Supply and Installation of Water Meters in the Municipality of Ohrid

Reduction of water losses by replacement and installation of measuring instruments for remote reading complete with installation and configuration of reading equipment in the Municipality of Ohrid, replacement of 4.761 water meters for households and 126 for industry. Reduction of water losses by replacement and installation of measuring instruments for …

CPV: 38421100 Contatori di acqua
Scadenza:
Martedì 03 Giugno 2025 12:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Supply and Installation of Water Meters in the Municipality of Ohrid
Ente di assegnazione:
Ministry of Environment and Physical Planning
Numero di premio:
EIB-GtP/48-I

1. Buyer

1.1 Buyer

Official name : Ministry of Environment and Physical Planning
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Supply and Installation of Water Meters in the Municipality of Ohrid
Description : Reduction of water losses by replacement and installation of measuring instruments for remote reading complete with installation and configuration of reading equipment in the Municipality of Ohrid, replacement of 4.761 water meters for households and 126 for industry.
Procedure identifier : 0e8b008c-a7cb-44b1-80bb-ffacb2630509
Internal identifier : EIB-GtP/48-I
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38421100 Water meters

2.1.2 Place of performance

Town : Skopje
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MKZZZ )
Country : North Macedonia
Additional information : The place of performance and final destination (project site) is the Municipality of Ohrid, Republic of North Macedonia

2.1.3 Value

Estimated value excluding VAT : 922 024 Euro

2.1.4 General information

Additional information : Procurement, transport and installation of household multi-jet water meters and ultrasonic water meters for connections of INDIVIDUALS 1 Household multi-jet water meters with radio modules (Clip ON) for remote reading and disassembly, transport and storage of existing water meters 1.1 DN1/2" (DN15), horizontal, with length: L=165mm 410 Units 1.2 DN3/4" (DN20), horizontal, with length: L=190mm 3.499 Units 1.3 DN3/4" (DN20), vertical, with length: L=105mm 852 Units 1.4 Dismantling, transport and storage of the existing water meters 4.761 Units Ultrasonic, combined and industrial water meters for connections of INDUSTRY 2 Ultrasonic water meters with internal integrated radio modules and disassembly, transport and storage of existing water meters 2.1 DN1/2" (DN15), horizontal 24 Units 2.2 DN3/4" (DN20), horizontal 25 Units 2.3 DN3/4" (DN20), vertical 15 Units 2.4 DN1'' (DN25) horizontal with thread 10 Units 2.5 DN5/4'' (DN32) horizontal with thread 5 Units 2.6 DN6/4'' (DN40) horizontal with thread 11 Units 2.7 Dismantling transport and storage of existing water meters 90 Units 3 Industrial and combined water meters and data loggers for their integration in the central system for monitoring and disassembly, transport and storage of existing water meters 3.1 Combined water meters DN 50 with flanges 20 Units 3.2 Combined water meters DN 80 with flanges 14 Units 3.3 Combined water meters DN 100 with flanges 2 Units 3.4 GSM Data loggers for industrial and combined water meters 36 Units 3.5 Dismantling transport and storage of existing water meters 36 Units 4 Procurement, transport and implementation of a set of equipment for remote reading, programming, and configuration of the radio modules including handheld tablets and a computer with an included software package (software for viewing and visualizing data from water meters for remote reading). 4.1 Equipment for remote reading, programming, and configuration of water meters - Receiver with Bluetooth connection - Optical device for programming the module - Handheld tablet with integrated software for remote reading - Software for mobile remote reading of water meters via radio link 6 Sets 4.2 Computer with software for control and visualizing data from the water meters equipped for remote reading 1 Set 5 Procurement and installation of software for central monitoring of water consumption 5.1 Software for central monitoring of water consumption 1 Set 6 Training of staff for the system of remote reading with parameterization and issuance of necessary certificates 6.1 Training of staff for remote reading system Lump sum : 1 6.2 Trial testing, parametrization, and issuance of necessary certificates Lump sum: 1
Legal basis :
Other
Project is being financed by the European Investment Bank and it is subject to the EIB Guide to Procurement

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply and Installation of Water Meters in the Municipality of Ohrid
Description : Reduction of water losses by replacement and installation of measuring instruments for remote reading complete with installation and configuration of reading equipment in the Municipality of Ohrid, replacement of 4.761 water meters for households and 126 for industry.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38421100 Water meters

