Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Боснии и Герцеговины


EIB - Construction of motorway (примерный перевод: EIB - Строительство автомагистрали) (Босния и Герцеговина - Тендер #6228948)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Босния и Герцеговина (другие тендеры и закупки Босния и Герцеговина)
Номер конкурса: 6228948
Дата публикации: 30-12-2019
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

This invitation for tenders is published on the OJEU-TED, JP ‘Autoceste FBiH’ websites and BiH Daily Press.

Bosnia and Herzegovina has signed a loan agreement with the European Investment Bank – EIB (hereinafter referred as ‘the Bank’) to finance the construction of priority sections of the

motorway on the route of Pan European Corridor Vc through Bosnia and Herzegovina. The Federation of Bosnia and Herzegovina (hereinafter referred as ‘the Beneficiary’) intends to apply the proceeds of this loan toward the cost of civil works and consulting services, to be procured for the section Tunnel Kvanj-Buna. The section may be in part financed by the

Possible Western Balkans Investment Framework (WBIF) grant.

Public company motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar (hereinafter referred as ‘the Employer’) now invites sealed tenders from contractors for the following contract to be funded from part of the loan proceeds:

— Contract JPAC 1133-B110-19: Tunnel Kvanj-Buna in total length of 5,25 km will be financed from the loan agreement signed with European Investment Bank (EIB) loan and

Possible WBIF grant.

Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

The procurement procedure to be applied is a single stage, 2-envelope tendering procedure.

The tenderers will submit tender containing 2 envelopes: 1 envelope with the technical tender and another envelope with the price tender. Technical tender will be evaluated first and only if technical tender is determined to be substantially responsive, the tenderer’s price tender will be opened.

Alternative tenders shall not be permitted.

The Employer shall award the contract to the tenderer whose Tender has been determined to be the lowest evaluated tender and is substantially responsive to the tender document,

provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.

Brief description

The Tunnel Kvanj – Buna section starts at km 9 + 125 at the entrance portal of Tunnel Kvanj, continue within the viaduct ‘Rotimski potok’, leads through slope of ‘Gubavice’ and ends at km 14 + 380 in the area of ‘Stanojevići’. Tunel Kvanj is a twin tube tunnel. Right tunnel tube, length 2 645 m, begin on chainage km 9 + 732 and left tunnel tube, length 2 720 m, begin on chainage km 9 + 750. Viaduct ‘Rotimski potok’ crosses over creek ‘Rotimski potok’. The left viaduct is from 12 + 500 to 12 + 810 of the left axis and the right viaduct is from 12 + 445 to 12 + 775 of the right axis of the motorway. Both viaducts are designed as continuous prestressed concrete structure with spans 88 + 134 + 88 = 310 m for the left and 98 + 134 + 98 = 330 m for the right viaduct.

On this section there is overpass Rujevice at chainage 14 + 197 and allows communication between neighbouring settlements. The overpass structure is designed as shallow arch with

Total span of 44 m and rise of 6,5 m. As part of the project, construction of the connecting road is foreseen. It is designed as 2-way traffic road, length 1 414 meter. This road will be used as a connection, with temporary toll station, of the main road M17.3 in the Hodbina village, with the motorway section Tunnel Kvanj – Buna.

Also, regional road Buna – Domanovići will be reconstructed under this project. There was made main design of reconstruction and modernization. Total length of road is 14,5 km. This

road starts from connection with main road M17.3 Buna — Masline and finishes at connection with main road M6 Tasovčići — Masline. Alignment of regional road Buna — Domanovići connects 3 main roads (M17.3, M6 and M17 Mostar — Čapljina) and crosses the corridor Vc motorway alignment at the area of settlements Pijevci — Bivolje Brdo (motorway subsection Buna — Počitelj and subsection Počitelj — Zvirovići) and passes through settlements Buna, Gubavica, Pijesci, Bivolje Brdo and Domanovići. Many connections are characteristic for these settlements.

The FIDIC conditions of contract for plant and design-build; for electrical and mechanical plant and for building and engineering work, designed by the contractor, First Edition 1999 will be used for the design and civil works contract.

