Tender detail

Petseri tn 2 Võru apartment building complete reconstruction construction contract (EIS)

Summary

The tender concerns the complete reconstruction of the apartment building at Petseri tn 2 in Võru as a construction contract. The bidder must take into account confirmations regarding exclusion grounds and several qualification requirements: registration for construction activities, registration for electrical works, turnover, previous equivalent construction work, and a defined project team. The bid must also confirm compliance with the tender documents, include the bid form, and where relevant include a joint tender authorisation, proof of representation, and evidence of equivalence.

Reference number
309361-0000
Buyer
Võru linn, Petseri tn 2 // 2a korteriühistu
Country
Estonia (EST)
Procedure
Grant recipient purchase
CPV
45211000 Construction work for multi-dwelling buildings and individual houses
Deadline
2026-05-25
Status
Open
Contract subject
Works
Estimated value
3 056 042 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, suspension of business, or tax, fee or social security contribution debts under the law of the bidder’s country of establishment. The bidder must also confirm that the average salary of its employees during the reference period was more than 70% of the average salary in 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. In a joint tender, each joint bidder is treated as a bidder and the proof must be provided for each joint bidder. The bidder must also confirm that it is not a related person to the technical consultant advising the grant recipient 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 following activity types: general construction works, indoor climate system, and internal or associated water supply or sewerage system. For electrical works, the bidder must also have a registration under the activity area “Electrical works” for construction of electrical installations, including installation. The registration requirement does not apply to a foreign bidder, but the bidder must prove equivalent competence with an equivalent certificate. 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 a joint tender, turnover may not be aggregated; it is sufficient if at least one joint bidder meets the requirement on its own. The bidder must prove that within the 60 months before the start of the procurement procedure it has 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 have involved the erection, extension or full-building reconstruction of a building as the main contractor and must have included at least construction or reconstruction of the building’s load-bearing and external envelope structures, construction or reconstruction of a heat-recovery ventilation system, and construction or reconstruction of a heating system. The bidder must provide the project name, timing, value, details of the work content, and proof by reference to the building register use notice or use permit number, or by attaching a client- and contractor-signed handover-acceptance report. The team must include a project manager with at least level 6 construction engineer qualification specialising in building construction and with the competence to manage construction activities, or a level 6 construction manager qualification specialising in general construction. There must also be a site manager with at least level 5 construction foreman qualification 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 a level 6 construction manager qualification specialising in indoor climate systems; a water supply and sewerage systems specialist with at least level 6 qualification as a water supply and sewerage engineer or a level 6 construction manager qualification with the relevant specialisation; and, for electrical works, a person with at least a class B competence certificate or a level 6 electrical engineer qualification in consumer electrical installations. The name and certificate or competence number of each person must be provided, and each person must be involved in the construction works. The bidder must also accept the condition that by the contract signing date at the latest, or within 10 calendar days after signing, it must be able to provide a performance-period security of 5% of the contract value. A corresponding amount deposited to the grant recipient’s or a notary’s account is also acceptable, provided that the grant recipient remains the entitled party throughout the construction period. The machine-readable notice did not include precise quality management or environmental management requirements; these must be checked in the official tender documents or tender documents for the missing part of the notice. The same applies to any other details not fully visible in the selected text, if needed.