EBRD - Design and Construction: section Interchange Johovac (Tovira)-Interchange Rudanka (Kostajnica) (примерный перевод: ЕБРР - Проектирование и строительство: раздел "Обмен" Йоховац (Товира) -Интерфейс Руданка (Костайница)) (Босния и Герцеговина - Тендер #3387094) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Босния и Герцеговина (другие тендеры и закупки Босния и Герцеговина) Номер конкурса: 3387094 Дата публикации: 06-06-2018 Источник тендера: Единая система закупок Европейского союза TED |
||
Procurement reference: 9120-IFT- 49053
Project name: Corridor Vc in RS – Part 1
Country: Bosnia and Herzegovina
Business sector: Transport
Project ID: 49053
Funding source: EBRD
Type of contract: Works
Type of notice: invitation for tenders
Issue date: 30.5.2018
Closing date: 30.7.2018 at 12:00 am local time
This invitation for tenders follows the general procurement notice for this project which was published on the EBRD website, procurement notices (www.ebrd.com) on 25.7.2017.
Public Company “Republic of Srpska Motorways” ltd, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the bank) towards the cost of preparation of detailed design (based on the existing main design) and construction of motorway on Corridor Vc through Republic of Srpska, section Interchange Johovac (Tovira) - Interchange Rudanka (Kostajnica).
The employer now invites sealed tenders from contractors for the design and construction of the following works to be funded from part of the proceeds of the loan:
Main works: construction of 5,65 km of new motorway including all related local roads and 2 following interchanges:
— T-Type Interchange Johovac (Tovira),
— trumpet type Interchange Rudanka (Kostajnica).
General description
Design and construction of 2 + 2 lane motorway (with central median and emergency lanes) which may include some or all of the following:
— earthworks /embankments,
— road pavements,
— bridgeworks,
— piling works,
— interchanges and link roads,
— steel / concrete vehicle safety barriers,
— local road works: under /overpasses,
— local road re-alignments, diversions, closures,
— drainage, culverts and river protection works,
— provision of motorway communications, emergency telephones,
— lighting,
— fencing,
— lining, signing, variable message signs,
— electrical works,
— environmental works,
— meteorological stations,
— toll stations and associated pavements, buildings, highway links,
— motorway compounds and associated pavements, buildings, highway links,
— weigh-in-motion sites.
Expected duration of the contract is 730 days (2 years) plus defect
Notification period of 730 days (2 years)
Tender documents
Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of 500 EUR or equivalent in a convertible currency. The potential tenderers shall bear the cost of additional commissions, taxes or any other expenses created by the banks as a result of payment of non-refundable fee.
Non refundable fee should be paid with reference to the Invitation to Tenders No. RS/EBRD2018/W.
Instruction for payment in local currency [KM]:
Account Nr. 5620998073966893 with NLB Razvojna banka AD Banja Luka, or
Instruction for payment in foreign currency [Euro]:
Bank: NLB Razvojna banka AD Banja Luka
Adress: 4 Milan Tepića St, 78 000 Banja Luka
BIC RAZBBA22XXX
IBAN: BA39 5620 9980 8433 4641
Korisnik: JP “Autoputev RS” d.o.o. Banja Luka
Adresa: Vase Pelagića 10, 78 000 Banja Luka
Upon receipt of appropriate evidence of payment of the non-refundable fee in the amount of 500 EUR, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. If requested, the documents can be dispatched electronically after presentation by the prospective tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.
Tender
A 2 stage tendering procedure will be adopted for the procurement of the above-named contract and will proceed as follows:
a) the first stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions a tenderer wishes to offer, and a justification therefor, provided always that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation by the employer of the first stage tenders, the employer will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a memorandum. Only qualified tenderers submitting a technically responsive and acceptable first stage tender will be invited to submit a second stage tender,
b) the second stage tender will consist of an updated proposal incorporating all additions and modifications as may be agreed between the employer and tenderer and recorded in the memorandum to the clarification meeting, and the commercial tender.
