Početna stranica

tel. + 381 11 2833-829

Predmet tendera:

Construction of motorway on Corridor Vc. section Tunnel Kvanj-Buna

Partije (lotovi):

Izgradnja autoputa na Koridoru Vc. deonica Tunel Kvanj-Buna

Mesto:BiH (Federacija BiH), Sarajevo
Datum objave:09.08.2022
Rok:10.10.2022 - (rok je istekao) - Pogledajte slične aktuelne nabavke
Oblast:

Niskogradnja. Asfaltiranje. Gradnja puteva. prugra. igralista. sportskih terena.

Naručilac:PC MOTORWAYS OF THE FEDERATION OT BOSNIA AND HERZEGOVINA LTD MOSTAR
Tekst javne nabavke - tendera:Contract notice

Worts

Le-gal Basis:

This contract will be financed by European Investment Bank (EIB)and is subject to the ElBs Guide to Procurement, Section I: Contracting authority 1.1) Na me and addresses

Official name: PC Motorways of the Federation ot Bosnia and Herzegovina Ltd Mostar Postal address: Hamdije Kresevljakovica, 19 Town: Sarajevo

NUTS code: BA Bosnia And Herzegovina

Postal code: 71000

Country: Bosnia and Herzegovina

Contact person: Lejla Hodzic

E-mail: h.lejla@ jpautoceste.ba

Telephone: +3&7 33277922

Fax +387 33277901

Internet address(es):

Main address: https;

https://www.jpautoceste.ba

1.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at: rittps.v

www ioautocesle.ba

Additional information can be obtained from the above mentioned address Tenders or requests to participate must be submitted to the abovementioned address

1.4) Type of the contracting authority Body governed by public law

1.5) Main activity

Ottier activity: Road Management Section II: Object

II. 1) Scope of the procurement

11.1.1) TMe:

Construction of motorway on Corridor Vc. section Tunnel Kvanj-Buna

Izgradnja autoputa na Koridoru Vc. deonica Tunel Kvanj-Buna

Reference number: EIB-GtP/20150773-05 11.12) MainCPVcode

45233120 Road construction works

11.1.3) Type of contract Works

11.1.4) Short description:

The subject ol this contract is Construction of a new appro*. 5,25 km long motorway section including major

Value excluding VAT: 150 GOG 000.00 EUR information about lots

TTiis contract is divided into lots: no Description Description Place of perlom ance NUTS code: BA Bosnia And Herzegovina Main site or place of performance:

Bosnia and Herzegovina, motorway sub-section Tunnel Kvanj-Buna Description of the procurement

Procurement will follow a restricted procedure (with prequalification), followed by single-stage tender In the Prequalification (PQ) Process, Applicants shall submit a PQ Aprjlicalioji Form providing information essential lo evaluate the Applicants qualification subject to the terms and ecnditionsof iriePO Application Form document. TbePQ Application Form is available from the Procuring Entity as described above Only applications submitted in the format of a pq Application Form shall be accepted: any other application shall be rejected. pq Application Forms will be issued only to Applicants who directly contact the Procuring Entity through the address above All clarifications and any amendments or addenda will be communicaieđ in writing with ali Participant who have properly obtained the pq Application Form.

The Procuring Entity shall undertake the evaiuaiion of applications in accordance with the terms of the PQ Application Form. II shall notify all Participants about the outcome ol Prequalifcaton in writing. Only firms and JVCAI hat have been prequalified under the Prequalificalicn process will be inviled to tender.

In a subsequent slep. shortlisted Applicants having passed the PQ shall be invited lo submit Tenders in accordance vrilh conditions ol Tender Documents.

The Procuring Entity shall award the Contract :o tie Applicant whose Tender has been determined lobe the lowest price of the compliant and technically responsive tender providing also the tenderer meets the tender capacity constraint that may be set down in the tender document

The contract will be financed with the proceeds of a loan from the European Investment Bank (the Bankor Hie EIB)and a grant from the Western Balkans Investment Framework {WBIF}.

The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity thai is subject to financial sanctions imposed by the EU. either autonomously or pursuant to the financial sanctions decided by Ihe United Nations Security Council on the basis ol Article 41 of the UN Charter and EU sanctions giving effect loUN Security Council resolutions lhal impose sand ions.

