The MoCTI/the Directorate for Inland Waterways – “Plovput” intends to acquire new equipment for marking and hydrographic surveying of the waterways in the Republic of Serbia. The subject of procurement is:

LOT 1 (CPV code 34521000-5) a marking vessel to be used for the following activities

• Installation, relocation and removal of coastal signs and buoys on the waterway

• Transfer of materials and means used to mark the waterway

• Real time recording of river bed morphology

LOT 2 (CPV Code 34513550-6) a hydrographic vessel to be used for the following activities:

• River survey for safe navigation

• Dredging related and condition survey

• Underwater inspection and object location

• Habitat and harbour mapping

Financing - Finance Contract for Serbian Inland waterway infrastructure (50%) between the Republic of Serbia and EIB (“Official Gazette of RS”, No. 2/19) and co-financing from CEF Grant Agreement No. INEA/CEF/TRAN/M2019/2112244 (40%) & the budget of the Republic of Serbia (10%).

Extended Title Supply of marking and hydrographic surveying vessels for the Danube, Sava and Tisza Rivers in the Republic of Serbia
Extended Description

Participation is open to all natural persons and firms (participating either individually or in a grouping-consortium of tenderers) originating from all countries of the world. A consortium may be permanent, legally established grouping or a grouping which has been constituted informally for a specific tender procedure. All partners of a consortium (i.e., the leader and all other partners) are jointly and severally liable to the Contracting Authority (CA). No more than one tender can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or partner of a consortium submitting a tender). In the event that a natural or legal person submits more than one tender, all tenders in which that person has participated will be excluded. In case of lots, the tenderers may submit only one tender per lot. Contracts will be awarded lot by lot and each lot will form a separate contract.

Grounds for exclusion

During the evaluation procedure and before taking the award decision, the CA ensures that there is no record of the successful tenderer, including consortium members, subcontractors or capacity providing entities, if any, in exclusion situations listed in Section 2.6.10.1 of the PRAG June 24, 2022, as well as in the EIB Guide to Procurement (GtP) for projects financed by the EIB September 2018 (https://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf), Section 1.5 (Conflict of Interest), and Section 3.6 (prohibited Conduct-Covenant of Integrity (CoI) – template available in EIB GtP Annex 3), anti-fraud policy of the EIB (https://www.eib.org/attachments/publications/eib_group_anti-fraud_policy_en.pdf) and Section 3.8 Environmental and Social Covenant (E&SC template is available in EIB GtP, Annex 7). The evaluation committee (EvC) will request the original Declaration of honour on exclusion criteria and selection criteria and copies of documentary evidence for exclusion and selection criteria (also signed covenants) from the potential successful tenderer. If upon verification, the EvC considers the submitted evidence not admissible, it will request the same evidence from the second-best ranked tenderer.

In the CoI, the tenderer is requested to self-declare all sanctions and/or exclusions (including any similar decision having the effect of imposing conditions on the tenderer or its subsidiaries or to exclude the said tenderer or its subsidiaries, such as temporary suspension, conditional non-exclusion, etc.) imposed by the European institutions or any multilateral development banks (including the WB Group, the African/Asian/ Inter-American Development Bank, EBRD or EIB), regardless of the date of issue and the expiration or not of such decisions and of the current status of any sanction and/or exclusion. Any omission or misrepresentation, made knowingly or recklessly, may be considered as fraud under the EIB Anti-Fraud Policy. The CA reserves the right to reject any offer presenting an inaccurate or incomplete CoI, and may cause the rejection of the offer for prohibited conduct. CoI and E&SC are to be signed by Consortium and each Consortium Member (including Consortium leader).

To obtain the procurement documents, a written request shall be sent to the email address mentioned in Section I.

Tender must be submitted in English exclusively to the CA in a sealed envelope to the address mentioned in Section I:

• Either by post or courier service, (the evidence shall be constituted by the postmark or the date of the deposit slip);

• Or hand delivered by the participant in person or agent directly to the premises of the CA in return for a signed and dated receipt (the evidence shall be constituted by this receipt).

