Republika e Kosovës Republika Kosova-Republic of Kosovo Qeveria Vlada Government Ministria e Integrimit Evropian/Ministarstvo za Evropske Integracije/ Ministry of European Integration CONTRACT NOTICE Services- Retender (accelerated time limits) According to Article 40 of Law. 04/L-042 on Public Procurement in Kosovo Date of the preparation of the tice: 04.06.2015 Procurement MEI-218 15 002 211 This notice has been prepared in the LANGUAGES: Albanian Serbian English SECTION I: CONTRACTING AUTHORITY I.1) NAME AND ADDRESS OF THE CONTRACTING AUTHORITY (CA) Official name: Ministry of European Integration Postal address: Square "Skanderbeg" Government Building Floor IX, Nr.900 / a, n.n, Prishtina Town: Prishtina Postal code: 10000 Country: Prishtina Contact point(s): Fitim Mustafa, Bleta Vërbovci Telephone: +381 (0) 38 200 27 010 Email: fitim.mustafa@rks-gov.net bleta.verbovci@rks-gov.net Internet address (if applicable): www.mei-rks.net Fax: n/a www.mei-rks.net The contracting authority is purchasing on behalf of other contracting authorities If yes, specify the identities of all Contracting Authorities entitled to Call-off under the terms of the contract or refer to an Annex. SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) Contract title attributed by the contracting authority: Translation and interpreting services from Albanian into English, Serbian and other languages, as needed, and vice versa for the needs of MEI, Lot I and II- Retender Standard Form Contract tice 1
II.1.2) Type of contract and location of works, place of delivery or of performance (Choose one category only - works, supplies or services - which corresponds to the main part of the specific object of your contract) Works Supplies Services Execution Design and execution Realisation, by whatever means, of work, corresponding to the requirements Purchase Lease Rental Hire purchase A combination of these Main site or location of works II.1.3) The notice involves Main place of delivery Main place of performance As needed and required by MEI A public contract The establishment of framework agreement II.1.4) Information on framework agreement (if applicable): Framework agreement with single operator Framework agreement with several operators Execution of the Contract: Call offs/place Orders Subsidiary Contracts/Mini-competition Duration of framework agreement: in months 36 II.1.5) Short description of the object of the contract (Lot I) Simultaneous translations in official meetings (Lot II) II.1.6) Common Procurement Vocabulary classification (CPV) 93000000-8 II.1.7) Variants are accepted II.1.8) Division into lots If yes, tenders should be submitted for (tick one box only) one lot only one or more lots All lots Ye s Ye s N o N o Standard Form Contract tice 2
II.1.9) Information about lots (if applicable) Lot no Short description CPV Quantity or scope Lot 1 (Lot I) from English into Albanian from Serbian into Albanian from Albanian into Serbian from English into Serbian from Albanian into English from Serbian into English from other languages into Albanian, Serbian and English and vice versa 93 5,255,00.00 Words (approximat e annual amount) Additiona l informati on DDP Inkoterm 2010 Lot 2 Simultaneous translations in official meetings (Lot II): Interpreting from Albanian into English Interpreting from Albanian into Serbian Interpreting from Serbian into Albanian Interpreting from Serbian into English Interpreting from English into Albanian Interpreting from English into Serbian from other languages into Albanian, Serbian and English and vice versa 93 750 hours (approximat e annual amount) DDP Inkoterm 2010 II.2) QUANTITY OR SCOPE OF THE CONTRACT Total quantity or scope (including all lots and options if applicable) (Lot I) Simultaneous translations in official meetings (Lot II) II.3) DURATION OF THE CONTRACT OR TIME LIMITS FOR COMPLETION Duration in months 36 (from the award of the contract) or Starting July 2015 Completion July 2018 Standard Form Contract tice 3
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Performance security required If yes, Lot 1- amount of performance security: 10% of the contract value- for 37 months Lot 2- amount of performance security: 10% of the contract value- for 37 months III.1.2) Legal form to be taken by grouping of economic operators to whom the contract is to be awarded (if applicable) III.1.3) Other particular conditions to which performance of the contract is subject If yes, description of particular conditions Standard Form Contract tice 4
III.2) CONDITIONS FOR PARTICIPATION III.2.1) Eligibility requirements: 1. Economic operator must meet the eligibility requirements under the Law no. 04 / L- 042, Article 65 declaration under oath, 2. A signed statement from the tax administration of the country of establishment, that the economic operator is not delinquent in the payment of taxes at least until the last quarter of the year before submission of tender 3. A document issued by the competent court certifying that the economic operator meets "Suitability Requirements" for the situation referred to in Article 65, paragraph 3, subparagraph 3.1, 3.3, 3.4, 3.5 and 3.6 and paragraph 4, sub-paragraph 4.1, 4.2, and 4.4. Evidence as to eligibility requirements: 1. A declaration under oath, signed by the tenderer using the form specified in the tender dossier. 