Predmet tendera: | Construction of Motorway on Corridor Vc, Section Medakovo - Poprikuše | |
Partije (lotovi): | Izgradnja autoputa na Koridoru Vc, deonica Medakovo - Poprikuše | |
Mesto: | BiH (Federacija BiH), Sarajevo | |
Datum objave: | 10.06.2022 | |
Rok: | 09.08.2022 - (rok je istekao) - Pogledajte slične aktuelne nabavke | |
Oblast: | Niskogradnja. Asfaltiranje. Gradnja puteva. prugra. igralista. sportskih terena. | |
Naručilac: | PC MOTORWAYS OF THE FEDERATION OF BOSNIA AND HERZEGOVINA LTD | |
Tekst javne nabavke - tendera: | Contract notice Works Legal Basis: Regulation (FU Euratom) No 2018/1046 This contract will be financed by European Investment Bank (EIB) and is subject to trte ElBs Guide to Procurement. Section I: Contracting authority 1.1) Name and addresses Official name: PC Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar Postal address: Hamdije Kresevijakovića 19 Town: Sarajevo NUTS code: BA Bosnia And Herzegovina Postal code: 71 000 Country: Bosnia and Herzegovina Contact person: Jasmina Olovčić E-mail: o.jasmina@jpautoceste.ba Telephone: +387 33277921 Fax: +337 33277901 Internet addres(es): Main address: https/www.jpautoceste.ba/ 1.3) Communication Access to tne procurement documents is restricted. Further intormation can be obtained at: https: ftwmj pautoce ste. ba/ Additional information can be obtained from tne abovementioned address Tenders or requests to participate must he submitted to the abovementioned address 1.4) Type of the contracting authority Body governed by public law 1.5) Mairtactivity Other activity: Road Management Section II: Object 11.1) Scope of the procurement 11.1.1] Title: Construction of Motorway on Corridor Vc, Section Medakovo - Poprikuše. Izgradnja autoputa na Koridoru Vc, deonica Medakovo - Poprikuše Subsection Medakovo - Ozimice Reference number: eibgip/mob 20190751-03 11,1.2} Main CPV code 45233110 Motorway construction works II. 1.3) Type of contract Works III. 4} Short description: The subject of this Contract is construction of 21.3 km long section of Motorway on Corridor Vc between Medakovo and 02imice. The works include one interchange, two two-sided rest areas, eight bridges and viaducts, two overpasses, fifteen (15) underpasses and one tunnel 2200 m long. 11.1.5) Estimated total value Value excluding VAT: 160 000 000.00 EUR 11.1.6) Information about lots This contract is divided into lots: no 11.2) Description 11.2,3) Place of performance nuts code: BA Bosnia And Herzegovina Main site or place of performance: The works are expected to be delivered on the construction site, on motorway sub-section Medakovo - Ozimice between towns Doboj and Žepče (Bosnia and Herzegovina). 13.2,4} Description of the procurement: A Contractor will be selected in accordance with the ElB Guide to Procurement, September 2018: https :/Avww.e ib.org/en/pubiicat ions/guide-to-procurement The applicable law is the law of FBiH. The construction works are expected to be financed through the Loan agreement signed with European Investment Bank (ElB) and Grant funds from the Western Balkans Investment Framework. Public company Motorways of the Federation of Bosnia and Herzegovina Ud. Mostar (hereinafter referred as the Employer) now invites sealed lenders from contractors for the Contract JPAC 1397-B-l38-22, Subsection: Medakovo- Ozimice {from km 0+300,00 to km 21+230) in total length of 21.3 km Firms originating from all countries o! the world are eligible to tender for works, goods and services contracts. The procurement procedure to be applied is a single stage, two-envelope tendering procedure. The Tenderers will submit Tender containing two envelopes; one 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 and the Tenderer qualified, the Tenderers Price Tender will he opened. 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 lurther that the Tenderer is determined to be qualified to perform the Contract satisfactorily. Bidders are allowed to ask clarifications no later than 21 days prior to the deadline for submission of Tenders by sending an email to the relevant address above. The F1DIC Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (edition 1999) will be used for the Contract Tender documents may be obtained from the address below upon payment of anon-refundable fee Of eur 200.00. 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, it requested, the documents (except the stamped copy ot the Bill of Quantities) 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 one, single tender security of EUR 3.000,000,00. 11.2.5) Award criteria Criteria below Price H.2.7] Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 30 This contract is subject to renewal: no 11.2.10) information about variants Variants will be accepted: no 11.2.11) information about options Options: no 11.2.13) Information aboul European Union funds The procurement is related lo a project and/or programme financed by European Union funds; yes identification of the project; wBIF 11.2.14) Additional information Section III: Legal, economic, financial and technical information IN 1} Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: The Candidates shall provide a trade licence or professional registers in their Country of Establishment. The Tenderer shall provide a statement containing that he either possesses or will apply (within 10 working days after the issuance of the Letter ol Acceptance, in the event he is awarded the contract), a License /Authorization tor performing of construction works on the territory of the Federation of Bosnia and Herzegovina and License/Authorization for performing of site investigations for him or his subcontractor. This licensefAuthorization is issued by the Federal Ministry of Physical Planning and is in accordance with law in Federation of Bosnia and Herzegovina (Anicle 38. of Decree on construction site organization, mandatory construction documents and construction actors; Official Gazette of the Federation of Bosnia and Herzegovina No. 48/09,16th July, 2009). The possession of BiH national licenses is not a pre-condition for participation in the tender procedure. III. 1.2) Economic and financial standing List and brief description of selection criteria: The tender dossier available from the Employer includes a