Qualification
To qualify for the award of a contract, tenderers must satisfy the following key qualification criteria described bellow:
a) average annual turnover: the tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 (five) years (2013, 2014, 2015, 2016, 2017) of not less than 45 000 000 EUR equivalent.
b) financial resources: the tenderer shall complete Attachment 2, financial information, provided in Section IV, tender forms, and 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 construction cash flow for the contract for a period of 6 (six) months, estimated as not less than 12 000 000 EUR equivalent, taking into account the applicant"s commitments for other contracts.
c) historical financial performance: the audited balance sheets for the last 5 years (2013, 2014, 2015, 2016, 2017) shall be submitted and must demonstrate the soundness of the tenderer"s financial position, showing long-term profitability. Where necessary, the employer will make inquiries with the tenderer"s bankers.
d) experience:
— general experience: experience under contracts in the role of contractor or management contractor for the last 5 years prior to the tender submission deadline, and with activity in at least 9 months in each year,
— specific experience: the tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least one design and construction project (with a minimum value of 40 000 000 EUR) of a nature and complexity comparable to the proposed contract within the last 5 years, and the following specific experience:
— 600 000 m3 of earthworks executed in one calendar year within the last 5 (five) years,
— 1 300 000 m3 of embankment material placed in one calendar year within the last 5 (five) years,
— 70 000 m3 of limestone stabilization placed in one calendar year within the last 5 (five) years,
— 100 000 tons of asphalt placed in one calendar year within the last 5 (five) years,
— 80 000 m3 of structural concrete produced and placed in one calendar year within the last 5 (five) years,
— construction of at least 2 motorway bridges, constructed by incremental launching method, min 300 m length, within the last 5 (five) years,
— construction of at least 1 motorway viaduct, min 400 m length, within the last 5 (five) years, and.
e) design experience: the tenderer shall demonstrate that it has suitably qualified and experience highways and buildings design staff, knowledgeable of the standards described within the employers requirements and, successful experience as a designer with the satisfactory execution and client approval of at least 1 project of a nature and complexity comparable the proposed contract within the last 5 (five) years. If the Tenderer does not have the design experience in-house, the tenderer may rely on a named specialist sub-contractor to satisfy this criterion.
f) historical non-performance and litigation history: a consistent history of historical non-performance (within the last ten (10) years and /or all pending litigation awards (not more than ten percent (10 %) of the tenderer’s net worth) against the tenderer or any partner of a joint venture may result in the rejection of the tender.
Tendering for contracts to be financed with the proceeds of a loan from the bank is open to firms from all countries. The proceeds of the bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.
Joint venture partnerships
Joint ventures must satisfy the following minimum qualification requirements:
a) the lead partner shall meet not less than 40 % percent of all the qualifying criteria for average annual turnover, financial resources, construction and design experience as specified above,
b) the other partners shall meet not less than 20 % percent of all the qualifying criteria for average annual turnover, financial resources, construction and design experience as specified above,
c) the joint venture must satisfy collectively the criteria for average annual turnover, financial resources, construction and design experience, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture"s total capacity.
If the lead partner of the joint venture does not possess in house design experience, experience of proposed specialist subcontractors will be acceptable. Notwithstanding, the lead joint venture partner shall demonstrate proven experience in execution of at least one project involving single point responsibility for the design and construction.
Individual members must each satisfy the requirements for audited balance sheets and litigation.
Submission of tenders
The first stage proposal must be delivered to the office at the address below on or before 30.7.2018 by 12:00 hours local time, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
All second stage tenders must be accompanied by a tender security of 700 000,00 EUR or its equivalent in a convertible currency, and must be delivered to the address below on or before the time and date of the submission deadline specified in the letter of invitation to submit second stage tenders, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.
The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R) (November 2017) which are available on the following website: http://www.ebrd.com/cs/Satellite?c=Content&cid=1395266160617&d=&pagename=EBRD% 2FContent%2FDownloadDocument
Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:
Contact Person: Mr. Davor Vuckovic, Eng. for Motorway Construction, Public Company “Autoputevi Republike Srpske” ltd., 10 Vase Pelagića St, 78000 Banja Luka, Bosnia and Herzegovina, Tel: +387-51-233 670, Fax: +387-51-233 700, e-mail: dvuckovic@autoputevirs.com — info@autoputevirs.com
Date: 30.5.2018