2. Certificate issued by a competent judicial authority, 3. Certificate from Tax Administration of Kosovo Evidence as to eligibility requirements under item 2 and 3 shall be requested from the tenderer to whom the contracting authority intends to award the contract. These documents shall be submitted by the tenderer prior to the awarding of the contract. In case of failure to submit this document, the tender will be rejected. III.2.2) Professional suitability: 1. Registration as an economic operator in a professional, commercial and/or corporate register in your country of establishment; 2. EO must be registered with TAK 3. Registration as VAT tax payer; Required documentary proof: 1. Business certificate (copy) 2. Fiscal number certificate (copy) 3. VAT certificate (copy) III.2.3) Economic and financial capacity: 1. Economic operator must provide satisfying evidence that its annual circulation during the last three years (2012-2013-2014) was not less than 200,000.00 Euro. Required documentary evidence: 1. An appropriate statement or statements from one or more banks. Standard Form Contract tice 5
III.2.4) Technical and professional suitability: 1. Tenderers must have at least 7 (seven) translators for written translation and simultaneous / verbal, general translation. a. Minimum four (4) translators English translation - English and vice versa. b. Minimum three (3) interpreters for translation English - Serbian and vice versa. 2. Tenderers must have at least 5 (five) pëkthyes English - English and vice versa, who have the knowledge and will translate in the field of European legislation. 3. Tenderers must have the staff to control the quality of the translations (regulations, laws and other normative legal acts of the EU legislation), which is engaged at least three (3) international professors and three (3) local law European and international. 4. The economic operator must provide proof that it has successfully completed at least 2 (two) contracts of the same nature in 3 (three) years. Required documentary proof: 1. CV English language university degrees or certificates that are equivalent to diplomas (required for English language translator, point a), while the Serbian language interpreters behave as evidence CV or university degrees certificates which are equivalent to diplomas, or court decisions for a court interpreter (required for Serbian language interpreters, item b). 2. CVs of translators and interpreters any reference attesting that they have translated the field of European legislation (regulations, laws and other normative legal acts of the EU legislation). 3. CVs of professors engaged or agreements between EO and professors of international and European law. 4. A list of contracts executed in the past three years, specifying: the institution, title and number of the procurement contract (only provided a list of contracts, not physical copies of contracts). Evidence relating to the requirements of professional and technical capacities, from point 1 to 4 apply to all EO and only for LOT I, LOT II while evidence should bring all EO only on the request of paragraph 1 and 4 (ie, not necessary to point 2 and 3). In case of failure of the submission of such evidence required, tender will be rejected. III.3) CONDITIONS SPECIFIC TO SERVICE CONTRACTS III.3.1) Execution of services is reserved to a particular profession If yes, reference to the relevant law, regulation or administrative provision III.3.2) Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service Standard Form Contract tice 6
SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of Procedure Open IV.2) AWARD CRITERIA Lowest price IV.3) ADMINISTRATIVE INFORMATION IV.3.1) Previous publications concerning the same contract If yes, Prior Indicative tice: Other publications (if applicable): IV.3.2) Conditions for obtaining tender dossier documents, Time limit for receipt of requests for tender dossier date 17.06.2015 Payable documents IV.3.3) Time limit for receipt of tenders: Date: 22.06.2015 time 14.00 Place: MEI - Square "Skanderbeg" Government Building, Floor IX, Nr. 900/a IV.3.4) Time limits is shortened for submission of tenders: yes no If yes, provide justification Deadline is shortened because the existing contract was extended for an indefinite period until the settlement of the EO, because previous contract expired in March base in 2015, so it is more than necessary to have as soon as a new contract for such services. IV.3.5) Is tender security needed: If yes, Lot 1- value of tender security : 6,000.00 Lot 2- value of tender security : 1,000.00 Validity of tender security in days 120 or months 4 IV.3.6) Tender validity period: days 90 or months 3 IV.3.7) Tender opening meeting: Date: 22.06.2015 time 14.30 Place: MEI - Square "Skanderbeg" Government Building, Floor IX, Nr. 900/a Standard Form Contract tice 7
SECTION V: COMPLEMENTARY INFORMATION V.1) COMPLAINTS Any interested party may file a complaint with the Procurement Review Body, according to the provisions of Title IX of Law. 04/L-042, Law on Public Procurement in Kosovo. V.1.1) ADDRESS OF THE PROCUREMENT REVIEW BODY (PRB) Official name: Public Procurement Body Address of the PRB: Str, Garibaldi Town: Prishtina Electronic address (if applicable): Contact person: Ardian Behra Telephone: + 381 38 213 378 Postal code: E-mail: oshp@rks-gov.net Fax: V.2) ADDITIONAL INFORMATION te: Economic operators will be entitled to submit a tender, request to participate and other documents required or permitted to be filed during the conduct of a procurement activity in Albanian, Serbian or English. Add other information: Standard Form Contract tice 8