comprehensive list of financial & economic criteria which Tenderers must fulfil to be considered to be qualified for opening of their financial bid. The criteria include the following: a) The Tenderer shall havg an average annual turnover as prime contractor (defined as hilling for works in progress and completed) over the last 5 (five) years of nol less than EUR 130 million equivalent. b) The Tenderer shall 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 fora period of 4 (four) months, estimated as not ess than EUR 32 million equivalent, taking into account the applicants commitments for other contracts. Note; The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shall prevail. Minimum ievei(s) of standards possibly required: III.1.3] Technical and professional ability List and brief description of selection criteria: The Tender Dossier available from the Employer includes a comprehensive list ol technical criteria and criteria for JVCA which Tenderers must fulfil to be considered for opening of the financial proposal, and those criteria shall prevail. The criteria include the following: (a) Successful experience as prime contractor (one contractor signed contract), lead partner, partner in JVCA/consortium or subcontractor in the execution of at least 2 (two) 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 EUR 130 millton. In case that tenderer demonstrates successful experience in a role of subcontractor, the total value of that subcontract should not be less than EUR 130 million. 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 the Tender Dossier. (b) At least one of the above required projects must include two four lane bridges/viaducts four lane structure in minimum length of 320 m and one double tunnet in minimum length of 1760 m. in case these projects do not include required bridges/viaducts, for the successful demonstration of this specific construction experience, tenderers can present another protect, regardless of its contract value, which includes a four lane bridges/viaducts with the required length of 320 m and one double tunnel in minimum length of 1760 m, Note: The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shatl prevail. III.2) Conditions related to the contract 111.2.2} Contract performance conditions: The FIDIC Conditions of Contract for Construction for Buildiog and Engineering Works designed by the Employer (edition 1999) will be used for the Contract. Payment for the Works shall be based on the interim payment certificates. The selected Contractor shall be required to perform the Works in accordance with the laws and regulations of BiH and the Entity of the Federation of Bosnia and Herzegovina governing the field of construction and civil engineering and the latest ElBs Guide to Procurement, and in accordance with the Technical Specifications. Technical Descriptions, Main Design Drawings, Bill of Quantities and Conditions of Contract. Environmental and Social Covenant to be signed and submitted as pan of their technical proposal and appended into the resulting contract. III. 2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of trie staff assigned to performing the contract Section: IV: Procedure IV. 1) Description IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system IV LB) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participate Date: 09/08/2022 Local time: 10:00 iv.2.4) Languages in which tenders or requests to participate may be submitted: English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months; 6 (from the date Stated for receipt Of tender) IV.2.7) Conditions for opening of tenders Date: 09/08/2022 Local time: 11:30 Place: Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar Hamdije KresevljaSovića 19, 71000 Sarajevo. Bosnia and Herzegovina Information aboul authorised persons and opening procedure: Tenderers shall not have the option of submitting their tenders electronically For Tender submission purposes only, the Employers address is: Attention: Mre. Jasmina Olovčić Public company Motorways of (he Federation of Bosnia and Herzegovina Ltd. Mostar Hamdije K rese vi jako vica 19. 71000 Sarajevo. Bosnia and Herregovina Tel: +387 33 277 921; Fax: +387 33 277 901; E-mail: o.jasmina^jpau to ceste . Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.3) Additional information: JPAC reserves its right to seek clarifications and verify submitted documents and use the information so obtained for evaluation purposes. All costs related to participation in this procurement procedure shall be borne by tenderers. Pursuant to its Sanctions Policy, the ElB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of anicle 41 of the UN Charter. The attention of candidates is drawn to the ElB Anti-Fraud Policy, ElB Exclusion Policy and ElBs definition of prohibited conduct. Applicants must complete and sign a covenant of integrity as pan of their tender. Failure to submit a property completed and signed covenant may lead to rejection of the tender and other remedy under applicable ElB policies. A standstill period shall apply after the technical and financial tenders are opened, as prescribed in the Tender Dossier. Unsuccessful bidders may, in a first step, seek a debriefing from the Employer and, in a second step if still not satisfied, file a complaint to the Independent Complaints Committee appointed by the Federal Ministry of Transport and Communication. Candidates should alert the Procunng Entity, with a copy to the European investment Bank toprocurementcomplaints@eib.org , in case they should consider that certain clauses or provisions ol this notice might limit international competition or introduce an unfair advantage to some tenderers. Furthermore, any party having or having had an interesi in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Banks Procurement Complaints Committee (PCC) as per Annex S of the ElBs Guide to Procurement. Complaints are to be submitted by mail or electronic mail toprocurementcomplaints@eib.org. Vl.4) Procedures for review VI.4.1) Review body Official name; Independent Complaints Committee appointed by Federal Ministry of Transport and Communications Postal address: Braće Fejića bb Town: Mostar Postal code: 88000Country: Bosnia and Herzegovina | |
DOKUMENTACIJA: |