Tender detail

Construction works for the apartment building at Timuti 15, Tartu

Summary

The tender concerns construction works for the apartment building at Timuti 15 in Tartu. The contractor must carry out general construction works and, where relevant, works related to indoor climate systems, water supply, sewerage and electrical works. The bidder must take into account both exclusion-ground confirmations and several qualification requirements, including registration, turnover, previous equivalent construction work, team competence, and quality and environmental management system requirements.

Reference number
308729-0000
Buyer
Tartu linn, Timuti tn 15 korteriühistu
Country
Estonia (EST)
Procedure
Grant recipient purchase
CPV
45200000 Works for complete or part construction and civil engineering work
Deadline
2026-05-15
Status
Open
Contract subject
Works
Estimated value
390 645 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 § 95(1) points 1–3 and 5 of the Public Procurement Act apply, taking into account § 95(2). The bidder must also confirm that it is not bankrupt or in liquidation, that no bankruptcy or liquidation proceedings have been opened against it, and that its business has not been suspended or is not in a similar situation under the law of its country of establishment. In addition, the bidder must confirm that it has no tax, fee or environmental charge arrears, and no tax or social security contribution arrears under the law of its country of establishment. The bidder must confirm that its average employee salary during the reference period was more than 70% of the average salary for the same period in the relevant field, and must provide a Tax and Customs Board statement or an equivalent certificate from the competent authority in the country of establishment. The bidder must also confirm that it is not a related person to the technical consultant advising the beneficiary on the apartment building reconstruction.

Qualification criteria and exclusion grounds

The bidder must be registered in the Register of Economic Activities under the activity area “Construction” with the activity types of general construction, indoor climate systems, and internal or adjacent water supply or sewerage systems. For electrical works, the bidder must also have a registration under “Electrical works” for the construction, including installation, of an electrical installation. The registration requirement does not apply to a foreign bidder, but equivalent proof of competence must be provided. 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 value of the contract excluding VAT. In a joint tender, turnover amounts may not be aggregated to meet this requirement; it is sufficient if at least one joint bidder meets it on its own. 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 means a main contractor project for the erection, extension or full-building reconstruction of a building, where at least the following works were carried out: construction or reconstruction of the load-bearing and external envelope structures, construction or reconstruction of a heat-recovery mechanical ventilation system, and construction or reconstruction of a heating system. To prove this, the bidder must provide the project name, timing, value, details of the work content, and evidence that completion can be verified through a use notice, use permit, or a handover-acceptance certificate. The team must include a project manager with at least level 6 professional qualification as a construction engineer specialising in building construction, or level 6 qualification as a construction manager specialising in general construction. There must also be a site manager with at least level 5 qualification as a construction work supervisor specialising in general construction works. In addition, the team must include a ventilation and heating systems specialist with at least level 6 qualification as a heating, ventilation and cooling engineer with the relevant management competences, or level 6 qualification as a construction manager specialising in indoor climate systems. A water supply and sewerage systems specialist is also required, with at least level 6 qualification as a water supply and sewerage engineer or level 6 qualification as a construction manager with the relevant specialisation. For electrical works, a person with at least a Class B competence certificate or a level 6 electrical engineer qualification in consumer electrical installations must be involved. For each role, the bidder must provide the person’s name and the number of the professional or competence certificate. For foreign bidders, equivalent competence is accepted. The bidder must confirm that, upon contract signing or within 10 calendar days after signing at the latest, it can provide a performance-period security in the amount of 5% of the contract value. The security may be a confirmation from a credit or financial institution, or the deposit of the corresponding amount into the beneficiary’s bank account or a notary’s account under the stated conditions. The machine-readable notice also states that the bidder must accept all terms in the procurement documents and that conditional tenders are not allowed. The tender form must be submitted on the form provided by the beneficiary, and if the tender is a joint tender, a joint power of attorney must be attached. If the tender is submitted by an authorised representative, a power of attorney must be attached. If the bidder uses non-employees as team members, written consent from each such person must be provided. The bidder must also confirm equivalence where relevant and attach supporting evidence if relying on equivalent solutions or qualifications. The notice further indicates that a quality management system and an environmental management system are required in the construction field, but the precise standard details were not fully included in the machine-readable text and must be checked in the official tender documents or procurement documents. The machine-readable notice did not include precise requirements for the quality and environmental management systems; these must be checked in the official tender documents or procurement documents. The machine-readable notice did not include precise requirements for the quality and environmental management systems; these must be checked in the official tender documents or procurement documents.