Time for completion is 36 months.

Qualification criteria

To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria given below:

A. Historical non-performance

A consistent history of historical non-performance and/or litigation awards against the tenderer or any partner of a joint venture contract agreement (JVCA) may result in rejection of the tender. Moreover, if an applicant is formally debarred from contracting activities by the law or official regulation of the employer’s country or by the Bank and the Employer may not enter into a contract with such applicant, the Employer may reject the application.

B. Historical financial performance

The audited balance sheets for the last 5 years 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.

The tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 years of not less than 59 000 000 EUR equivalent.

D. Financial position

The tenderer shall complete 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 4 months, estimated as not less than 11000 000 EUR equivalent, taking into account the tenderer"s commitments for other contracts.

E. Experience

The tenderer shall meet the following minimum criteria:

Construction experience

(a) successful experience as prime contractor (1 contractor signed contract), lead partner, partner in JVCA/consortium or subcontractor in the execution of at least 2 projects, of nature and complexity comparable to the proposed contract (construction of full profile motorway/expressway) within the last 5 years. The value of each contract should not be less than 59 000 000 EUR. In case that tenderer demonstrates a successful experience in a role of subcontractor, the total value of that subcontract should not be less than 59 000 000 EUR. In case of the multiple subcontracts (or contracts) on the same project, the different (sub)contracts will be treated cumulatively as a whole.

The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI), requirements, Employer"s requirements;

(b) at least 1 of the above required projects must include motorway twin tube tunnel in minimum length of 1 600 m, or road tunnel single tube in minimum length 3 200 m. In case these projects do not include required tunnel, for the successful demonstration of this specific construction experience, tenderers can present another project, regardless of its contract value, which includes a motorway twin tube tunnel in minimum length of 1 600 m, or road tunnel single tube in minimum length 3 200 m.

Note: term ‘within the last 5 years’ means that projects that have been completed in the period starting from the beginning of 2014 will be also taken into consideration.

Moreover, the tenderer shall demonstrate his capability to execute the following construction works (key activities), within 1 year in the last 5 years:

1) Earth works: 380 000 m3/in 1 year;

2) Concrete works: 34 000 m3/in 1 year;

3) Asphalt works: 55 000 t/in 1 year

4) Bridge construction works: 2 800 m2 /in 1 year

Design experience

The tenderer shall include in his tender a designer who shall meet the following minimum criteria:

(a) the designer shall have an average annual turnover (defined as annual earnings, expressed in its equivalent of a defined currency) over the last 5 years of not less than 2 000 000 EUR equivalent;

(b) successful experience as a designer (prime contractor, lead partner or partner in joint venture) with the satisfactory execution and client’s approval of at least 2 projects of a nature and complexity comparable to the proposed contract.

For assessment purposes, the referred contracts shall include main design of full profile motorway, including design of bridge/viaduct and tunnel within the last 5 years with minimum value of provided services in amount of 1 200 000 EUR per contract.

At least 1 contract has to include design of motorway tunnel with minimum length of 1 600 m.

The tenderer shall demonstrate that it has suitably qualified and experience highways and buildings design staff, knowledgeable of the standards described within the tender document.

The tenderer may satisfy criteria for designer by himself or engage the subcontractor. In order to meet the minimum criteria related to design experience, 1 tenderer can nominate more than 1 design subcontractor but all subcontractors have to be associated.

F. Personnel

The tenderer shall provide suitably qualified personnel to fill the following positions. For each position the tenderer will supply information on a first-choice candidate and an alternate, each of whom should meet the experience requirements specified below:

