Specific Procurement Notice
Request for Bids
Goods
(One-Envelope Bidding Process)
Country: Republic of North Macedonia
Name of Project: Western Balkans Trade and Transport Facilitation Project - P162043
Contract Title: Provision of customs related equipment - CCTV and ANPR systems –
installation, commissioning and training of Custom Administration staff
Loan No.: IBRD 8929-MK
RFB Reference No.: WBTTFP-8929-MK-121E-RFB
1. The Republic of North Macedonia has received financing from the World Bank toward the cost of the Western Balkans Trade and Transport Facilitation Project - P162043, and intends to apply part of the proceeds toward payments under the contract for Provision of customs related equipment - CCTV and ANPR systems – installation, commissioning and training of Custom Administration staff.
2. The Ministry of Transport and Communications now invites sealed Bids from eligible Bidders for Provision of customs related equipment - CCTV and ANPR systems – installation, commissioning and training of Custom Administration staff. The provision of required goods and services include:
The system has to be modern IP technological based solution that will fit into the existing information and telecommunication infrastructure of the Customs Administration. The system generally consists of three components: Central Application Server, Monitoring Center and Surveillance Locations and comprise the following functional units:
Video surveillance system; Automatic license plate recognition system; Data storage system; System central management
The required list of main goods, services and quantities needed for the realization of the project include: IP Bullet Camera – Quantity 142 pcs; IP Dome Camera – Quantity 16 pcs; IP PTZ and ANPR Camera – Quantity 13 pcs; IP Panoramic camera type 1 – Quantity 8 pcs; IP Panoramic camera type 2 – Quantity 2 pcs; IP ANPR Camera – Quantity 142 pcs; IP Dome full time color camera – Quantity 10 pcs; IP Bullet full time color camera – Quantity 9 pcs; Analog full time color camera – Quantity 8 pcs; Digital Video Encoder type 1 – Quantity 1 pcs; Digital Video Encoder type 2– Quantity 1 pcs; SD Card – Quantity 339 pcs; Network video recorder type 1– Quantity 13 pcs; Network video recorder type 2 – Quantity 8 pcs; Network video recorder type 3 – Quantity 9 pcs; Hard disc drive – Quantity 138 pcs; Application server – Quantity 1 pcs; Application workstation – Quantity 3 pcs; Multi-monitor decoder – Quantity 1 pcs; Monitor – Quantity 4 pcs; Keyboard – Quantity 1 pcs; Industrial Switch – Quantity 9 pcs; Network Switch – Quantity 33 pcs; UPS type 1 – Quantity 13 pcs; UPS type 2 – Quantity 28 pcs; cabling and network equipment; installation and testing.
The required equipment, specified in the Detailed Technical Specifications have to be delivered in the Warehouse in the R. N. Macedonia, provided by the Supplier, where delivered goods will be stored prior to distribution and installation on the Final Destination (Project Sites) in accordance to the quantities for each of 30 Project sites, specified in the “Places of delivery”, on which the installation of the equipment have to be performed in accordance with the requirements.
Equipment delivery, including final installation must include all miscellaneous but needed items for equipment delivery and installation in order that the goods are left in place fully operational and ready for use, after performance of dismantling of the old CCTV and ANPR system. The whole installation must be done on the principle “turnkey solution”. Commissioning for each location will be accompanied by successful completion of the inspection and tests, under the supervision of authorized representatives of the Purchaser. Trainings are required to be performed as specified in the Detailed Technical Specifications. All trainings shall be delivered on Macedonian language. Training documents/manuals shall be delivered on Macedonian and English language.
3. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from the Project Implementation Unit (PIU) of the Ministry of Transport and Communication, Attn: Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska, e-mails: slavko.micevski.piu@mtc.gov.mk; vlasta.ruzinovska.piu@mtc.gov.mk; procurement.piu.mtc@gmail.com; and inspect the bidding document during office hours from 09:30 to 15:30 at the address given below. Due to COVID-19 VIRUS emergency, the procedure for obtaining the bidding document and submitting the Bids is strictly electronically as stated below.
5. The bidding document in English language may be obtained by interested eligible Bidders from the website of the national electronic system for procurement: “-//- ” (https://www.e-nabavki.gov.mk) and from the website of the Ministry of Transport and Communications: http://mtc.gov.mk/javniOglasi; as well as upon submission of an written application to the e-mail addresses stated in the above paragraph No.4. and to the additional e-mail address: harita.pandovska@mtc.gov.mk. All interested eligible Bidders must submit an application via e-mail with contact details for their companies including contact e-mail address immediately after downloading the Bidding Document from the listed websites, to announce that they intend to participate in the bidding process and to obtain the Annex of the Bidding Document which comprise List of Goods and related services, Design including Technical Report and Drawings for all positions stated in the Bidding Document. Due to the large size of the Annex, it will be delivered to Bidders that have submitted applications through WeTransfer: https://wetransfer.com/, only after receiving of written application on stated e-mail addresses.
6. Due to expected large size of the Bids, Bids must be submitted AS ONE (1) PDF password protected file only through WeTransfer: https://wetransfer.com/. Link from WeTransfer for downloading of each Bid must be submitted only by e-mail to the all four above listed e-mail addresses on or before 20 April, 2023, 11:00 a.m. Receipt of each e-mail with link for downloading the Bid (and successful downloading of Bid) will be immediately confirmed. Late Bids will be rejected. Within one hour after the Bid submission deadline Bidders must send the password of their password protected bids only by e-mail to the all four specified e-mail addresses above. Bids will be publicly open through Video Conference in the premises of the Ministry of Transport and Communications, Street “Crvena Skopska Opstina”, No. 4, 1000 Skopje, in the presence of the Bidders’ designated representatives and anyone who chooses to follow the bids opening only by video link. Bid opening will start one hour after the bid submission deadline. Minutes of Bid opening shall be shared with all bidders electronically by email. Detailed instructions for submission of Bids are presented in the Bidding Document.
7. All Bids must be accompanied by a Bid-Securing Declaration.
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9. The address referred to above is:
Ministry of Transport and Communications
Project Implementation Unit
Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska – procurement officers
Street “Crvena Skopska Opstina”, No. 4, 1000 Skopje, Republic of North Macedonia
Tel. + 389 (0)2 3145 531
Mob. + 389 (0)75 494977
E-mail address:
slavko.micevski.piu@mtc.gov.mk;
vlasta.ruzinovska.piu@mtc.gov.mk;
harita.pandovska@mtc.gov.mk;
procurement.piu.mtc@gmail.com
Web site addresses: http://mtc.gov.mk/; and https://www.e-nabavki.gov.mk;