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MKZZZ )
Country : North Macedonia
Additional information : Conditions for Participation - selection criteria: The Tenderer shall meet the following minimum criteria: (a) Financial Capability (i) Average annual turnover The Tenderer shall submit audited financial statements or, if not required by the law of the Tenderer’s country, other financial statements acceptable to the Purchaser, for the last three years (2023, 2022, 2021), demonstrating the current soundness of the Tenderer’s financial position, and demonstrating average annual turnover over the last three years of Euro 1,400,000 (one million four hundred thousand Euro) equivalent. In the case where the Tenderer is a joint venture or consortium, the leading member shall meet no less than 50% of the average annual turnover stated above, and each other member shall meet no less than 20% of the average annual turnover stated above. (ii) Financial resources The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the production cash flow for the contract estimated as not less than Euro 700,000 (seven hundred thousand Euro) equivalent, taking into account the Tenderer's commitments for other contracts. (b) Specific Experience The Tenderer shall demonstrate that it has successfully completed, as a Contractor, at least 3 (three) supply and installation contracts, within the last 10 (ten) years prior to tender submission deadline, each with a value of at least Euro 500,000 (five hundred thousand Euro) equivalent excluding VAT, that have been successfully and substantially completed and that are similar in nature and complexity to the Goods and Related Services under the Contract. Similar nature and complexity for the purpose of qualification means supply and installation of water meters complete with radio modules, remote reading equipment and commissioning of the remote reading system with necessary software. The evaluation committee reserves the right to check on site the functionality of the remote reading systems in the cities / municipalities where these systems are installed. The Supplier must bear all costs associated with the travel and accommodation of the persons responsible from evaluation committee for the visit of these locations. (c) Documentary Evidence For each of the contracts declared under (b) Specific Experience above, the Tenderer shall furnish documentary evidence. The documentary evidence shall be in the form of a Taking Over Certificate or Certificate for Provisional Acceptance in addition with signed Contract or other such certificate of successful completion in addition with signed Contract. (d) Manufacturing Experience and Technical Capacity For the items under the Contract that the Tenderer is a manufacturer, the Tenderer shall furnish documentary evidence to demonstrate that: (i) it has manufactured goods of similar nature and complexity for at least 5 (five) years prior to the tender submission deadline; and (ii) its annual production capacity of goods of similar nature and complexity for each of the last 5 (five) years prior to the tender submission deadline, is at least 3 (three) times the quantities specified under the contract. (e) Manufacturer’s Authorization A Tenderer who does not manufacture an item/s where a manufacturer authorization is required in accordance with TDS ITT 17.2 (a), the Tenderer shall provide evidence of being duly authorized by a manufacturer (Manufacturer’s Authorization Form, Section IV, Tender Forms), meeting the criteria in (d) (i) and (ii) above, to supply the Goods; (f) Status as a Supplier A Tenderer who does not manufacture an item/s where a manufacturer authorization is not required in accordance with TDS ITT 17.2 (a), the Tenderer shall submit documentation on its status as a supplier, to the satisfaction of the Purchaser (e.g. authorized dealer/ distributor of the items). (g) Approval in Bureau of Metrology Register The Tenderer is required to have, in accordance with the Law on Metrology (Official Gazette of RM No.55/02 and the Rulebook for measuring instruments (Official Gazette of RM No.17/10), approval for register for the domestic (household) multi-jet water meters and the ultrasonic water meters in the Bureau of Metrology of the Republic of North Macedonia, which recognizes all valid standards for this type of meters and the same is a prerequisite for the verification of the meters of foreign origin. These approvals must be submitted with the tender bid.

