Tender detail

Complete reconstruction works for the apartment buildings at Papli 14 and Papli 15, Tõrvandi small town, Kambja municipality (EIS)

Summary

The tender concerns the complete reconstruction of the apartment buildings at Papli 14 and Papli 15 in Tõrvandi. The bidder must take into account the construction contract, team competence requirements, prior equivalent construction experience, turnover requirement and the completion-time performance bond. The bid must comply with the tender documents and conditional bids are not allowed.

Reference number
309720-0000
Buyer
Kambja vald, Tõrvandi alevik, Papli tn 14 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
500 000 EUR
Source
RHR

Participation requirements

Tender requirements are available in the official tender documents.

Compliance requirements

The bidder must confirm that none of the statutory exclusion grounds apply, including the grounds listed in the Public Procurement Act § 95(1) points 1–3 and 5, 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. The bidder must confirm that it has no tax, fee, environmental charge, social security or similar public-law debt under the law of its country of establishment. In addition, the bidder must confirm that its employees’ average salary during the reference period was above 70% of the average salary in the relevant sector, and this must be proven with a Tax and Customs Board extract or an equivalent certificate from the competent authority in the bidder’s country. The bidder must also confirm that it is not a related party to the technical consultant advising the beneficiary on the apartment building reconstruction.

Qualification criteria and exclusion grounds

The bidder must be registered in the construction activity register for general construction, indoor climate systems, and building-internal or adjacent water supply or sewerage systems. The registration requirement does not apply to a foreign bidder, provided equivalent competence is proven. When electrical works are carried out, the bidder must have a registration entry for electrical works covering the construction, including installation, of electrical installations. This registration requirement also does not apply to a foreign bidder if equivalent competence is proven. 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. The exact amount must be entered to the nearest euro; the notice states that the basis is the estimated value of the most expensive apartment building reconstruction works. The bidder must agree that by the contract date, or within 10 calendar days after contract signature at the latest, it must be able to provide a completion-time performance bond equal to 5% of the contract value. The bond must remain valid throughout the construction period. A corresponding amount deposited in the beneficiary’s bank account or in a notary account is also accepted, provided the beneficiary remains the entitled party throughout the construction period. Joint bidders may satisfy this requirement together, but separate contracts are concluded for each apartment association and the bond is given separately for each contract. Within the last 60 months, the bidder must have completed 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 building erection, extension or full-building reconstruction contract performed as the main contractor, where at least the following works were carried out: construction or reconstruction of the building’s load-bearing and external envelope structures, construction or reconstruction of a heat-recovery mechanical ventilation system, and construction or reconstruction of a new heating system. The bidder must provide the project name, building details, execution period and value, and evidence in the form of a reference to the occupancy notice, occupancy permit number or a copy of the handover-acceptance certificate. The team must include a project manager with at least level 6 construction engineer qualification specialising in building construction, or level 6 construction manager qualification specialising in general construction. There must also be a site manager with at least level 5 construction work supervisor qualification specialising in general construction works. In addition, the team must include a ventilation and heating systems specialist with at least level 6 heating, ventilation and cooling engineer qualification with the relevant management competences, or level 6 construction manager qualification specialising in indoor climate systems. A water supply and sewerage systems specialist is also required, with at least level 6 water supply and sewerage engineer qualification or level 6 construction manager qualification 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. The name and qualification or competence certificate number of each person must be provided, and an equivalent qualification is accepted for a foreign bidder if applicable. The bidder must also submit the required forms and evidence showing compliance with the tender documents and the required team members’ consent if non-employees are used in the team, but the notice does not provide any more precise requirements beyond the above details, so the official tender documents should be checked for full compliance details if needed. The bidder must confirm that the bid is unconditional and fully complies with the procurement documents, and that equivalent solutions, where used, are supported by evidence. The notice also requires separate bid forms for Papli 14 and Papli 15, and a power of attorney if the bid is signed by an authorised representative rather than a statutory representative. If the bid contains trade secrets, the bidder must identify them and explain why they are confidential. If team members are not the bidder’s employees, written consent for their involvement must be attached. If the bidder relies on equivalence, supporting documents must be included. The machine-readable notice did not include any more precise requirements; these must be checked in the official tender documents if necessary. The notice also states that the bidder must confirm that the bid complies with the procurement documents and that any equivalent solution has been explained and evidenced, but no additional numeric qualification thresholds were provided for these compliance items beyond the above.