Tender detail

Jõhvi vald, Voka alevik, Männiku tn 3 korterelamu tehaselise rekonstrueerimise projekteerimis-ehitustöövõtt (EIS)

Summary

The tender concerns the design-and-build contract for the factory-based reconstruction of the apartment building at Männiku 3 in Voka, Jõhvi municipality. The bidder must submit a tender and should be prepared to confirm the absence of exclusion grounds as well as several qualification and compliance requirements. Key requirements relate to registration for construction and electrical works, turnover, a performance security, prior equivalent construction experience, and named key personnel.

Reference number
306803-0000
Buyer
Jõhvi vald, Voka alevik, Männiku tn 3 korteriühistu
Country
Estonia (EST)
Procedure
Grant recipient purchase
CPV
45211000 Construction work for multi-dwelling buildings and individual houses
Deadline
2026-04-17
Status
Evaluation
Contract subject
Works
Estimated value
2 198 951 EUR
Source
RHR

Participation requirements

Tender requirements are available in the official tender documents.

Compliance requirements

The bidder must confirm that none of the exclusion grounds listed in the Public Procurement Act apply, including bankruptcy or liquidation, tax or social security debt, and other grounds specified in the tender documents. In a joint bid, the checks apply to each joint bidder. The notice also requires confirmation that the bidder is not a related person to the technical consultant advising on the apartment building reconstruction. The machine-readable notice did not include more precise exclusion details; they must be checked in the official tender documents.

Qualification criteria and exclusion grounds

The bidder must be registered or otherwise equivalently authorised for construction activities covering general building works, indoor climate systems, and internal or adjacent water supply or sewerage systems. For electrical works, the bidder must also have a registration for electrical works covering the construction, including installation, of electrical installations; for a foreign bidder, an equivalent proof is sufficient. The bidder’s net turnover for the financial year preceding the start of the procurement procedure must be at least equal to twice the estimated contract value excluding VAT. In addition, the bidder must be able to provide a performance security amounting to 5% of the contract value no later than the contract date or within 10 calendar days after contract signature; the security must remain valid throughout the construction period. As an equivalent, the security may be provided by depositing the money into the beneficiary’s or a notary’s account, provided the beneficiary remains the entitled party throughout the construction period. The included element manufacturer’s combined net turnover for the last three consecutive financial years must be at least half of the estimated contract value. The element manufacturer is a company whose main activity is the production of prefabricated timber buildings and their elements. Within the last 60 months, the bidder must have carried out at least one equivalent construction project with a value of at least half of the estimated contract value excluding VAT. An equivalent project must be the erection, extension or full-building reconstruction of a building as the main contractor and must include at least the construction or reconstruction of the building’s load-bearing and external envelope structures, the construction or reconstruction of a heat-recovery mechanical ventilation system, and the construction or reconstruction of a new heating system. For the project, the bidder must provide the project name, timing, value, information on the nature of the works, and proof in the form of a use notice, use permit or handover-acceptance certificate. The team must include a project manager with either a level 6 construction engineer qualification specialising in building construction or a level 6 construction manager qualification specialising in general building works; a site manager with a level 5 construction foreman qualification specialising in general building works; a ventilation and heating systems specialist with at least a level 6 heating, ventilation and cooling engineer qualification or a level 6 construction manager qualification specialising in indoor climate systems; and a water supply and sewerage systems specialist with at least a level 6 water supply and sewerage engineer qualification or a level 6 construction manager qualification with the relevant specialisation. For each role, the bidder must provide the person’s name and professional certificate number. For a foreign bidder, persons with equivalent competence may be used.