5.1.3 Estimated duration

Duration : 16 Month

5.1.5 Value

Estimated value excluding VAT : 922 024 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Procurement, transport and installation of household multi-jet water meters and ultrasonic water meters for connections of INDIVIDUALS 1 Household multi-jet water meters with radio modules (Clip ON) for remote reading and disassembly, transport and storage of existing water meters 1.1 DN1/2" (DN15), horizontal, with length: L=165mm 410 Units 1.2 DN3/4" (DN20), horizontal, with length: L=190mm 3.499 Units 1.3 DN3/4" (DN20), vertical, with length: L=105mm 852 Units 1.4 Dismantling, transport and storage of the existing water meters 4.761 Units Ultrasonic, combined and industrial water meters for connections of INDUSTRY 2 Ultrasonic water meters with internal integrated radio modules and disassembly, transport and storage of existing water meters 2.1 DN1/2" (DN15), horizontal 24 Units 2.2 DN3/4" (DN20), horizontal 25 Units 2.3 DN3/4" (DN20), vertical 15 Units 2.4 DN1'' (DN25) horizontal with thread 10 Units 2.5 DN5/4'' (DN32) horizontal with thread 5 Units 2.6 DN6/4'' (DN40) horizontal with thread 11 Units 2.7 Dismantling transport and storage of existing water meters 90 Units 3 Industrial and combined water meters and data loggers for their integration in the central system for monitoring and disassembly, transport and storage of existing water meters 3.1 Combined water meters DN 50 with flanges 20 Units 3.2 Combined water meters DN 80 with flanges 14 Units 3.3 Combined water meters DN 100 with flanges 2 Units 3.4 GSM Data loggers for industrial and combined water meters 36 Units 3.5 Dismantling transport and storage of existing water meters 36 Units 4 Procurement, transport and implementation of a set of equipment for remote reading, programming, and configuration of the radio modules including handheld tablets and a computer with an included software package (software for viewing and visualizing data from water meters for remote reading). 4.1 Equipment for remote reading, programming, and configuration of water meters - Receiver with Bluetooth connection - Optical device for programming the module - Handheld tablet with integrated software for remote reading - Software for mobile remote reading of water meters via radio link 6 Sets 4.2 Computer with software for control and visualizing data from the water meters equipped for remote reading 1 Set 5 Procurement and installation of software for central monitoring of water consumption 5.1 Software for central monitoring of water consumption 1 Set 6 Training of staff for the system of remote reading with parameterization and issuance of necessary certificates 6.1 Training of staff for remote reading system Lump sum : 1 6.2 Trial testing, parametrization, and issuance of necessary certificates Lump sum: 1

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Radio modules communication and radio modules reading
Description : Radio modules communication and radio modules reading: Type of communication with the radio modules with the remote reading equipment and the way of which they are read out Score: - 100% for unidirectional communication with the radio modules - 25% for bi-directional communication with the radio modules - 10% for other ways of communication that differ from the above mentioned
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Time for impulse transmission of signals from the radio modules
Description : Time for impulse transmission of signals from the radio modules: The time interval in which the radio module emits the signal in the readout phase Score: - 100% for transmission of the signals from the radio module trough unidirectional system in time less than 10 seconds - 35% for transmission of the signals from the radio module trough unidirectional system in time from 10 to 20 seconds - 10% for transmission of the signals from the radio module trough unidirectional system in time longer than 20 seconds
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Type of installation of the radio modules
Description : Type of installation of the radio modules The type of installation of the radio modules on the domestic water meters Score: - 100% for direct installation of the radio modules on the water meters without additional cables and screws - 35% for installation of the radio modules with cables, screws or any additional accessories
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Method of pulse transmission
Description : Method of pulse transmission The method on which the signals from the radio modules are transmitted Score: - 100% for transmission of the signals trough inductive method - 35% for transmission of the signals trough magnetic method - 10% for transmission of the signals through other methods
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Remote communication with the data loggers from web based monitoring software
Description : Remote communication with the data loggers from web based monitoring software The possibility of remote communication between software and data loggers Score: - 100% for possibility of sending remote commands and configurations to the data logger from the web-based software - 30% for sending commands and configurations to the data logger by other means and methods
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Cost
Name : Cost
Description : Financial Cost Evaluation
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : The evaluation of Tenderer response will take into account scored technical factors, in addition to cost factors. The technical score is 60% and the financial score is 40%. The procurement procedure will be carried out in line with the EIB Guide to Procurement, which can be accessed from the link: https://www.eib.org/attachments/lucalli/20240132_guide_to_procurement_for_projects_financed_by_the_eib_en.pdf Detailed information with regard to participation is provided in the Tender Dossier.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://a
Ad hoc communication channel :
Name : Tender documents will be dispatched electronically, upon a request made to the email address: eib.piu@gmail.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Tools, devices, or file formats not generally available
Description : Requests to participate must be submitted to: Ministry of Environment and Physical Planning - Plostad Presveta Bogorodica no.3 - 1000 Skopje - Republic of North Macedonia - Attn. Borche Hristov
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 03/06/2025 12:00 +02:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 03/06/2025 12:30 +02:00
Place : The Tender opening shall take place at: Street Address: Plostad Presveta Bogorodica no.3 Floor/ Room number: 2nd floor City: Skopje Country: Republic of North Macedonia Date: 03.06.2025 Time: 12:30 CET
Additional information : Opening of the bids is public and any interested persons may be present. Only authorised representatives of tenderers may be actively involved in the procedure of opening of tenders.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : MoEPP Public Procurement Committee -
Information about review deadlines : If a Tenderer wishes to make a Procurement-related Complaint, the Tenderer should submit its complaint following these procedures, in writing (by the quickest means available, by email), to: For the attention: Lindita Shakiri Title/position: Head of PPC -MoEPP Purchaser: Ministry of Environment and Physical Planning Email address: sakirilinda@yahoo.com In summary, a Procurement-related Complaint may challenge any of the following: 1. the terms of the Tender Documents; and 2. the Purchaser’s decision to award the contract. Procurement complaints with respect to the actions of the Promoter should be addressed to the Procurement Review Committee, established by the Promoter for this purpose, as follows: Remedy commission for complaints for: Procurement of goods SUPPLY AND INSTALLATION OF WATER METERS IN THE MUNICIPALITY OF OHRID Ministry of Environment and Physical Planning Plostad Presveta Bogorodica number 3, Skopje, North Macedonia The complaint should come within 15 calendar days from the publication of the documents to which the complaint refers; the revision of the complaint will be done by the Procurement Review Committee of Ministry of Environment and physical planning within 15 working days. If the complainant is not satisfied with the Purchaser’s outcome, or response, it is entitled to escalate its Complaint to the national remedy mechanism. This procurement process is being carried out in accordance with the EIB’s Guide to Procurement, therefore, in the event that applicants wish to challenge any aspect of the procurement process complaints shall be dealt with in accordance with this Guide. Unless settled amicably, any complain in respect of which the Procurement Review Committee’s answer and decision (if any) has not satisfied the applicant, can be addressed and finally settled by the “State Committee on Public Procurement Appeals” ( https://dkzjn.mk/) that will deal with the dispute at national level according to the Law for Public Procurement (in particular Art. 8 and Art. 130). For more information on where to address the complaint, please refer to following address: State Committee on Public Procurement Appeals • ДКЖЈН (dkzjn.mk) • +389 2 3251 251 • dkzjn@gs.gov.mk Any member of the public may refer a complaint to the Bank in respect of an instance of maladministration in its procurement due diligence. The Bank’s Procurement Complaints Committee reviews the Bank's position relative to complaints arising from tendering of Bank-financed contracts for goods, works and consultant services in case a complaint against the Bank’s action has been received. Further details with regard to the process to be followed by Tenderers for procurement complaints are provided in Annex 8 to the EIB Guide to Procurement. In particular, Tenderers should alert the Employer in writing, with a copy to the Bank to procurementcomplaints@eib.org , in case they should consider that certain clauses or technical specifications of the RFT might limit international competition or introduce an unfair advantage to some Tenderers. Any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Bank Guide to Procurement may submit a complaint to the Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail (using and completing the Complaint Form and sending it to procurementcomplaints@eib.org .)
Organisation providing additional information about the procurement procedure : Ministry of Environment and Physical Planning - INFO -
Organisation providing offline access to the procurement documents : Ministry of Environment and Physical Planning -
Organisation providing more information on the review procedures : Ministry of Environment and Physical Planning -
Organisation receiving requests to participate : Ministry of Environment and Physical Planning -
Organisation processing tenders : Ministry of Environment and Physical Planning -

