288143-2026 - Competition
Bulgaria – Construction work – „Реконструкция на улици на територията на община Омуртаг с три обособени позиции”
OJ S 81/2026 27/04/2026
Contract or concession notice – standard regime
Works
1. Buyer
1.1.
Buyer
Official nameОБЩИНА ОМУРТАГ
Emailkmet@omurtag.egov.bg
Legal type of the buyerLocal authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
Title"Reconstruction of streets in the municipality of Omurtag with three lots"
Description‘Reconstruction of streets in the municipality of Omurtag with three lots’ Lot № 1: ‘Reconstruction of Nikola Novkov Str.’, Gorno Novkovo village, from 14th to 38th floors, 175.00 m long.’ Lot № 2: ‘Reconstruction of Batak Str.’ Tserovishte from 88 to 116, 142.00 m long.’ Lot № 3: ‘Reconstruction of Sindzhirli Str.’ village of Padarino from 22 to 17 with a length of 180.00 m.’ NOTE: Detailed information on the location of the site, technical parameters and requirements are given in the Technical Specification, which are an integral part of this documentation. , main activities included in the scope of the public procurement • Execution of construction and installation works and any other accompanying and related activities necessary for the execution of the construction, in accordance with the regulatory requirements, the requirements of the Contracting Authority and the approved technical design. • Preparation of executive documentation, cadastral surveying of the entire construction and provision of data to the relevant geodesy, cartography and cadastre office in accordance with Article 54a(2) of the Cadastre and Property Register Act; • Delivery of the Site and its acceptance by the Assignor, by Act Model 15 of Ordinance №3 of 31 July 2003 for drawing up acts and protocols during construction;
Procedure identifier38ce0840-9a18-4c40-8a64-a976ba7df289
Internal identifier581617
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractWorks
Main classification (cpv): 45000000 Construction work
2.1.2.
Place of performance
Country subdivision (NUTS)Търговище (BG334)
CountryBulgaria
Additional informationThe contracting authority concludes a written contract with the designated contractor for the award of the public procurement, subject to the provisions of Article 112 of the Public Procurement Act. The amount of the performance guarantee shall be 1% /one / percentage of the total value of the contract. The contracting authority also envisages providing a guarantee for securing the funds provided in advance for the implementation of the construction and installation works. The guarantee to guarantee the advance payment shall be equal to the amount of the advance granted, under the terms of the contract. Note: If the participant selected as contractor does not request an advance payment, it shall no longer be obliged to provide a guarantee for the advance. The performance guarantee and the advance payment guarantee may be deposited by bank transfer to the bank account of the Assignor indicated below or presented in the form of an unconditional and irrevocable bank guarantee or in the form of insurance that secures the performance by covering the contractor's liability. The guarantee for the performance of the contract shall be extended, if necessary, according to the requirements of the Contracting Authority. The participant shall choose the form of the performance guarantee and the advance payment guarantee himself. The tenderer awarded this contract shall provide the bank guarantee or the insurance or payment document for the guarantee lodged by bank transfer for performance of the contract and a guarantee for advance payment at the conclusion of the contract. Where the Participant chooses to lodge the performance guarantee and the advance payment guarantee by bank transfer, this shall be made to the following account: IBAN : BG04FINV915033UB034683 BIC: FINVBGSF BANK: When the participant chooses the guarantee for performance of the contract to be a bank guarantee, it should be an unconditional and irrevocable bank guarantee, be in favor of the Assignor and contain an obligation of the guarantor bank to make payment at the first written request of the Assignor under the contract, declaring that there is a breach of an obligation of the Contractor or another reason for withholding the Performance Guarantee under the Contract, to be valid for the entire duration of the Contract plus 30 (thirty) days after the termination of the Contract, where necessary the period of validity of the bank guarantee is extended or a new one is issued. Where the participant chooses that the performance guarantee under the contract or the advance payment guarantee shall be insurance covering performance under the Contractor's liability, it shall comply with the following conditions: - To be unconditional, irrevocable to secure the performance by covering the contractor's liability and due at the first written request, in which the Contracting Authority declares that the Contractor has not fulfilled an obligation under the contract for the award of the public procurement. - To be provided to be paid once, not in instalments. - The sum insured shall be equal to the amount of the performance guarantee. - To be issued by an insurance company licensed and registered in accordance with the requirements of the Insurance Code and the Commercial Law of the Republic of Bulgaria for carrying out activities under item 15 ‘Guarantees’ of Section II, letter ‘A’ of Annex № 1 to the Insurance Code or to have notified the Financial Supervision Commission (FSC) that it wishes to carry out activities on the territory of the Republic of Bulgaria under the conditions of the right of establishment or the freedom to provide services, including to conclude the classes of insurance under item 15 ‘Guarantees’ of Section II, letter ‘A’ of Annex № 1 to the Insurance Code on the territory of the Republic of Bulgaria (for an insurance company registered in an EU Member State or another State party to the Agreement on the European Economic Area); - The Employer should be indicated as a third beneficiary (Beneficiary) in the insurance policy under this insurance; - The Contractor shall deliver to the Contracting Authority under the contract one original of the insurance policy. The General Terms and Conditions of the Insurer (and the Special Terms and Conditions, if applicable) of this type of insurance should be applied to it; - The insurance must explicitly state the subject of the public contract for which the performance guarantee under the contract or the advance payment guarantee is presented; - The insurance must cover only the risks related to the realization of the contract subject to the public procurement and may not be used to secure the responsibility of the CONTRACTOR under another contract; - The insurance policy shall commence on the date of entry into force of the contract which is the subject of the public procurement and end on the date of expiry of the contract which is the subject of the public procurement. The policy should set an extended deadline for claims arising from non-performance of the contract subject to the public procurement – plus 30 (thirty) days after its expiry; - In order to prove the validity of the insurance, the Contractor must provide the Contracting Authority with a document certifying the premium paid, a copy certified ‘true to the original’. Where the guarantee is subject to a charge: The guarantee in the form of insurance may be granted only where the value of the funds advanced or of the performance guarantee is equal to or less than EUR 255 645,94. Upon presentation of the guarantee guarantee, the payment order, the bank guarantee or the insurance shall explicitly state the subject of the public procurement for which the performance guarantee is presented. Where the selected contractor is a grouping which is not a legal entity, any of its partners may be an orderer of the bank guarantee, respectively an importer of the amount of the guarantee or a holder of the insurance.
2.1.3.
Value
Estimated value excluding VAT114 677,31 EUR
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders3
Terms of contract
Maximum number of lots for which contracts can be awarded to one tenderer3
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
Participation in a criminal organisationThe applicant or participant has been convicted by a final judgment of an offence under Article 321 or Article 321a of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
CorruptionThe applicant or participant has been convicted by a final judgment of an offence under Article 301-307 of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
FraudThe applicant or participant has been convicted by a final judgment of an offence under Article 209-213 of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
Terrorist offences or offences linked to terrorist activitiesThe applicant or participant has been convicted by a final judgment of an offence under Articles 114a to 114s of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA); Article 108a of the Criminal Code (amended and supplemented, promulgated in SG No 84 of 6 October 2023, in the version in force until 30 January 2026) as a criminal offence covered by Article 57(1) of Directive 2014/24/EU)
Money laundering or terrorist financingThe applicant or participant has been convicted by a final judgment of an offence under Article 253-260 of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
Child labour and including other forms of trafficking in human beingsThe applicant or participant has been convicted by a final judgment of an offence under Article 159a-159d of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
Breaching obligation relating to payment of taxesThe applicant or participant has tax obligations within the meaning of Article 162(2)(1) of the Tax and Social Insurance Procedure Code and the interest thereon to the State or to the municipality in which the contracting authority and the applicant or participant have their registered office, or similar obligations under the legislation of the State in which the applicant or participant is established, evidenced by an effective act of a competent authority (Article 54(1)(3) of the Public Procurement Act).
