation of these systems and - Design and execution of smoke and heat removal systems. That the bidder has the Decision issuing licenses for the performance of private security services of the Ministry of the Interior, namely: - License for planning the technical protection system; - License for the design of technical protection systems and - License for installation, commissioning and maintenance of technical protection systems and user training. That the bidder has the Decision of the Republic Geodetic Institute, namely for: - preparation of technical documentation and expert supervision over the execution of geodetic works for which the preparation of the main project is foreseen; - execution of geodetic works for which preparation of the main project is planned; - performing geodetic works in the procedure of maintaining the real estate cadastre and maintaining the cadastre of water lines and - preparation of geodetic foundations in engineering and technical areas for which the main project is not prepared. 2. A copy of the valid decision issued by the Ministry of Internal Affairs of the RS, for: planning of the technical protection system; performance of technical protection system design and installation, commissioning and maintenance of technical protection systems and user training. 3. A copy of the Decision of the Republic Geodetic Institute issuing the following licenses to the business entity: preparation of technical documentation and expert supervision of the execution of geodetic works for which the preparation of the main project is foreseen; execution of geodetic works for which preparation of the main project is foreseen; performing geodetic works in the process of maintaining the real estate cadastre and maintaining the cadastre of water lines and creating geodetic foundations in engineering and technical areas for which the main project is not being prepared. Kriterium: Art: Wirtschaftliche und finanzielle Leistungsfähigkeit Bezeichnung: Financial and economic capacity - total income Beschreibung: That the bidder in the period of the previous three years (years 2021, 2022 and 2023) achieved a total income (collectively for all three years) in the amount of at least 3,000,000,000.00 RSD. That the bidder was not blocked in the period from the previous 6 months until the deadline for submitting bids. That the bidder in the previous three years before the deadline for submitting bids (2021, 2022 and 2023) did not operate at a loss. That the bidder in the valid Scoring issued by the Agency for Economic Registers, for the period from 2018-2022. year (or for the period from 2019-2023) has a credit rating: very good credit rating (BB+, BB, BB-) or excellent credit rating (AA). Kriterium: Art: Technische und berufliche Leistungsfähigkeit Bezeichnung: List of completed works Beschreibung: That the bidder, during the period of the previous three years before the deadline for submitting bids (the date of completion of the services), as a business owner or a member of a group of bidders, in the capacity of a designer, performed services for the preparation of technical documentation - conceptual solutions, projects for building permits, projects for execution, for the construction of facilities that are the subject of public procurement - underground garages, with a total minimum gross floor area of 10,000m2, of which at least 1 (one) project with an underground garage that has a minimum gross floor area of 5,000m2 on one floor. That the bidder, during the period of the previous three years before the deadline for submitting bids (the date of completion of the works), as a contractor or a member of a group of bidders, carried out works on the construction of buildings, which are the subject of public procurement - underground garages, total minimum BRGP of 10,000m2, of which at least 1 (one) building with an underground garage that has a minimum gross floor area of 5,000m2 on one floor. Kriterium: Art: Technische und berufliche Leistungsfähigkeit Bezeichnung: Technical persons or bodies - performance of works Beschreibung: That the business entity at the time of expiry of the deadline for submission of bids has employees, in accordance with the provisions of the Labor Law: 1) A minimum of 2 (two) persons - a graduate engineer with a license 300 or 301 (or the corresponding one according to the Ordinance) and a minimum of 2 (two) persons - a graduate engineer with a license 310 or 311 (or the corresponding one according to the Ordinance), of which at least 1 (one ) has a personal reference of the designer responsible for the preparation of technical documentation for the construction of underground garage facilities with a total gross floor area of more than 10,000m2 and at least 1 (one) project with an underground garage that has a minimum gross floor area of 5,000m2 on one floor; 2) Minimum 1 (one) person - graduate engineer with license 312 or 315 (or appropriate according to the Rulebook); 3) Minimum 1 (one) person - graduate engineer with license 313 or 314 (or appropriate according to the Rulebook); 4) Minimum 1 (one) person - graduate engineer with license 330 (or appropriate according to the Rulebook); 5) Minimum 1 (one) person graduate engineer with license 350 (or equivalent according to the Rulebook); 6) Minimum 1 (one) person - graduate engineer with license 353 (or appropriate according to the Rulebook); 7) Minimum 1 (one) person - graduate engineer with license 333 (or appropriate according to the Rulebook); 8) Minimum 1 (one) person - graduate engineer with license 370 (or appropriate according to the Rulebook); 9) Minimum 1 (one) person graduate engineer with license 372 (or equivalent according to the Rulebook); 10) Minimum 1 (one) person - graduate engineer with license 373 (or appropriate according to the Rulebook); 11) Minimum 1 (one) person - a graduate engineer with a passed professional exam for an OSH coordinator in the design phase (in accordance with the current Regulation on OSH on temporary or mobile construction sites); 12) Minimum 1 (one) person - a graduate engineer with a license from the Ministry of Interior for the design and implementation of special systems and fire protection measures, namely for: design of stable fire extinguishing systems and implementation of these systems; development of projects of stable fire alarm systems and execution of these systems; design and implementation of smoke and heat removal systems; 13) Minimum 1 (one) person - a graduate engineer with a license from the Ministry of Interior to carry out technical protection system design work (in accordance with the current Law on Private Security); 14) A minimum of 2 (two) persons - a graduate engineer with a license 400 or 401 (or corresponding according to the Ordinance) and a minimum of 2 (two) persons - a graduate engineer with a license 410 or 411 (or corresponding according to the Ordinance), of which at least 1 (one ) has a personal reference of the responsible contractor for the construction of underground garage facilities with a total gross floor area of more than 10,000m2 and at least 1 (one) building with an underground garage that has a minimum gross floor area of 5,000m2 on one floor; 15) Minimum 1 (one) person - graduate engineer with license 412 or 415 (or appropriate according to the Rulebook); 16) Minimum 1 (one) person - graduate engineer with license 413 or 414 (or appropriate according to the Rulebook); 17) Minimum 1 (one) person graduate engineer with license 430 (or appropriate according to the Rulebook); 18) Minimum 1 (one) person - graduate engineer with license 450 (or appropriate according to the Rulebook); 19) Minimum 1 (one) person - graduate engineer with license 453 (or appropriate according to the Rulebook); 20) Minimum 1 (one) person - graduate engineer with license 434 (or appropriate according to the Rulebook); 21) Minimum 1 (one) person - graduate engineer with license 470 (or equivalent according to the Rulebook); 22) Minimum 1 (one) person graduate engineer with license 471 (or appropriate according to the Rulebook); 23) Minimum 1 (one) person - graduate engineer with license 474 (or appropriate according to the Rulebook); 24) Minimum 1 (one) person - a graduate engineer with a license from the Ministry of Internal Affairs to carry out installation, commissioning, maintenance of technical protection systems and user training (in accordance with the current Law on Private Security); 25) Minimum 1 (one) person for safety and health at work with a valid certificate, who must be employed by the bidder, or engaged (based on the Labor Law). 26) a minimum of 50 persons/executors necessary for the implementation of the public procurement subject (construction, mechanical, electrical workers, auxiliary workers, operators of construction machines, drivers). Kriterium: Art: Technische und berufliche Leistungsfähigkeit Bezeichnung: Tools, operating or technical equipment Beschreibung: That the business entity has at least: 1) licensed software necessary for the production of technical documentation, namely: Operating system - min. 5 pcs.; Software for creating graphic documentation (AutoCad or similar) - min 5 pcs.; 2) truck capacity over 10t - min 3 units; 3) truck capacity up to 5t - min 3 units; 4) combined construction machine, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pieces; 5) crawler excavator with a minimum weight of 30t, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pieces; 6) loader, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pieces; 7) bulldozer with a minimum weight of 20t, with a valid expert report on the performed inspection and testing of the equipment - min. 1 piece; 8) vibro roller, with a valid expert report on the performed inspection and testing of the equipment - min. 1 piece; 9) mini-excavator, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pcs.; 10) aggregate, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pcs.; 11) machine/tester for cutting concrete and asphalt, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pcs.; 12) vibro plate, with a valid expert report on the performed inspection and testing of the equipment - min. 2 pcs.; 13) welding machine, with a valid expert report on the performed inspection and testing of the equipment - min. 4 pieces; 14) total station, with a valid calibration certificate - min 2 pcs.; 15) level, with a valid calibration certificate - min. 2 pieces; 16) GPS (global positioning system) with a valid calibration certificate - min. 2 pcs. Kriterium: Art: Sonstiges Bezeichnung: Quality assurance standards and environmental management standards Beschreibung: Quality assurance standards That the business entity has certificates of compliance with the following standards: ISO 9001; ISO 45001 or OHSAS 18001; ISO 22301; ISO 27001 and ISO 50001. Environmental management standards That the bidder has certificates of compliance with the ISO 14001 standard - environmental protection. 5.1.10. Zuschlagskriterien Kriterium: Art: Preis Beschreibung: The highest concession fee offered. 5.1.11. Auftragsunterlagen Internetadresse der Auftragsunterlagen: https://jnportal.ujn.gov.rs/ 5.1.12. Bedingungen für die Auftragsvergabe Bedingungen für die Einreichung: Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Serbisch Frist für den Eingang der Angebote: 16/07/2024 12:00:00 (UTC+2) 5.1.16. Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: Municipality of Vrnjacka Banja Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Municipality of Vrnjacka Banja Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Municipality of Vrnjacka Banja Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt: Municipality of Vrnjacka Banja Organisation, die Teilnahmeanträge entgegennimmt: Municipality of Vrnjacka Banja Organisation, die Angebote bearbeitet: Municipality of Vrnjacka Banja 8. Organisationen 8.1. ORG-0001 Offizielle Bezeichnung: Municipality of Vrnjacka Banja Registrierungsnummer: 07175981 Abteilung: Public Procurement Department Postanschrift: Krusevacka 17 Stadt: Vrnjacka Banja Postleitzahl: 36210 Land, Gliederung (NUTS): (Raka oblast) (RS217) Land: Serbien Kontaktperson: Opstina Vrnjacka Banja E-Mail: jn@vrnjackabanja.gov.rs Telefon: +381 36 601 200 Internetadresse: https://www.vrnjackabanja.gov.rs/ Profil des Erwerbers: https://jnportal.ujn.gov.rs/ Rollen dieser Organisation: Beschaffer Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt Organisation, die Teilnahmeanträge entgegennimmt Organisation, die Angebote bearbeitet Überprüfungsstelle Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt 11. Informationen zur Bekanntmachung 11.1. Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: e02dbebb-f954-43a6-adf2-68ac261f687e - 01 Formulartyp: Wettbewerb Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung Standardregelung Unterart der Bekanntmachung: 19 Datum der Übermittlung der Bekanntmachung: 27/06/2024 15:31:59 (UTC) Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch 11.2. Informationen zur Veröffentlichung ABl. S Nummer der Ausgabe: 126/2024 Datum der Veröffentlichung: 01/07/2024 Referenzen: https://jnportal.ujn.gov.rs/ https://www.vrnjackabanja.gov.rs/ http://icc-hofmann.net/NewsTicker/202407/ausschreibung-389200-2024-SRB.txt -------------------------------------------------------------------------------- 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