8. Organisations

8.1 ORG-0001

Official name : Ministry of Environment and Physical Planning
Registration number : Ministry
Postal address : Plostad Presveta Bogorodica no.3
Town : Skopje
Postcode : 1000
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MKZZZ )
Country : North Macedonia
Contact point : Borche Hristov
Telephone : 0038978232570
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Ministry of Environment and Physical Planning - INFO
Registration number : Central Authority
Postal address : Plostad Presveta Bogorodica no.3
Town : Skopje
Postcode : 1000
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MKZZZ )
Country : North Macedonia
Contact point : Borche Hristov
Telephone : 0038978232570
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : MoEPP Public Procurement Committee
Registration number : Government Agency
Postal address : Plostad Presveta Bogorodica no.3
Town : Skopje
Postcode : 1000
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MKZZZ )
Country : North Macedonia
Contact point : Lindita Shakiri - Head of PPC -MoEPP
Roles of this organisation :
Review organisation

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 191562-2025
Main reason for change : Information updated
Description : Change of deadline for receipt and opening of tenders; change of tender validity deadline.

10.1 Change

Section identifier : LOT-0001
Description of changes : Extension of deadline for reception and opening of tenders from 6th May 2025 to 3rd June 2025, same time. The deadline until which the tender must remain valid, is also extended to 30th September 2025.
Notice information
Notice identifier/version : 1b03661b-8156-4415-9c77-c206cc2e4af6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/04/2025 12:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00267008-2025
OJ S issue number : 81/2025
Publication date : 25/04/2025