Tenders arriving after the deadline for receipt will be returned unopened.

Deadline Date2024-03-20
Publication Date2023-12-26
CountrySerbia
Procurement StatusActive
TypeOpen procedure
Contract TypeSupplies
Award CriteriaLowest price
OrganisationMinistry of Construction, Transport and Infrastructure
Attention OfLjubisa Mihajlovic
AddressNemanjina 22-26
TownBelgrade
Postal Code11000
Phone+011 3029800
Class Code34513550
Class DescriptionSurvey vessels
SourceOffice for Official Publications of the European Communities - Tenders electronic daily (Ted)

Version of 2023-07-18

Survey vessels

The MoCTI/the Directorate for Inland Waterways – “Plovput” intends to acquire new equipment for marking and hydrographic surveying of the Serbian waterways. The subject of procurement is:

LOT 1 (CPV code 34521000-5) a marking vessel for the following activities:

• Installation, relocation and removal of coastal signs and buoys

• Transfer of materials and means used to mark the waterway

• Regular and extraordinary tours of the waterway and marking facilities

• Real time recording of river bed morphology

LOT 2 (CPV Code 34513550-6) a hydrographic vessel for the following activities:

• River survey for safe navigation

• Pre- and post-dredging and condition survey

• Underwater inspection and object location

• Habitat mapping

• Harbour mapping

Financing: Finance Contract for Serbian Inland waterway infrastructure (50%) between the Republic of Serbia and European Investment Bank (“Official Gazette of RS” No. 2/19) and co-financing from CEF (40%) and the budget of the Republic of Serbia (10%)

Extended TitleSupply of marking and hydrographic surveying vessels for the Danube, Sava and Tisza Rivers in the Republic of Serbia
Extended Description

Procurement will be conducted as an international open tendering procedure, following the issue of the Contract Notice, with subsequent evaluation of tenders for supply of marking vessel for the Danube and Sava Rivers in the Republic of Serbia. The EIB Guide to Procurement (September 2018) and Practical Guide to Contract Procedures for EU External Actions (PRAG 24 June 2022) will be applied. The language of the procedure and contract will be English.

Participation is open to all natural persons and firms (participating either individually or in a grouping - consortium - of tenderers) originating from all countries of the world. A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All partners of a consortium (i.e., the leader and all other partners) are jointly and severally liable to the contracting authority. The participation of an ineligible natural or legal person will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.

No more than one tender per lot can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or partner of a consortium submitting tender). In the event that a natural or legal person submits more than one tender per lot, all applications or tenders in which that legal entity has participated will be excluded. Tenderers may bid for one or more lots under this procedure. Each lot shall be evaluated and separate contracts will be awarded separately to the firm(s)/legal entities. The award criterion applied to technically compliant tenders is the lowest price for each lot.

Publication Date2023-07-18
CountrySerbia
Procurement StatusFuture
TypeNot applicable
Contract TypeSupplies
Award CriteriaNot applicable
OrganisationMinistry of Construction, Transport and Infrastructure
Attention OfLjubisa Mihajlovic
AddressNemanjina 22-26
TownBelgrade
Postal Code11000
Phone+011 3029800
Class Code34513550
Class DescriptionSurvey vessels
SourceOffice for Official Publications of the European Communities - Tenders electronic daily (Ted)

Related Procurements

Realizacja prac związanych z przyłączeniem odbiorców gr. IV i V (na zasadach określonych w SWZ)
View more
Deadline: Mar 22, 2025
Pirkimas skaidomas į 4 pirkimo dalis pagal regionus.
View more
- Abbruch- und Demontagearbeiten des Dachstuhls- Wand-, Wandteil-, Deckenteil-, Treppenabbrüche, etc., sowie Wanddurchbrüche UG bis 2. OG- Öffnungsvergrößerung an den Fassaden- Neubau von Wänden, Unterzügen, Treppen, Decken, Schachtwänden, Pfeiler, Teilmontagedecken,...
View more