No 1

Position: Project manager

Total work experience (years): 15

In similar works experience (years): 10

No 2

Position: Site manager

Total work experience (years): 13

In similar works experience (years): 10

No 3

Position: Quality assurance manager

Total work experience (years): 13

In similar works experience (years): 10

No 4

Position: Bridge manager

Total work experience (years): 13

In similar works experience (years): 10

No 5

Position: Earthworks manager

Total work experience (years): 10

In similar works experience (years): 7

No 6

Position: Electrical manager

Total work experience (years): 10

In similar works experience (years): 7

No 7

Position: Occupational health and safety manager

Total work experience (years): 10

In similar works experience (years): 7

No 8

Position: Environmental specialist

Total work experience (years): 7

In similar works experience (years): 5

No 9

Position: Responsible designer for tunnel

Total work experience (years): 10

In similar works experience (years): 5

No 10

Position: Responsible designer for bridge/viaduct

Total Work Experience (years): 10

In similar works experience (years): 5

G. Equipment

The tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), the following key items of equipment in full working order and must demonstrate that, based on known commitments, they will be available for use in the proposed contract. The tenderer may also list alternative equipment, which he would propose to use for the contract, together with an explanation of the proposal.

Equipment type and characteristics: Hot asphalt mixing plant; minimum capacity: 100 t/h, less than 50 km distance from the site

Age: less than 10 years old

Minimum number required: 1 piece

Equipment type and characteristics: Hot asphalt mixing plant minimum capacity: 60 ton/h, less than 50 km distance from the site

Age: less than 10 years old

Minimum number required: 1 piece

Equipment type and characteristics: Tracked asphalt paver; blade width: 8,20 m; Laying capacity more than 500 t/h

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Concrete batching plant; minimum capacity: 100 m3/h on the site

Age: less than 7 years old

Minimum number required: 1 piece

Equipment type and characteristics: Hydraulic drilling jumbo power min 150 kW

Age: less than 10 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Tunnel (backhoe) excavator with bucket and hydraulic hammer

Age: less than 10 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Tunnel shotcrete equipment

Age: less than 10 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Equipment for rockbolt drilling, installation and grouting

Age: less than 10 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Self-moving platform for steel mesh installation

Age: less than 10 years old

Minimum number required: 3 pieces

Equipment type and characteristics: Axial flow fan Ø min 1600 mm

Age: less than 10 years old

Minimum number required: 2 set

Equipment type and characteristics: Tunnel formwork, hydraulic

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Cantilever formwork for concrete bridge

Age: less than 7 years old

Minimum number required: 2 pair

Equipment type and characteristics: Articulated truck; minimum loading capacity ≥ 18 t

Age: less than 7 years old

Minimum number required: 15 pieces

Equipment type and characteristics: Motor grader power rating: more than 120 kW

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Wheel loader; power rating: more than 180 kW

Age: less than 7 years old

Minimum number required: 6 pieces

Equipment type and characteristics: Tower crane; minimum length of the hand: 40 m minimum bearing capacity: 1,5 t

Age: less than 10 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Bored piling machine; — 1500 mm

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Backhoe excavator with hydraulic hammer; power rating: more than 100 kW

Age: less than 7 years old

Minimum number required: 12 pieces

Equipment type and characteristics: Laboratory equipment for earth, asphalt and concrete works.

Age:

Minimum number required: 1 set

*All required items of the equipment need to be available at the construction stage

H. Current obligations and pending awards

The tenderer shall have the above-mentioned resources free of ongoing obligations and/or pending contract awards.

The tenderer shall provide information on the on-going contractual obligations and pending contract awards.

The Employer may reject the application if the level of the confirmed commitments to be carried out in parallel with the contract exceeds the applicant’s annual turnover for the previous year by a factor of 1.2.

Specific requirements with regard to JVCA

JVCA must satisfy the following minimum qualification requirements:

(a) the JVCA must satisfy collectively all the above-mentioned qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the

JVCA"s total capacity;

(b) the lead partner shall meet not less than 60 % (percent) of the qualifying criteria for average annual turnover and financial resources as specified above, which means:

1) The lead partner shall have an average annual turnover as contractor (defined as billing for works in progress and completed) over the last 5 years of not less than 35 400 000 EUR equivalent;

2) The lead partner shall complete 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 4 months, estimated as not less than 6 600 000 EUR equivalent, taking into account the tenderer’s commitments for other contracts.

(c) the other partners shall meet not less than 30 % (percent) of all the qualifying criteria for average annual turnover and financial resources as specified above, which means:

1) The other partners shall have an average annual turnover as contractor (defined as billing for works in progress and completed) over the last 5 years of not less than 17 700 000 EUR equivalent;

2) The other partners shall complete 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 4 months, estimated as not less than 3 300 000 EUR equivalent, taking into account the tenderer’s commitments for other contracts.

