EIB - Road rehabilitation (примерный перевод: EIB - Дорожная реабилитация) (Молдова - Тендер #4121833) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Молдова (другие тендеры и закупки Молдова) Номер конкурса: 4121833 Дата публикации: 06-11-2018 Источник тендера: Единая система закупок Европейского союза TED |
||
Project name: Road Sector Program
Country: Republic of Moldova
Business sector: Transport
Project ID: FIN No. 81.723 Serapis No. 20110650
Funding source: EIB
Type of contract: Works
Type of notice: INVITATION FOR TENDERS
Issue date: 2.11.2018
Closing date: 17.12.2018, 10:00 a.m. local time
This Invitation for Tenders follows the General Procurement Notice for this project which was published on European Bank for Reconstruction and Development website, Procurement Notices on 7.9.2018.
The Ministry of Economy and Infrastructure, represented by the State Road Administration, Chisinau, MOLDOVA, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Investment Bank (the Bank) towards the cost of Rehabilitation of R6 M1-Ialoveni Road, km 0+000 –km 6+550 (which according to the new classification approved by the Government shall bear the name in the Contract as of M2 – Chisinau Bypass, km 00+000 - km 6+550).
The Employer now invites sealed tenders from contractors for the following Contract to be funded from part of the proceeds of the loan:
Rehabilitation of R6 M1-Ialoveni Road, km 0+000 –km 6+550 (of M2 – Chisinau Bypass, km 00+000 - km 6+550).
Republican Road M2 (Section M1-R3) is a 6.55 km section of road that is part of the Chisinau by-pass linking the roads M1 and R3. The road is located approximately 10 km to the west of Chisinau Centre and is located within Central Moldovan Hills (Uplands) with high watersheds and steep slopes. The project sections consist of one uniform 4 lane section to be rehabilitated to Class lb and new construction of approximately 150 m of access road.
Rehabilitation includes reconstruction of road pavement, demolishing and construction of culverts, construction of drainage facilities, relocation of utility lines, installation of lightning facilities as required and defined in the Drawings, Specifications and Bill of Quantities.
Tenderers are directed attention to the change adopted in the national legislation, lifting the interdiction for using borrow pits, which were applicable until recently.
On 27.7.2018, new Laws has been adopted, whereby use of borrow pits has been permitted, including for road works.
Commencement of works is planned to be in April 2019 and time for completion is 730 days.
The main works will consist of:
— Some 94 000 m3 of earthworks,
— Some 15 700 m3 Cold recycling of the asphalt concrete pavement,
— Some 68 000 m2 of granular sub-base
— Some 33 600 m2 of cement stabilised basecourse
— Some 113 630 m2 Binder course of asphalt concrete M II, thickness 60 – 80 mm,
— Some 113 643 m2 Wearing course of asphalt concrete M III, thickness 50 mm,
— The relocation / installation of electrical poles and lighting and communications utilities,
— The supply and installation of some 17 000 Linear metres of safety barriers (Metal and concrete).
The scope of works is estimated and mentioned for guidance only, as the final scope will be determined based on the measured quantities of implemented works.
The overall time for completion of the works under the Contract is 730 days. The Defect Notification Period is envisaged to be 365 days.
To be qualified for the award of a Contract, tenderers must satisfy the following minimum criteria:
— Minimum average annual construction turnover, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years,
—— 12,5 million EUR equivalents,
— The Tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirement:
—— 2 million EUR equivalents,
— Participation as a contractor or management contractor in at least one (1) contract within the last five (5) years, that has been successfully and substantially completed and that is similar to the proposed Works. The referred contract shall include:
—— Road construction/rehabilitation works for flexible pavement including production and laying of cold recycled materials, granular sub-base, cemented base and asphalt concrete,
— Successful experience as a contractor (prime or subcontractor) in the execution of at least two (2) contracts of a magnitude comparable to the proposed contract within the last five (5) years. The values of the referred contracts shall be not less than the equivalent of:
—— 8 million EUR equivalents,
— Participation as a main contractor on one (1) contract of a similar magnitude. The values of the referred contracts shall be not less than the equivalent of:
—— 8 million EUR equivalents,
— Production and laying of asphalt concrete on a single contract in at least one (1) year in the past three (3) years at a rate not less than:
—— 28 000 tonnes,
— Annual average asphalt concrete production and laying over the past five (5) years at a rate not less than:
—— 22 000 tonnes / year,
— Cold recycling of asphalt pavement on a single contract executed within the past three (3) years at a rate not less than:
—— 29 000 tonnes in 1 year
— Production and placement of Cement treated Base course on a single contract within the last 3 years at a rate not less than:
—— 12 000 tonnes in 1 year.
Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country who, in order to receive the Tender Documents and any amendments or clarifications to the Tender Documents, should register by completing the Registration Form available at the following link:
http://files.asd.md/Procurement/Registration_Form_RSP_2018_OT_W11_03.pdf
Completed Registration Form shall be submitted to Employer’s Project Officer via fax or email provided below. Registration will be completed when a potential Tenderer receives a registration number from the Employer. The potential Tenderer may elect on the Registration Form to receive the Tender Documents or any amendments or clarifications to the Tender Documents, in the following manner:
(i) free of charge via e-mail on submission of a request at the address below, and
(ii) free of charge in electronic format at the address below.
All tenders must be accompanied by a tender security of
— 220 000,00 EUR or its equivalent in a convertible currency.
Tenders must be delivered to the office at the address below on or before 10:00 am (local time), 17.12.2018, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
The Employer’s address is:
Attention: Mr. Gheorghe Curmei, General Director
Address: State Road Administration
Bucuriei str. 12A
Chisinau, MD 2004
Republic of Moldova
The applicable procurement rules are the Bank’s Guide to Procurement which can be located at: http://www.eib.org/attachments/strategies/procurement_en.pdf.
A register of potential tenderers who have obtained the tender documents may be inspected at the address below.
Prospective tenderers may obtain further information from the following office:
Attention: Mr. Serghei POLIȘCIUC, Deputy Director of State Road Administration
Address: str. Bucuriei 12A, office 401
E-mail: procurement@asd.md
Fax: +373 22 74 12 19
Date: 2.11.2018