Breaching obligation relating to payment of social security contributionsThe applicant or participant has obligations for compulsory social security contributions within the meaning of Article 162(2)(1) of the Tax and Social Insurance Procedure Code and the interest thereon to the State or the municipality of the seat of the contracting authority and the applicant or participant, or analogous obligations under the legislation of the State in which the applicant or participant is established, evidenced by an effective act of a competent authority (Article 54(1)(3) of the Public Procurement Act).
Breaching of obligations in the fields of environmental lawThe applicant or participant has been convicted by a final judgment of an offence under Article 352-353f of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
Breaching of obligations in the fields of social lawThe applicant or participant has been convicted by a final judgment of an offence under Article 172 or Article 192a of the Criminal Code (Article 54(1)(1) of the PPA) or of an analogous offence in another Member State or third country (Article 54(1)(2) of the PPA).
Breaching of obligations in the fields of labour lawThe applicant or participant has committed an infringement under Articles 118, 128, 245 and 301-305 of the Labour Code, established by a final penal decree or court decision, or similar infringements established by an act of a competent authority, in accordance with the legislation of the country in which the applicant or participant is established (Article 54(1)(6) of the Public Procurement Act).
Direct or indirect involvement in the preparation of this procurement procedureThere is inequality in the cases under Article 44(5) of the Public Procurement Act (Article 54(1)(4) of the Public Procurement Act)
Conflict of interest due to its participation in the procurement procedureThere is a conflict of interest within the meaning of § 2(21) of the Additional Provisions to the Public Procurement Act which cannot be remedied (Article 54(1)(7) of the Public Procurement Act).
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureIt is established for the applicant or participant that: - has submitted a false document proving the declared absence of grounds for exclusion or the declared fulfilment of the selection criteria (Article 54(1)(5) of the Public Procurement Act); - has not provided the required information related to the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria (Article 54(1)(5) of the PPA). If you apply an optional ground under Article 55(1)(5) of the PPA, please add a corresponding description.
Breaching of obligations set under purely national exclusion groundsThe candidate or participant shall have any of the following circumstances: has been convicted by a final judgment of offences under Articles 194 to 208, 213a to 217, 219 to 252 and 254a to 255a and 256 to 260 NK (Article 54(1)(1) of the Public Procurement Act); has committed infringements under Article 61(1), Article 62(1) or (3), Article 63(1) or (2), Article 228(3) of the Labour Code and Article 13(1) of the Labour Migration and Labour Mobility Act, established by a final penal decree or court decision (Article 54(1)(6) of the PPA); circumstance under Art. 3, item 8 of the Economic and Financial Relations with Companies Registered in Preferential Tax Regime Jurisdictions, the Persons Controlled by Them and Their Beneficial Owners Act; circumstances under Article 113 of the Court of Auditors Act; with a penalty imposed under Article 83a(5)(1) of the ZANN – temporary ban on participation in public procurement procedures
BankruptcyThe candidate or participant has been declared bankrupt within the meaning of the Commerce Act (Article 55(1)(1) of the Public Procurement Act)
InsolvencyThe applicant or participant is subject to insolvency proceedings (Article 55(1)(1) of the Public Procurement Act)
Arrangement with creditorsThe applicant or participant has concluded an out-of-court settlement with its creditors within the meaning of Article 740 of the Commerce Act (Article 55(1)(1) of the Public Procurement Act)
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawUnder the legislation of the State in which he is established, a non-resident is in a situation similar to: bankrupt; in insolvency proceedings; in winding-up proceedings; an out-of-court settlement with creditors; discontinued activity (Article 55(1)(1) of the Public Procurement Act)
Assets being administered by liquidatorThe candidate or participant is subject to liquidation proceedings within the meaning of the Commerce Act (Article 55(1)(1) of the Public Procurement Act)
Business activities are suspendedThe applicant or participant has ceased its activity (Article 55(1)(1) of the Public Procurement Act)
Grave professional misconductThe applicant or participant is deprived of the right to exercise a particular profession or activity under the law of the country where the act was committed (Article 55(1)(2) of the PPA)
Agreements with other economic operators aimed at distorting competitionThe applicant or participant has entered into an agreement with other persons with the aim of distorting competition, where the infringement has been established by an act of a competent authority (Article 55(1)(3) of the PPA)
Early termination, damages, or other comparable sanctionsThe candidate or tenderer has been proven guilty of non-performance of a public procurement contract or a works or service concession contract resulting in its termination or early termination, payment of damages or other similar penalties, except where the non-performance affects less than 50 per cent of the value or volume of the contract (Article 55(1)(4) of the Public Procurement Act).
5. Lot
5.1.
LotLOT-0001
Title‘Reconstruction of Nikola Novkov Str.’, Gorno Novkovo village, from 14th to 38th floors, 175.00 m long.’
Description‘Reconstruction of Nikola Novkov Str.’ Gorno Novkovo from 14th to 38th floors with a length of 175.00 m.’ NOTE: Detailed information on the location of the site, technical parameters and requirements are given in the Technical Specification, which are an integral part of this documentation. , main activities included in the scope of the public procurement • Execution of construction and installation works and any other accompanying and related activities necessary for the execution of the construction, in accordance with the regulatory requirements, the requirements of the Contracting Authority and the approved technical design. • Preparation of executive documentation, cadastral surveying of the entire construction and provision of data to the relevant geodesy, cartography and cadastre office in accordance with Article 54a(2) of the Cadastre and Property Register Act; • Delivery of the Site and its acceptance by the Assignor, by Act Model 15 of Ordinance №3 of 31 July 2003 for drawing up acts and protocols during construction; ​​​​​​​
Internal identifier581619
5.1.1.
Purpose
Main nature of the contractWorks
Main classification (cpv): 45000000 Construction work
5.1.2.
Place of performance
Country subdivision (NUTS)Търговище (BG334)
CountryBulgaria
5.1.3.
Estimated duration
Duration60 Days
5.1.4.
Renewal
Maximum renewals0
5.1.5.