All partners of the JVCA shall demonstrate that they collectively satisfy the average annual turnover and financial resources qualifying criteria in its entirety.

Specific requirements with regard to JVCA – Design experience.

The tenderer may satisfy criteria for designer by himself or engage the subcontractor. In order to meet the minimum criteria related to design experience, 1 tenderer can nominate more than 1 design subcontractor but all subcontractors have to be associated. In case that 2 or more designer firms create a JVCA, the lead partner shall meet not less than 60 % of the qualifying criterion for designer’s average annual turnover, i.e. 1 200 000 EUR equivalent. Each other partner shall meet not less than 30 % of the qualifying criterion for designer’s average annual turnover, i.e. 600 000 EUR equivalent. All partners of the JVCA shall demonstrate that they collectively satisfy the average annual turnover qualifying criteria in its entirety. All partners combined have to demonstrate the successful experience in execution of contracts of required minimum value of 1 200 000 EUR per contract.

In addition, responsible designer for tunnel, in meaning of decree on construction site organization, mandatory construction documents and construction actors; ‘Official Gazette of

the Federation of Bosnia and Herzegovina’ No 48/9 and 75/9, shall be person from any member of designers JVCA, appointed by lead designer which has experience as responsible designer of main design of tunnel in length not less than 1 600 m.

Also, responsible designer for viaduct, in meaning of mentioned decree, shall be person from any member of designers JVCA, appointed by lead designer which has experience as responsible designer of main design of bridge/viaduct in length not less than 300 m.

Please note, if more legal entities participate in the preparation of main (detailed) design, to take into account Clause 93. of decree on type and content, labelling and keeping, control and validation of the investment-technical documentation (‘Official gazette of the Federation of BiH’, No 33/10 and 99/14).

Tender documents may be obtained from the address below upon payment of a non-refundable fee of 200,00 EUR or equivalent in a convertible currency by bank transfer to:

Beneficiary Bank: Raiffeisen Bank d.d. Bosnia and Herzegovina

Swift code: RZBABA2S

IBAN Code: BA391611200000709894, (for payments in EUR (€)) or No 161-020-00624700-38 (for payments in BAM)

Beneficiary name: JP Autoceste FBiH d.o.o. Mostar.

Beneficiary address: Adema Buća 20, 88000 Mostar, Bosnia and Herzegovina

Payment option is our which means that the tenderer will cover all Bank costs related to this payment and money transfer.

Upon receipt of appropriate evidence of payment of the non-refundable fee, if requested, the documents will promptly be dispatched by courier. However, no liability can be accepted for their loss or late delivery. In addition, if requested, the documents (except the stamped copy of the schedule of payment) can be dispatched electronically. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

All tenders must be accompanied by 1, single tender security of 2 000 000,00 EUR.

After publication of the award, unsuccessful tenderers may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their tenders were not selected. The Employer shall promptly respond in writing to any unsuccessful tenderer who, after publication of contract award, requests a debriefing. Any tenderer who is not satisfied with the Employer’s debriefing has the right to file a complaint to the independent complaints committee at the following address:

Federal Ministry of Transport and Communications

Address: Braće Fejića bb, 88000 Mostar, Bosnia and Herzegovina

Facsimile: +387 36 55 00 24

Tenders must be delivered to the office at the address below on or before 24.2.2020, 13.00 (local time), at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.

Public company motorways of the Federation of Bosnia and Herzegovina Ltd Mostar

Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina

Prospective tenderers may obtain further information from and inspect and acquire the tender documents at the following office:

Contact Persons: Ms. Lejla Hodžić and Ms. Jasmina Olovčić, Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar, Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina, Tel: +387 33 277 922; +387 33 277 966, Fax: +387 33 277 901, E-mail: h.lejla@jpautoceste.ba and o.jasmina@jpautoceste.ba


Источник закупки

Перейти

Импорт - Экспорт по стране Босния и Герцеговина

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2024, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru