EIB - Road construction and rehabilitation (примерный перевод: EIB - Строительство и восстановление дорог) (Грузия - Тендер #4188461) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Грузия (другие тендеры и закупки Грузия) Номер конкурса: 4188461 Дата публикации: 20-11-2018 Источник тендера: Единая система закупок Европейского союза TED |
||
Employer: Roads Department of the Ministry of Regional Development and Infrastructure of Georgia
Project: Chumateleti — Khevi Section of E-60 Highway (F1)
Contract title: Construction Works for upgrading of Chumateleti — Khevi Section of E-60 Highway (F1)
Country: Georgia
Loan No. 8788-GE
RFB No: EWHCIP-AF/CW/ICB-01
Issued on: 8.11.2018
1) The Georgia has received financing from the World Bank toward the cost of the Chumateleti — Khevi Section of E-60 Highway (F1), and intends to apply part of the proceeds toward payments under the contract for Construction Works for upgrading of Chumateleti — Khevi Section of E-60 Highway (F1). The European Investment Bank has also been applied for jointly co-financing this contract.
2) The Roads Department of the Ministry of Regional Development and Infrastructure of Georgia now invites Bids from eligible Bidders for these works. Implementation period for the execution of works is 36 months. The project consists of the upgrading of the existing E60 road between Chumateleti and Khevi to dual carriageway standard. The total length of the Left Branch of the road is approximately 11.6km long, starting just to the north-east of Tunnel no3 and ending in Khevi. The works on the Right Branch start at the North-Western portal of the existing Rikoti Tunnel and run for approximately 8.6km to Khevi.
Technical details are:
— Road class — S,
— Restricted access,
— 2 x 2 x 3.75 m traffic lanes,
— Tunnels of lengths: 1no. 470m long, 1 No. 1750m long and third tunnel 350m long,
— Bridges on the Motorway: 13 No. with lengths ranging from 20m – 400m. Total Length of bridges is approximately 1480 meters,
— Slip Road Bridges at Rikoti Interchange: 4 No. with lengths ranging from 20m – 100m. Total Length of bridges is approximately 250 meters,
— Bridges at Khevi: 3 No. with lengths ranging from 20m – 80m. Total Length of bridges is approximately 120 meters,
— 4 m wide median,
— 2 x 2.50m emergency lanes, except where a climbing lane is provided,
— Design speed — 80 km/h,
— Load capacity — 115 kN/axle,
— Implementation of environmental mitigation measures, including amongst others: acoustic screens, fencing, landscaping,
— Installing of road safety equipment and lighting,
— Relocation of utilities and communication lines,
— Construction of drainage system, including ditches, culverts, runoff facilities,
— Construction, reconstruction and reconfiguration of adjacent local roads, adjacent local roads, service roads, crossing and access roads.
Particular technical elements include:
— Asphalt pavement on the expressway traffic lanes,
— Concrete pavement in tunnels,
— Major interchanges at Rikoti and Khevi,
— Replacement of 5 existing river bridges,
— Miscellaneous engineering structures (48 box culverts, etc.),
— Retaining walls 2m – 15 m high, totaling 9600m in length,
— Expressway Maintenance Area – not required,
— Passenger Service Areas – not required.
3) Bidders shall meet the following minimum qualification criteria to qualify for award of the contract:
(a) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as 12 000 000.00 USD for the subject contract net of the Bidder’s other commitments;
(b) Minimum average annual turnover of 96 000 000.00 USD calculated as total certified payments received for contracts in progress and/or completed within the last 5 years, divided by 5 years;
(c) A minimum number of similar contracts specified below that have been satisfactorily and substantially(1) completed as a prime contractor, joint venture member(2), management
Contractor or sub-contractor between 1.1.2013 and bid submission deadline:
(i) 1 contract with minimum value of 120 000 000.00 USD;
Or
(ii) 2 contracts, with a combined value of 120 000 000.00 USD out of which one should be of at least 84 000 000.00 USD;
(d) As prime contractor, joint venture member, or sub-contractor between 1.1.2013 and Application submission deadline, a minimum construction experience in the following key activities successfully completed:
(a) In any 12 months continuous period:
1) Earthworks — 300 000 m3;
2) Road Asphalt Pavement – 50 000 m2;
3) Road Concrete Pavement – 12 000 m2;
(b) Executed within a 24 months continuous period:
4) Road Bridge Construction with aggregate Bridge Deck of — 7 000 m2
5) Tunnel Works – 2 000 meters (excluding cut and cover) length of tunnel construction, with at least 1 000 m being a two traffic lane road tunnel.
(e) The Bidder must demonstrate that it will have a suitably qualified Contractor’s Representative and suitably qualified (and in adequate numbers) Key Personnel, as described in the table below.
Item No.: 1
Position/specialization: Contractor"s Representative
Relevant academic qualifications: Master"s Degree in Civil Engineering — Fluency in English is mandatory
Minimum years of relevant work experience: years working experience under FIDIC Red Book or MDB Harmonized version is mandatory
Item No.: 2
Position/specialization: Deputy Project Manager
Relevant academic qualifications: Bachelor"s Degree in Civil Engineering — Fluency in English is mandatory
Minimum years of relevant work experience: 8 years, out of which 3 years working experience under FIDIC Red Book or MDB Harmonized version is mandatory
Suitable experts in the following specializations
Item No.: 3
Position/specialization: Environmental Manager
Relevant academic qualifications: BA in relevant environmental subject
Minimum years of relevant work experience: Minimum of 10 years on road projects in similar work environments
Item No.: 4
Position/specialization: Health and Safety Officer
Relevant academic qualifications: Attendance at not less than 4 relevant Construction Site Safety Courses in past 10 years
Minimum years of relevant work experience: Minimum of 5 years on road projects
Item No.: 5
Position/specialization: Social Specialist
Relevant academic qualifications: BSc in Social Sciences or equivalent
Minimum years of relevant work experience: Minimum of 5 years on road projects
Item No.: 6
Position/specialization: Senior Tunnel Engineer
Relevant academic qualifications: Master"s Degree in Tunnel Engineering or equivalent
Minimum years of relevant work experience: Minimum of 15 years on similar projects
Item No.: 7
Position/specialization: Senior Bridge Engineer
Relevant academic qualifications: Master"s Degree in Bridge Engineering or equivalent
Minimum years of relevant work experience: Minimum of 15 years on similar projects
Item No.: 8
Position/specialization: Structures Site Engineer
Relevant academic qualifications: BSc in Civil or Structural Engineering or equivalent
Minimum years of relevant work experience: Minimum of 10 years on similar projects
Item No.: 9
Position/specialization: Asphalt Pavement Engineer
Relevant academic qualifications: BSc in Civil Engineering or equivalent
Minimum years of relevant work experience: Minimum of 10 years on similar projects
Item No.: 10
Position/specialization: Concrete Pavement Engineer
Relevant academic qualifications: BSc in Civil Engineering or equivalent
Minimum years of relevant work experience: Minimum of 10 years on similar projects
Item No.: 11
Position/specialization: Geotechnical Engineer
Relevant academic qualifications: BSc in Geotechnical Engineering or equivalent
Minimum years of relevant work experience: Minimum of 10 years on similar projects
Item No.: 12
Position/specialization: Quality Control Engineer
Relevant academic qualifications: BSc in Civil Engineering or equivalent
Minimum years of relevant work experience: Minimum of 8 years on similar projects
Note: It is preferable that all the key staff shall be fluent in English Language.
f. The Bidder must demonstrate that it has the key equipment listed hereafter:
No.: 1
Equipment Type and Characteristics: Excavator
Minimum Capacity required: 2.0 cu.m
Minimum Number required: 5
No.: 2
Equipment Type and Characteristics: Bulldozer
Minimum Capacity required: 20 Ton
Minimum Number required: 3
No.: 3
Equipment Type and Characteristics: Tired Roller
Minimum Capacity required: 8 Ton
Minimum Number required: 2
No.: 4
Equipment Type and Characteristics: Twin Drum Vibratory Roller
Minimum Capacity required: 8 Ton
Minimum Number required: 2
No.: 5
Equipment Type and Characteristics: Single Drum Vibratory Roller
Minimum Capacity required: 10 Ton
Minimum Number required: 3
No.: 6
Equipment Type and Characteristics: Motor Grader
Minimum Capacity required: 3.5 m wide
Minimum Number required: 3
No.: 7
Equipment Type and Characteristics: Asphalt Paver
Minimum Capacity required: 12 m wide
Minimum Number required: 1
No.: 8
Equipment Type and Characteristics: Concrete Paver
Minimum Capacity required: 15 m wide
Minimum Number required: 1
No.: 9
Equipment Type and Characteristics: Mobile Concrete Pump
Minimum Capacity required: 40cu.m/hr
Minimum Number required: 3
No.: 10
Equipment Type and Characteristics: Truck Mounted Concrete Mixer
Minimum Capacity required: 6 cu.m
Minimum Number required: 6
No.: 11
Equipment Type and Characteristics: Truck Crane
Minimum Capacity required: 35 Ton
Minimum Number required: 2
No.: 12
Equipment Type and Characteristics: Truck Crane
Minimum Capacity required: 120 Ton
Minimum Number required: 1
No.: 13
Equipment Type and Characteristics: Dump Truck
Minimum Capacity required: 10 Ton
Minimum Number required: 40
No.: 14
Equipment Type and Characteristics: Asphalt Plant
Minimum Capacity required: 80 Tonnes per hour
Minimum Number required: 1
No.: 15
Equipment Type and Characteristics: Concrete Plant
Minimum Capacity required: 120 cu.m/hr
Minimum Number required: 1
No.: 16
Equipment Type and Characteristics: Mobile Drilling Machine for Pile
Minimum Capacity required: D=0.9m/1.2m
Minimum Number required: 3
4) Bidding will be conducted through Request for Bids selection method, with international market approach, (single stage one envelope) as specified in the World Bank’s “Procurement
Regulations for IPF Borrowers – Procurement in Investment Projects Financing Aug 2018.
5) The Bidding document in English language in electronic format can be downloaded for free from the following link: https://tenders.procurement.gov.ge/public/?go=283346&lang=en
6) Bids must be submitted electronically as outlined in ITB 22.1. Late bids will not be accepted. Deadline for electronic bids submission is: as stated in the state E-procurement system (12:00 pm local time on 15.1.2019). Bid opening will take place electronically using Georgian E-Government Procurement System. The Minutes of the Bid Opening will be uploaded in the E-Procurement System following the bid opening.
7) All Bids must be accompanied by a Bid Security of 5 000 000.00 GEL (Five Million Georgian Lari). In case the Bid Security is submitted in any currency other than Georgian Lari, the exchange rate published by the National Bank of Georgia shall be used (www.nbg.ge). The applicable date for the exchange rate shall be: 28 days prior to the deadline of bid submission. The Original Bid Security shall be delivered within the following timeframe: Only after the bid submission deadline and no later than 48 hours from the bid submission deadline in original form to the following address of the Employer:
Roads Department of the Ministry of regional Development and Infrastructure of Georgia, Attention: Mr. Levan Kupatashvili — Deputy Chairman, Address: 12, Al.Kazbegi Ave, City: Tbilisi, ZIP Code: 0160, Country: GEORGIA
Note: Belated delivery of the Original Bid Security will make the bid non-responsive and will be rejected by the Employer.
8) Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9) Supplementary Information:
— Instruction for registration on the E-Procurement System can be found on the following link: https://www.youtube.com/watch?v=hQak4jPorj4&feature=youtu.be
— Instruction for bidding on the E-Procurement System can be found on the following link: https://www.youtube.com/watch?v=9O3W8_WiDgg&feature=youtu.be
— The respective Manuals can be found on the following link: (Name of the manual is Manual for Donor Electronic Procurement Procedure (DEP) announced in lots (edited)) http://procurement.gov.ge/ELibrary/Manuals.aspx?lang=en-US
— Visualization clip can be found on the following link:
https://www.dropbox.com/s/l02574yg6o7ez1n/Rikoti_F1__.mp4?dl=0
(1) Substantial completion shall be based on 80 % or more works completed under the contract.
(2) For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this requirement.