Value
Estimated value excluding VAT40 416,51 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionREQUIREMENTS RELATING TO THE RECOVERY AND SUSTAINABILITY PRINCIPLE The subject matter of the contract should comply with the requirements of the Technical Guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C 58/01). The Regulation establishing the Recovery and Resilience Facility (RRF) provides that no measure included in Member States’ recovery and resilience plans shall lead to significant harm to environmental objectives within the meaning of Regulation (EU) 2020/852 of the European Parliament and of the Council of 18 June 2020 on the establishment of a framework to facilitate sustainable investment, and amending Regulation (EU) 2019/2088 (Taxonomy Regulation). On this basis, all measures included in Bulgaria’s National Recovery and Resilience Plan (NRRP), including those envisaged under procedure № BG-RRP-12.014 ‘Construction of modern facilities and provision of medical equipment and furnishings for outpatient care and consultative medical and social units of the outpatient care development investment’, should contribute to the green transition, taking into account the six environmental objectives set out in Article 9 of the Taxonomy Regulation: 1) mitigation of climate change; 2) adaptation to climate change; sustainable use and protection of water and marine resources; 4) transition to a circular economy; 5) pollution prevention and control; 6) protecting and restoring biodiversity and ecosystems. In this regard, any NRRP investment should be in line with the ‘do no significant harm’ principle. For the purposes of the RRF Regulation, the ‘do no significant harm’ principle must be interpreted within the meaning of Article 17 of the Taxonomy Regulation, which defines what constitutes ‘significant harm’ for the six environmental objectives covered therein. In this regard, taking into account the entire life cycle of the products and services provided through an economic activity, the activity is presumed to cause significant harm to any of the six environmental objectives and, accordingly, there is NO compliance with the ‘do no significant harm’ principle if: 1) climate change mitigation, this activity leads to significant greenhouse gas emissions; 2) adaptation to climate change, this activity leads to an increase in the adverse impact of the current climate and the expected future climate on the activity itself, or on the population, nature or assets; 3) the sustainable use and protection of water and marine resources, this activity worsens: - the good status or good ecological potential of water bodies, including surface and groundwater; or - the good environmental status of marine waters; the circular economy, including waste prevention and recycling, - that activity leads to significant inefficiencies in the use of materials or in the direct or indirect use of natural resources such as non-renewable sources of energy, raw materials, water and land, at one or more stages of the life cycle of products, including in terms of durability and reparability, upgradability, re-use or recycling of products; - this activity leads to a significant increase in the generation, incineration or disposal of waste, with the exception of the incineration of non-recyclable hazardous waste; or - long-term disposal of waste may cause significant and long-term damage to the environment; 5) pollution prevention and control, this activity leads to a significant increase in pollutant emissions to air, water or soil compared to the situation prior to the start of the activity; or (6) the protection and restoration of biodiversity and ecosystems, this activity: - significantly degrades the health and resilience of ecosystems; or - worsens the conservation status of habitats and species, including those of Union interest In accordance with the RRF Regulation and, accordingly, in order to comply with the ‘do no significant harm’ principle, all envisaged CEIs by applicants (final recipients) under the procedure ‘Construction of state-of-the-art facilities and provision of medical equipment and furniture for outpatient care units and advisory medical and social units from the outpatient care development investment’ should not lead to significant harm for each of the above-mentioned six environmental objectives. Further information on the application of the ‘do no significant harm’ principle can be found in the Taxonomy Regulation and in the Commission Notice ‘Technical guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C58/01)’, as well as in related documents.
Approach to reducing environmental impactsClimate change adaptationClimate change mitigationPollution prevention and control
Green Procurement CriteriaEU Green Public Procurement criteria
Green Procurement CriteriaNational Green Public Procurement criteria
5.1.8.
Accessibility criteria
Accessibility criteria for persons with disabilities are included
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnrolment in a relevant professional register
Description of selection criterionParticipants in the procedure registered and operating in Bulgaria must have a valid registration in the Central Professional Register of Builders for the execution of construction works of the second group in accordance with Article 5, paragraph 6, item 2, item 2.3, item 2.3.1 of the FIRST, fourth category in accordance with Article 137, paragraph 1, item 4, letter "a" of the Spatial Development Act, and for foreign persons - registration in an an analogous register, according to the legislation of a Member State of the European Union or of another country - party to the Agreement on the European Economic Area, in which they are established, in which case the participant shall indicate an equivalent document proving registration or membership in an analogous professional organization of the country in which it is established and shall have the force of entry in the Central Professional Register of Builders for the scope of activities for which it has been issued. In accordance with Article 112(1)(4) of the PPA and Article 3(1) and (2) of the Chamber of Builders Act, when concluding a contract under this public procurement, the foreign person must declare an entry in the CPRB or a certificate issued in accordance with Article 25a(4) of the Chamber of Builders Act (where applicable) in his name. Authentication: Circumstances shall be certified in Section A: ‘Fitness’ in Part IV: ‘Selection criteria’, point 1 of the eESPD, specifying information on the entry of the participant in the relevant professional or trade register in the Member State in which it is established, indicating whether the relevant documents are available in electronic format, as well as the web address, authority or body issuing the registration document and a precise reference to the document. Demonstration: In the cases referred to in Article 67(5) of the PPA and Article 112(1)(2) of the PPA, compliance with the requirement shall be demonstrated by the submission of a certified copy of a valid Certificate of Entry in the CPRC of the Construction Chamber for the execution of construction works in the category of construction in which the object of the contract falls (for more information: http://register.ksb.bg/).

CriterionProfessional risk indemnity insurance
Description of selection criterionA participant established/registered in the Republic of Bulgaria at the time of submitting a tender must hold a valid professional indemnity insurance pursuant to Article 171(1) of the Spatial Development Act for construction works, covering the minimum insurance amount for a fourth category builder pursuant to Article 137(1)(4) of the Spatial Development Act in the amount of EUR 51 129.19 , respectively. BGN 100 000, in accordance with Article 5(2)(4) of the Regulation on the conditions and procedure for compulsory insurance in design and construction. According to Article 171a of the Spatial Development Act, the requirement for professional indemnity insurance for the persons referred to in Article 171(1) of the Spatial Development Act does not apply to a person from a Member State of the European Union or from another State party to the Agreement on the European Economic Area who is established in the territory of the Republic of Bulgaria and has provided equivalent professional indemnity or guarantee insurance in another Member State of the European Union or in a party to the Agreement on the European Economic Area. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Part IV, Section B ‘Economic and financial standing’, field ‘Professional indemnity risk insurance policy’ of the ESPD, indicating the sum insured of the professional indemnity insurance policies taken out, the activity insured, as well as the number and validity of the insurance concerned. Proof documents (submitted only under the conditions of Article 67(5) and 112(1)(2) of the Public Procurement Act) – copy of documents proving the existence of professional indemnity in design insurance or equivalent and professional indemnity in construction insurance or equivalent. Note: Where, for good reason, a tenderer is unable to provide the documents requested by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate.

CriterionReferences on specified works
Description of selection criterionThe tenderer must have carried out, for the last five years from the date of submission of the tender, one activity/work with an object identical or similar to that of the public contract. Under works ‘similar’ to that of the public contract, construction and/or reconstruction and/or overhaul and/or rehabilitation of streets should be considered as follows. Clarification: The construction/construction works shall be deemed to have been completed when an act/protocol or other document for its acceptance by the Contracting Authority has been drawn up and signed for the site. Proof of the specified requirement under point 1.3.1 Documents proving the requirement under Article 64(1)(1) of the Public Procurement Act - List of works similar or identical to the subject matter of the public contract, accompanied by certificates of good performance, which contain the value, the date on which the performance was completed, the place, type and volume, and whether it was performed in accordance with the regulatory requirements. Documents demonstrating compliance with the requirement shall be submitted by the tenderer designated as contractor or, upon request, in the course of the procedure, in the cases referred to in Article 67(5) and Article 112 of the Public Procurement Act. Documents shall also be submitted for subcontractors and third parties, if any. When submitting a tender, the tenderer shall declare compliance with point 1.3.1 selection criterion by completing Part IV Selection criteria, Section C, Technical and professional ability, 1a) in the European Single Procurement Document (ESPD). Third parties (if any) on whose capacity the participant relies to prove the selection criteria referred to in point 1. 3.1 must meet the relevant selection criteria for the demonstration of which the participant relies on their capacity. The contracting authority will not accept presented proof of technical and professional abilities when it stems from a person who has an interest that may lead to an advantage within the meaning of Article 54 of the Anti-Corruption and Forfeiture of Illegally Acquired Property Act.

CriterionRelevant educational and professional qualifications
Description of selection criterionThe participant must have a management team of the following persons to perform the contract: 1). Technical manager (1pcs) Education and qualification: according to the provisions of the Spatial Planning Act. 2). Quality control expert (1 pcs.) Education and qualification: the existence of a valid certificate/certificate of completed training in the field of quality control of performance in construction and control of conformity of construction products with the essential safety requirements or equivalent; 3). Health and safety at work expert (1 pcs.) Education and qualification: availability of a valid certificate/certificate for a construction safety and health officer in accordance with Ordinance № RD-07-2 of 16.12.2009 on the conditions and procedure for conducting periodic training and instruction of employees under the rules for ensuring health and safety at work or equivalent; Note 1: One person can combine several positions of the required Design Team. In such cases, the person must meet the requirements for each of the posts for which he is proposed. Clarification: When using experts - foreign persons, proof of compliance with the requirements for educational - qualification degree is also certified by indicating equivalent to the above mentioned specialties. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by filling in Part IV, Section C ‘Technical and professional ability’, field ‘for works contracts: technical persons or bodies who will carry out the works’ and the ‘Educational and professional qualifications’ field of the ESPD, information on the team members who will perform the contract, including:  Specialist/expert (two names and position (position) that will occupy the person in the execution of the public procurement)  Education (specialty, professional qualification, year of graduation, № per diploma, educational institution) - in the applicable cases.  Legal capacity (№ of the issued document, validity, scope of legal capacity, issuer of the document) - in the applicable cases  Specific experience (participation in completed design activities). Proof documents (submitted only under the conditions of Art. 67, para. 5 and 112, para. 1, item 2 of the PPA) - List of the staff who will perform the contract and of the members of the management staff who will be responsible for the performance, as well as documents proving the professional competence of the persons.

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionThe participant in the procedure is required to apply - a quality management system certified according to standard BDS EN ISO 9001:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction; PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionThe participant in the procedure is required to apply - an environmental management system BDS EN ISO 14000:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.
5.1.10.
Award criteria
Criterion
TypePrice
NameLowest price offered
DescriptionLowest price offered
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableBulgarian
Address of the procurement documentshttps://app.eop.bg/today/581617
Ad hoc communication channel
NameЦАИС ЕОП
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.eop.bg/today/581617
Languages in which tenders or requests to participate may be submittedBulgarian
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders25/05/2026 23:59:59 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
Duration during which the tender must remain valid180 Days
Information about public opening
Opening date26/05/2026 13:00:00 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
PlaceIn the system
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingAllowed
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationКомисия за защита на конкуренцията
Information about review deadlines: According to the provisions of Article 197(1)(4) of the Public Procurement Act, an appeal may be lodged within 10 days of the expiry of the time limit under Article 179 against the decision to initiate the procedure and/or the decision to approve changes to the conditions of the announced procedure.
Organisation providing more information on the review proceduresОБЩИНА ОМУРТАГ
5.1.
LotLOT-0002
TitleReconstruction of Batak Street in the village of Tserovishte from 88 to 116 with a length of 142.00 m.’
DescriptionReconstruction of Batak Street in the village of Tserovishte from 88 to 116 with a length of 142.00 m. NOTE: Detailed information on the location of the site, technical parameters and requirements are given in the Technical Specification, which are an integral part of this documentation. , main activities included in the scope of the public procurement • Execution of construction and installation works and any other accompanying and related activities necessary for the execution of the construction, in accordance with the regulatory requirements, the requirements of the Contracting Authority and the approved technical design. • Preparation of executive documentation, cadastral surveying of the entire construction and provision of data to the relevant geodesy, cartography and cadastre office in accordance with Article 54a(2) of the Cadastre and Property Register Act; • Delivery of the Site and its acceptance by the Assignor, by Act Model 15 of Ordinance №3 of 31 July 2003 for drawing up acts and protocols during construction; ​​​​​​​
Internal identifier581629
5.1.1.
Purpose
Main nature of the contractWorks
Main classification (cpv): 45000000 Construction work
5.1.2.
Place of performance
Country subdivision (NUTS)Търговище (BG334)
CountryBulgaria
5.1.3.
Estimated duration
Duration60 Days
5.1.4.
Renewal
Maximum renewals0
5.1.5.
Value
Estimated value excluding VAT22 666,11 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
Additional informationThe contracting authority concludes a written contract with the designated contractor for the award of the public procurement, subject to the provisions of Article 112 of the Public Procurement Act. The amount of the performance guarantee shall be 1% /one / percentage of the total value of the contract. The contracting authority also envisages providing a guarantee for securing the funds provided in advance for the implementation of the construction and installation works. The guarantee to guarantee the advance payment shall be equal to the amount of the advance granted, under the terms of the contract. Note: If the participant selected as contractor does not request an advance payment, it shall no longer be obliged to provide a guarantee for the advance. The performance guarantee and the advance payment guarantee may be deposited by bank transfer to the bank account of the Assignor indicated below or presented in the form of an unconditional and irrevocable bank guarantee or in the form of insurance that secures the performance by covering the contractor's liability. The guarantee for the performance of the contract shall be extended, if necessary, according to the requirements of the Contracting Authority. The participant shall choose the form of the performance guarantee and the advance payment guarantee himself. The tenderer awarded this contract shall provide the bank guarantee or the insurance or payment document for the guarantee lodged by bank transfer for performance of the contract and a guarantee for advance payment at the conclusion of the contract. Where the Participant chooses to lodge the performance guarantee and the advance payment guarantee by bank transfer, this shall be made to the following account: IBAN : BG04FINV915033UB034683 BIC: FINVBGSF BANK: When the participant chooses the guarantee for performance of the contract to be a bank guarantee, it should be an unconditional and irrevocable bank guarantee, be in favor of the Assignor and contain an obligation of the guarantor bank to make payment at the first written request of the Assignor under the contract, declaring that there is a breach of an obligation of the Contractor or another reason for withholding the Performance Guarantee under the Contract, to be valid for the entire duration of the Contract plus 30 (thirty) days after the termination of the Contract, where necessary the period of validity of the bank guarantee is extended or a new one is issued. Where the participant chooses that the performance guarantee under the contract or the advance payment guarantee shall be insurance covering performance under the Contractor's liability, it shall comply with the following conditions: - To be unconditional, irrevocable to secure the performance by covering the contractor's liability and due at the first written request, in which the Contracting Authority declares that the Contractor has not fulfilled an obligation under the contract for the award of the public procurement. - To be provided to be paid once, not in instalments. - The sum insured shall be equal to the amount of the performance guarantee. - To be issued by an insurance company licensed and registered in accordance with the requirements of the Insurance Code and the Commercial Law of the Republic of Bulgaria for carrying out activities under item 15 ‘Guarantees’ of Section II, letter ‘A’ of Annex № 1 to the Insurance Code or to have notified the Financial Supervision Commission (FSC) that it wishes to carry out activities on the territory of the Republic of Bulgaria under the conditions of the right of establishment or the freedom to provide services, including to conclude the classes of insurance under item 15 ‘Guarantees’ of Section II, letter ‘A’ of Annex № 1 to the Insurance Code on the territory of the Republic of Bulgaria (for an insurance company registered in an EU Member State or another State party to the Agreement on the European Economic Area); - The Employer should be indicated as a third beneficiary (Beneficiary) in the insurance policy under this insurance; - The Contractor shall deliver to the Contracting Authority under the contract one original of the insurance policy. The General Terms and Conditions of the Insurer (and the Special Terms and Conditions, if applicable) of this type of insurance should be applied to it; - The insurance must explicitly state the subject of the public contract for which the performance guarantee under the contract or the advance payment guarantee is presented; - The insurance must cover only the risks related to the realization of the contract subject to the public procurement and may not be used to secure the responsibility of the CONTRACTOR under another contract; - The insurance policy shall commence on the date of entry into force of the contract which is the subject of the public procurement and end on the date of expiry of the contract which is the subject of the public procurement. The policy should set an extended deadline for claims arising from non-performance of the contract subject to the public procurement – plus 30 (thirty) days after its expiry; - In order to prove the validity of the insurance, the Contractor must provide the Contracting Authority with a document certifying the premium paid, a copy certified ‘true to the original’. IMPORTANT: The guarantee in the form of insurance may be granted only where the value of the funds advanced or of the performance guarantee is equal to or less than EUR 255 645,94. Upon presentation of the guarantee guarantee, the payment order, the bank guarantee or the insurance shall explicitly state the subject of the public procurement for which the performance guarantee is presented. Where the selected contractor is a grouping which is not a legal entity, any of its partners may be an orderer of the bank guarantee, respectively an importer of the amount of the guarantee or a holder of the insurance.
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionREQUIREMENTS RELATING TO THE RECOVERY AND SUSTAINABILITY PRINCIPLE The subject matter of the contract should comply with the requirements of the Technical Guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C 58/01). The Regulation establishing the Recovery and Resilience Facility (RRF) provides that no measure included in Member States’ recovery and resilience plans shall lead to significant harm to environmental objectives within the meaning of Regulation (EU) 2020/852 of the European Parliament and of the Council of 18 June 2020 on the establishment of a framework to facilitate sustainable investment, and amending Regulation (EU) 2019/2088 (Taxonomy Regulation). On this basis, all measures included in Bulgaria’s National Recovery and Resilience Plan (NRRP), including those envisaged under procedure № BG-RRP-12.014 ‘Construction of modern facilities and provision of medical equipment and furnishings for outpatient care and consultative medical and social units of the outpatient care development investment’, should contribute to the green transition, taking into account the six environmental objectives set out in Article 9 of the Taxonomy Regulation: 1) mitigation of climate change; 2) adaptation to climate change; sustainable use and protection of water and marine resources; 4) transition to a circular economy; 5) pollution prevention and control; 6) protecting and restoring biodiversity and ecosystems. In this regard, any NRRP investment should be in line with the ‘do no significant harm’ principle. For the purposes of the RRF Regulation, the ‘do no significant harm’ principle must be interpreted within the meaning of Article 17 of the Taxonomy Regulation, which defines what constitutes ‘significant harm’ for the six environmental objectives covered therein. In this regard, taking into account the entire life cycle of the products and services provided through an economic activity, the activity is presumed to cause significant harm to any of the six environmental objectives and, accordingly, there is NO compliance with the ‘do no significant harm’ principle if: 1) climate change mitigation, this activity leads to significant greenhouse gas emissions; 2) adaptation to climate change, this activity leads to an increase in the adverse impact of the current climate and the expected future climate on the activity itself, or on the population, nature or assets; 3) the sustainable use and protection of water and marine resources, this activity worsens: - the good status or good ecological potential of water bodies, including surface and groundwater; or - the good environmental status of marine waters; the circular economy, including waste prevention and recycling, - that activity leads to significant inefficiencies in the use of materials or in the direct or indirect use of natural resources such as non-renewable sources of energy, raw materials, water and land, at one or more stages of the life cycle of products, including in terms of durability and reparability, upgradability, re-use or recycling of products; - this activity leads to a significant increase in the generation, incineration or disposal of waste, with the exception of the incineration of non-recyclable hazardous waste; or - long-term disposal of waste may cause significant and long-term damage to the environment; 5) pollution prevention and control, this activity leads to a significant increase in pollutant emissions to air, water or soil compared to the situation prior to the start of the activity; or (6) the protection and restoration of biodiversity and ecosystems, this activity: - significantly degrades the health and resilience of ecosystems; or - worsens the conservation status of habitats and species, including those of Union interest In accordance with the RRF Regulation and, accordingly, in order to comply with the ‘do no significant harm’ principle, all envisaged CEIs by applicants (final recipients) under the procedure ‘Construction of state-of-the-art facilities and provision of medical equipment and furniture for outpatient care units and advisory medical and social units from the outpatient care development investment’ should not lead to significant harm for each of the above-mentioned six environmental objectives. Further information on the application of the ‘do no significant harm’ principle can be found in the Taxonomy Regulation and in the Commission Notice ‘Technical guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C58/01)’, as well as in related documents.
Approach to reducing environmental impactsClimate change adaptationClimate change mitigationPollution prevention and control
Green Procurement CriteriaEU Green Public Procurement criteria
Green Procurement CriteriaNational Green Public Procurement criteria
5.1.8.
Accessibility criteria
Accessibility criteria for persons with disabilities are included
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnrolment in a relevant professional register
Description of selection criterion1.1. Proficiency (legal capacity) for the exercise of professional activity Participants in the procedure registered and performing activities in Bulgaria must have a valid registration in the Central Professional Register of Builders for the execution of constructions of the second group in accordance with Article 5, paragraph 6, item 2, item 2.3, item 2.3.1 of the FVRPRS, fourth category in accordance with Article 137, paragraph 1, item 4, letter "a" of the Spatial Development Act, and for foreign persons - registration in an an analogous register, according to the legislation of a Member State of the European Union or of another State - party to the Agreement on the European Economic Area, in which they are established, in which case the participant shall indicate an equivalent document proving registration or membership in an analogous professional organization of the country in which he is established, and shall have the force of entry in the Central Professional Register of the Builder for the scope of the activities for which it is issued. In accordance with Article 112(1)(4) of the PPA and Article 3(1) and (2) of the Chamber of Builders Act, when concluding a contract under this public procurement, the foreign person must declare an entry in the CPRB or a certificate issued in accordance with Article 25a(4) of the Chamber of Builders Act (where applicable) in his name. Authentication: Circumstances shall be certified in Section A: ‘Fitness’ in Part IV: ‘Selection criteria’, point 1 of the eESPD, specifying information on the entry of the participant in the relevant professional or trade register in the Member State in which it is established, indicating whether the relevant documents are available in electronic format, as well as the web address, authority or body issuing the registration document and a precise reference to the document. Demonstration: In the cases referred to in Article 67(5) of the PPA and Article 112(1)(2) of the PPA, compliance with the requirement shall be demonstrated by the submission of a certified copy of a valid Certificate of Entry in the CPRC of the Construction Chamber for the execution of construction works in the category of construction in which the object of the contract falls (for more information: http://register.ksb.bg/).

CriterionProfessional risk indemnity insurance
Description of selection criterionA participant established/registered in the Republic of Bulgaria at the time of submitting a tender must hold a valid professional indemnity insurance pursuant to Article 171(1) of the Spatial Development Act for construction works, covering the minimum insurance amount for a fourth category builder pursuant to Article 137(1)(4) of the Spatial Development Act in the amount of EUR 51 129.19 , respectively. BGN 100 000, in accordance with Article 5(2)(4) of the Regulation on the conditions and procedure for compulsory insurance in design and construction. According to Article 171a of the Spatial Development Act, the requirement for professional indemnity insurance for the persons referred to in Article 171(1) of the Spatial Development Act does not apply to a person from a Member State of the European Union or from another State party to the Agreement on the European Economic Area who is established in the territory of the Republic of Bulgaria and has provided equivalent professional indemnity or guarantee insurance in another Member State of the European Union or in a party to the Agreement on the European Economic Area. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Part IV, Section B ‘Economic and financial standing’, field ‘Professional indemnity risk insurance policy’ of the ESPD, indicating the sum insured of the professional indemnity insurance policies taken out, the activity insured, as well as the number and validity of the insurance concerned. Proof documents (submitted only under the conditions of Article 67(5) and 112(1)(2) of the Public Procurement Act) – copy of documents proving the existence of professional indemnity in design insurance or equivalent and professional indemnity in construction insurance or equivalent. Note: Where, for good reason, a tenderer is unable to provide the documents requested by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate.

CriterionReferences on specified works
Description of selection criterionThe tenderer must have carried out, for the last five years from the date of submission of the tender, one activity/work with an object identical or similar to that of the public contract. Under works ‘similar’ to that of the public contract, construction and/or reconstruction and/or overhaul and/or rehabilitation of streets should be considered as follows. Clarification: The construction/construction works shall be deemed to have been completed when an act/protocol or other document for its acceptance by the Contracting Authority has been drawn up and signed for the site. Proof of the specified requirement under point 1.3.1 Documents proving the requirement under Article 64(1)(1) of the Public Procurement Act - List of works similar or identical to the subject matter of the public contract, accompanied by certificates of good performance, which contain the value, the date on which the performance was completed, the place, type and volume, and whether it was performed in accordance with the regulatory requirements. Documents demonstrating compliance with the requirement shall be submitted by the tenderer designated as contractor or, upon request, in the course of the procedure, in the cases referred to in Article 67(5) and Article 112 of the Public Procurement Act. Documents shall also be submitted for subcontractors and third parties, if any. When submitting a tender, the tenderer shall declare compliance with point 1.3.1 selection criterion by completing Part IV Selection criteria, Section C, Technical and professional ability, 1a) in the European Single Procurement Document (ESPD). Third parties (if any) on whose capacity the participant relies to prove the selection criteria referred to in point 1. 3.1 must meet the relevant selection criteria for the demonstration of which the participant relies on their capacity. The contracting authority will not accept presented proof of technical and professional abilities when it stems from a person who has an interest that may lead to an advantage within the meaning of Article 54 of the Anti-Corruption and Forfeiture of Illegally Acquired Property Act.

CriterionRelevant educational and professional qualifications
Description of selection criterionThe participant must have a management team of the following persons to perform the contract: 1). Technical manager (1pcs) Education and qualification: according to the provisions of the Spatial Planning Act. 2). Quality control expert (1 pcs.) Education and qualification: the existence of a valid certificate/certificate of completed training in the field of quality control of performance in construction and control of conformity of construction products with the essential safety requirements or equivalent; 3). Health and safety at work expert (1 pcs.) Education and qualification: availability of a valid certificate/certificate for a construction safety and health officer in accordance with Ordinance № RD-07-2 of 16.12.2009 on the conditions and procedure for conducting periodic training and instruction of employees under the rules for ensuring health and safety at work or equivalent; Note 1: One person can combine several positions of the required Design Team. In such cases, the person must meet the requirements for each of the posts for which he is proposed. Clarification: When using experts - foreign persons, proof of compliance with the requirements for educational - qualification degree is also certified by indicating equivalent to the above mentioned specialties. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by filling in Part IV, Section C ‘Technical and professional ability’, field ‘for works contracts: technical persons or bodies who will carry out the works’ and the ‘Educational and professional qualifications’ field of the ESPD, information on the team members who will perform the contract, including:  Specialist/expert (two names and position (position) that will occupy the person in the execution of the public procurement)  Education (specialty, professional qualification, year of graduation, № per diploma, educational institution) - in the applicable cases.  Legal capacity (№ of the issued document, validity, scope of legal capacity, issuer of the document) - in the applicable cases  Specific experience (participation in completed design activities). Proof documents (submitted only under the conditions of Art. 67, para. 5 and 112, para. 1, item 2 of the PPA) - List of the staff who will perform the contract and of the members of the management staff who will be responsible for the performance, as well as documents proving the professional competence of the persons.

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionThe participant in the procedure is required to apply - a quality management system certified according to standard BDS EN ISO 9001:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction; PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionThe participant in the procedure is required to apply - an environmental management system BDS EN ISO 14000:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.
5.1.10.
Award criteria
Criterion
TypePrice
NameLowest price offered
DescriptionLowest price offered
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableBulgarian
Address of the procurement documentshttps://app.eop.bg/today/581617
Ad hoc communication channel
NameЦАИС ЕОП
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.eop.bg/today/581617
Languages in which tenders or requests to participate may be submittedBulgarian
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders25/05/2026 23:59:59 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
Duration during which the tender must remain valid180 Days
Information about public opening
Opening date26/05/2026 13:00:00 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
PlaceIn the system
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingAllowed
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationКомисия за защита на конкуренцията
Information about review deadlines: According to the provisions of Article 197(1)(4) of the Public Procurement Act, an appeal may be lodged within 10 days of the expiry of the time limit under Article 179 against the decision to initiate the procedure and/or the decision to approve changes to the conditions of the announced procedure.
Organisation providing more information on the review proceduresОБЩИНА ОМУРТАГ
5.1.
LotLOT-0003
TitleReconstruction of Sindzhirli Street in the village of Padarino from 22 to 17 with a length of 180.00 m.’
Description‘Reconstruction of Sindzhirli Str.’ village of Padarino from 22 to 17 with a length of 180.00 m.’ NOTE: Detailed information on the location of the site, technical parameters and requirements are given in the Technical Specification, which are an integral part of this documentation. , main activities included in the scope of the public procurement • Execution of construction and installation works and any other accompanying and related activities necessary for the execution of the construction, in accordance with the regulatory requirements, the requirements of the Contracting Authority and the approved technical design. • Preparation of executive documentation, cadastral surveying of the entire construction and provision of data to the relevant geodesy, cartography and cadastre office in accordance with Article 54a(2) of the Cadastre and Property Register Act; • Delivery of the Site and its acceptance by the Assignor, by Act Model 15 of Ordinance №3 of 31 July 2003 for drawing up acts and protocols during construction; 2.Object of the order: The object of the contract is construction. ​​​​​​​
Internal identifier581630
5.1.1.
Purpose
Main nature of the contractWorks
Main classification (cpv): 45000000 Construction work
5.1.2.
Place of performance
Country subdivision (NUTS)Търговище (BG334)
CountryBulgaria
5.1.3.
Estimated duration
Duration60 Days
5.1.4.
Renewal
Maximum renewals0
5.1.5.
Value
Estimated value excluding VAT51 594,69 EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionREQUIREMENTS RELATING TO THE RECOVERY AND SUSTAINABILITY PRINCIPLE The subject matter of the contract should comply with the requirements of the Technical Guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C 58/01). The Regulation establishing the Recovery and Resilience Facility (RRF) provides that no measure included in Member States’ recovery and resilience plans shall lead to significant harm to environmental objectives within the meaning of Regulation (EU) 2020/852 of the European Parliament and of the Council of 18 June 2020 on the establishment of a framework to facilitate sustainable investment, and amending Regulation (EU) 2019/2088 (Taxonomy Regulation). On this basis, all measures included in Bulgaria’s National Recovery and Resilience Plan (NRRP), including those envisaged under procedure № BG-RRP-12.014 ‘Construction of modern facilities and provision of medical equipment and furnishings for outpatient care and consultative medical and social units of the outpatient care development investment’, should contribute to the green transition, taking into account the six environmental objectives set out in Article 9 of the Taxonomy Regulation: 1) mitigation of climate change; 2) adaptation to climate change; sustainable use and protection of water and marine resources; 4) transition to a circular economy; 5) pollution prevention and control; 6) protecting and restoring biodiversity and ecosystems. In this regard, any NRRP investment should be in line with the ‘do no significant harm’ principle. For the purposes of the RRF Regulation, the ‘do no significant harm’ principle must be interpreted within the meaning of Article 17 of the Taxonomy Regulation, which defines what constitutes ‘significant harm’ for the six environmental objectives covered therein. In this regard, taking into account the entire life cycle of the products and services provided through an economic activity, the activity is presumed to cause significant harm to any of the six environmental objectives and, accordingly, there is NO compliance with the ‘do no significant harm’ principle if: 1) climate change mitigation, this activity leads to significant greenhouse gas emissions; 2) adaptation to climate change, this activity leads to an increase in the adverse impact of the current climate and the expected future climate on the activity itself, or on the population, nature or assets; 3) the sustainable use and protection of water and marine resources, this activity worsens: - the good status or good ecological potential of water bodies, including surface and groundwater; or - the good environmental status of marine waters; the circular economy, including waste prevention and recycling, - that activity leads to significant inefficiencies in the use of materials or in the direct or indirect use of natural resources such as non-renewable sources of energy, raw materials, water and land, at one or more stages of the life cycle of products, including in terms of durability and reparability, upgradability, re-use or recycling of products; - this activity leads to a significant increase in the generation, incineration or disposal of waste, with the exception of the incineration of non-recyclable hazardous waste; or - long-term disposal of waste may cause significant and long-term damage to the environment; 5) pollution prevention and control, this activity leads to a significant increase in pollutant emissions to air, water or soil compared to the situation prior to the start of the activity; or (6) the protection and restoration of biodiversity and ecosystems, this activity: - significantly degrades the health and resilience of ecosystems; or - worsens the conservation status of habitats and species, including those of Union interest In accordance with the RRF Regulation and, accordingly, in order to comply with the ‘do no significant harm’ principle, all envisaged CEIs by applicants (final recipients) under the procedure ‘Construction of state-of-the-art facilities and provision of medical equipment and furniture for outpatient care units and advisory medical and social units from the outpatient care development investment’ should not lead to significant harm for each of the above-mentioned six environmental objectives. Further information on the application of the ‘do no significant harm’ principle can be found in the Taxonomy Regulation and in the Commission Notice ‘Technical guidance on the application of the ‘do no significant harm’ principle under the Recovery and Resilience Facility Regulation (2021/C58/01)’, as well as in related documents.
Approach to reducing environmental impactsClimate change adaptationClimate change mitigationPollution prevention and control
Green Procurement CriteriaEU Green Public Procurement criteria
Green Procurement CriteriaNational Green Public Procurement criteria
5.1.8.
Accessibility criteria
Accessibility criteria for persons with disabilities are included
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnrolment in a relevant professional register
Description of selection criterionParticipants in the procedure registered and operating in Bulgaria must have a valid registration in the Central Professional Register of Builders for the execution of construction works of the second group in accordance with Article 5, paragraph 6, item 2, item 2.3, item 2.3.1 of the FIRST, fourth category in accordance with Article 137, paragraph 1, item 4, letter "a" of the Spatial Development Act, and for foreign persons - registration in an an analogous register, according to the legislation of a Member State of the European Union or of another country - party to the Agreement on the European Economic Area, in which they are established, in which case the participant shall indicate an equivalent document proving registration or membership in an analogous professional organization of the country in which it is established and shall have the force of entry in the Central Professional Register of Builders for the scope of activities for which it has been issued. In accordance with Article 112(1)(4) of the PPA and Article 3(1) and (2) of the Chamber of Builders Act, when concluding a contract under this public procurement, the foreign person must declare an entry in the CPRB or a certificate issued in accordance with Article 25a(4) of the Chamber of Builders Act (where applicable) in his name. Authentication: Circumstances shall be certified in Section A: ‘Fitness’ in Part IV: ‘Selection criteria’, point 1 of the eESPD, specifying information on the entry of the participant in the relevant professional or trade register in the Member State in which it is established, indicating whether the relevant documents are available in electronic format, as well as the web address, authority or body issuing the registration document and a precise reference to the document. Demonstration: In the cases referred to in Article 67(5) of the PPA and Article 112(1)(2) of the PPA, compliance with the requirement shall be demonstrated by the submission of a certified copy of a valid Certificate of Entry in the CPRC of the Construction Chamber for the execution of construction works in the category of construction in which the object of the contract falls (for more information: http://register.ksb.bg/).

CriterionProfessional risk indemnity insurance
Description of selection criterionA participant established/registered in the Republic of Bulgaria at the time of submitting a tender must hold a valid professional indemnity insurance pursuant to Article 171(1) of the Spatial Development Act for construction works, covering the minimum insurance amount for a fourth category builder pursuant to Article 137(1)(4) of the Spatial Development Act in the amount of EUR 51 129.19 , respectively. BGN 100 000, in accordance with Article 5(2)(4) of the Regulation on the conditions and procedure for compulsory insurance in design and construction. According to Article 171a of the Spatial Development Act, the requirement for professional indemnity insurance for the persons referred to in Article 171(1) of the Spatial Development Act does not apply to a person from a Member State of the European Union or from another State party to the Agreement on the European Economic Area who is established in the territory of the Republic of Bulgaria and has provided equivalent professional indemnity or guarantee insurance in another Member State of the European Union or in a party to the Agreement on the European Economic Area. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Part IV, Section B ‘Economic and financial standing’, field ‘Professional indemnity risk insurance policy’ of the ESPD, indicating the sum insured of the professional indemnity insurance policies taken out, the activity insured, as well as the number and validity of the insurance concerned. Proof documents (submitted only under the conditions of Article 67(5) and 112(1)(2) of the Public Procurement Act) – copy of documents proving the existence of professional indemnity in design insurance or equivalent and professional indemnity in construction insurance or equivalent. Note: Where, for good reason, a tenderer is unable to provide the documents requested by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate.

CriterionReferences on specified works
Description of selection criterionThe tenderer must have carried out, for the last five years from the date of submission of the tender, one activity/work with an object identical or similar to that of the public contract. Under works ‘similar’ to that of the public contract, construction and/or reconstruction and/or overhaul and/or rehabilitation of streets should be considered as follows. Clarification: The construction/construction works shall be deemed to have been completed when an act/protocol or other document for its acceptance by the Contracting Authority has been drawn up and signed for the site. Proof of the specified requirement under point 1.3.1 Documents proving the requirement under Article 64(1)(1) of the Public Procurement Act - List of works similar or identical to the subject matter of the public contract, accompanied by certificates of good performance, which contain the value, the date on which the performance was completed, the place, type and volume, and whether it was performed in accordance with the regulatory requirements. Documents demonstrating compliance with the requirement shall be submitted by the tenderer designated as contractor or, upon request, in the course of the procedure, in the cases referred to in Article 67(5) and Article 112 of the Public Procurement Act. Documents shall also be submitted for subcontractors and third parties, if any. When submitting a tender, the tenderer shall declare compliance with point 1.3.1 selection criterion by completing Part IV Selection criteria, Section C, Technical and professional ability, 1a) in the European Single Procurement Document (ESPD). Third parties (if any) on whose capacity the participant relies to prove the selection criteria referred to in point 1. 3.1 must meet the relevant selection criteria for the demonstration of which the participant relies on their capacity. The contracting authority will not accept presented proof of technical and professional abilities when it stems from a person who has an interest that may lead to an advantage within the meaning of Article 54 of the Anti-Corruption and Forfeiture of Illegally Acquired Property Act.

CriterionRelevant educational and professional qualifications
Description of selection criterionThe participant must have a management team of the following persons to perform the contract: 1). Technical manager (1pcs) Education and qualification: according to the provisions of the Spatial Planning Act. 2). Quality control expert (1 pcs.) Education and qualification: the existence of a valid certificate/certificate of completed training in the field of quality control of performance in construction and control of conformity of construction products with the essential safety requirements or equivalent; 3). Health and safety at work expert (1 pcs.) Education and qualification: availability of a valid certificate/certificate for a construction safety and health officer in accordance with Ordinance № RD-07-2 of 16.12.2009 on the conditions and procedure for conducting periodic training and instruction of employees under the rules for ensuring health and safety at work or equivalent; Note 1: One person can combine several positions of the required Design Team. In such cases, the person must meet the requirements for each of the posts for which he is proposed. Clarification: When using experts - foreign persons, proof of compliance with the requirements for educational - qualification degree is also certified by indicating equivalent to the above mentioned specialties. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by filling in Part IV, Section C ‘Technical and professional ability’, field ‘for works contracts: technical persons or bodies who will carry out the works’ and the ‘Educational and professional qualifications’ field of the ESPD, information on the team members who will perform the contract, including:  Specialist/expert (two names and position (position) that will occupy the person in the execution of the public procurement)  Education (specialty, professional qualification, year of graduation, № per diploma, educational institution) - in the applicable cases.  Legal capacity (№ of the issued document, validity, scope of legal capacity, issuer of the document) - in the applicable cases  Specific experience (participation in completed design activities). Proof documents (submitted only under the conditions of Art. 67, para. 5 and 112, para. 1, item 2 of the PPA) - List of the staff who will perform the contract and of the members of the management staff who will be responsible for the performance, as well as documents proving the professional competence of the persons.

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionThe participant in the procedure is required to apply - a quality management system certified according to standard BDS EN ISO 9001:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction; PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionThe participant in the procedure is required to apply - an environmental management system BDS EN ISO 14000:2015 (or equivalent certificate issued by bodies established in other Member States) with a scope including construction. PROOF: When submitting the tender, the tenderer shall declare compliance with the requirement by completing Section D of Part IV of the ESPD, indicating the type, scope, number and date of validity of the relevant certificates. Proof documents (submitted only under the conditions of Art. 67, para 5 and 112, para 1, item 2 of the PPA) - copies of valid certificates for a quality management system according to the standard BDS EN ISO 9001:2015 or equivalent and an environmental management system according to the standard BDS EN ISO 14001:2015 or equivalent.
5.1.10.
Award criteria
Criterion
TypePrice
NameLowest price offered
DescriptionLowest price offered
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableBulgarian
Address of the procurement documentshttps://app.eop.bg/today/581617
Ad hoc communication channel
NameЦАИС ЕОП
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.eop.bg/today/581617
Languages in which tenders or requests to participate may be submittedBulgarian
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders25/05/2026 23:59:59 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
Duration during which the tender must remain valid180 Days
Information about public opening
Opening date26/05/2026 13:00:00 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
PlaceIn the system
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingAllowed
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationКомисия за защита на конкуренцията
Information about review deadlines: According to the provisions of Article 197(1)(4) of the Public Procurement Act, an appeal may be lodged within 10 days of the expiry of the time limit under Article 179 against the decision to initiate the procedure and/or the decision to approve changes to the conditions of the announced procedure.
Organisation providing more information on the review proceduresОБЩИНА ОМУРТАГ
8. Organisations
8.1.
ORG-0001
Official nameОБЩИНА ОМУРТАГ
Registration number000875817
Postal addressул. Александър Стамболийски № 2 а
Townгр.Омуртаг
Postcode7900
Country subdivision (NUTS)Търговище (BG334)
CountryBulgaria
Contact pointДжунейт Йонузов
Emailkmet@omurtag.egov.bg
Telephone088 998 8866
Buyer profilehttps://app.eop.bg/buyer/5590
Roles of this organisation
Buyer
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameКомисия за защита на конкуренцията
Registration number000698612
Postal addressбул. Витоша № 18
TownСофия
Postcode1000
Country subdivision (NUTS)София (столица) (BG411)
CountryBulgaria
Contact pointКомисия за защита на конкуренцията
Emaildelovodstvo@cpc.bg
Telephone+359 29356113
Fax+359 29807315
Internet addresshttp://www.cpc.bg
Roles of this organisation
Review organisation
Notice information
Notice identifier/versionedf76a11-9063-41d7-9062-4258e76a90dd  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date24/04/2026 10:45:46 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
Languages in which this notice is officially availableBulgarian
Notice publication number288143-2026
OJ S issue number81/2026
Publication date27/04/2026