Firms originating from all countries of the world are efig it le to tender. However, applicants shall not be in conflict of inieresicr have been declared Ineligible by the Bank

The applicable law is the law of BiH. The applicable procurement rules are Ihe ElBs Guide to Procurement (GlP) which ran be downloaded at: hltps/fwwweiOorgJaitachmeni^stjaleaies/auide lo procuremgni enpdfThe ElBAnti Fraud

12) li S :

)

Policy and EIB Exclusion Policy apply. AppSicants must complete and sign a covenant of integrity as part of their PQ Application Form Failure tosubmii a property completed and signed covenant may lead to rejection of an applicator other remedy under applicable EiB policies. The remedy mechanism is described in the application form. ii.2.5) Award criteria

Criteria below

Price

lr-2.6) Estimated value

Duration of the contract framework agreement or dynamic purchasing system Duration in months- 24 This contract is subjecl to renewal: no 11.2.10) Information about variants Variants will be accepted: no

:ri.:i

e financed by European Union funds: yes

112-11) Information about options

Options: no

H-2,13) Information about European Union funds

The procurement is related to a project and/or progra Identification of the project: Western Balkans Investment Framework II.2.Id) Additional information

--

i-1 III. Legal, economic, finar- .1 --i <:: Nptč 111,1) Conditions for participation

111.1.2) Economic and financial standing

List and brief description of selection criteria:

The PQ Application Form available from the Procuring Entity includes a comprehensive list ot financial & economic criteria which Applicants must fulfil to be considered for invitation lo bid. The criteria include the following:

Average Annual Turnover: Ihe Applicant shall have an average annual turnover as prime contractor over 1he last 3 (three) years (2019, 2020 and 2021) of not less than EURO 150 million equivalent

Financial Resources: The Applicant shall demonstrate lhat it has access Ic. or has available, liquid assets, unencumbered real assets., lines ol 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 EURO 3-7,5 million equivalent, taking inlo account the applicants commit men Is for other contracts.

Note: The full requirements for pre-qualification are expressed in the PQ Application Form and those shall prevail.

111.1.3) Technical and professional ability

List and brief description of selection criteria:

The PQ Application Form available from the Procuring Entily includes a comprehensive list of technical criteria: which Applicants must fulfil to be considered for invitation lo tender. The criteria include Ihe following The information for experience shall be provided for the period of 2017 to 2021 (inclusive). General Experience:

The Applicant shall demonstrate that it has successful experience as contractor (sole contractor, lead partner or partner in a JV) in the execution of;

(i) at least two (2) motorway or expressway projects (wilh a minimum value of EUR 120 million each) of a nature and complexity comparable to the proposed contract;

(ii) at least one (1) transport infrastructure project (with a minimum value of EUR 50 million) under FIDIC Yellow Book or other similar design and build conditions ol contract

Note: The full requirements for pre-qualificahon are expressed in the PQ Application Form and those shall prevail. Ill 2) Conditions related to the contract 111,2.2) Contract performance conditions:

10 days after issuance of the Letter of Acceptance, the selected Contractor shall provide the evidence that it has

applied for:

(1) License-Authorization for performing construction works on the territory of Federation Bosnia and Herzegovina and Authorization for performing site investigations for them or their subcontractor. This Authorization is issued by the Federal Ministry of Physical Planning and is in accordance with Article 3-8. of

Decree on construction site organization, mandatory construction documents and construction actors; Official Gaielte of the Federation of Bosnia and Herzegovina No, 25a/22, and 42/22,

(2) Licence

Authonzalion lo perform designing, i.e. shall be enlilies registered lo perform such services and licenced by the FB&H Ministry of Physical Planning [Pursuant to the Decree on construction site establishment, mandatory site documents and parties involved in construction (Official Gazette of Ihe Federation of B8H, No. 25a/22, and 42/22)).

Section IV: Procedure IV,1) Description

IV.1.1) Type of procedure

Restricted procedure

IV. 1.3) Information about a framework agreement or a dynamic purchasing system IV. 1.8) Information a boutthe Government Procurement Agreement (GPA)

The procurement is coveted by the Government Procurement Agreement; no IV. 2) Administrative information

IV. 2.2) Time limit for receipt of tenders or requests to participate Date: 10/10/2022 Local time: 10:00

IV. 2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date:06/03/2033

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

D uration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information VI. 1) Information about recurrence

This is a recurrent procurement: no VI.3) Additional information:

All costs related to participation in this procurement procedure shall be borne by applicants.

Any unsuccessful Applicant who is not satisfied wild the Clients debriefing has the rigtit to file a Complaint to the

Independent Complaints Committee at the address below.

Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaintstg>eib.orq. in case they should consider that certain clauses or provisions of this notice might firrtit international competition or introduce an unlair advantage to some candidates.

Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or lisks 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 8 of the ElBs Guide to Procurement Complaints are lobe submitted by mail or electronic mail toprocufernentcjmplaintsiSeib.org .

An/requests for darificalton of the PQ Application Form must be submitted in writing 14 days prior to Ihe deadline lor submission of applications, stating the title and reference number of the lender procedure. Joint Venture members will have joint and several liability towards the Employer concerning panicipation in the lender procedure and any contract awarded as a result of it.

The contract shall be implemented under the FIDIC Conditions of Contract for Building and Engineering Works

Designed by the Contractor: The Plant and Design-Build. First Edition 1999. VI.4) Procedures for review VI .4.1) Review body

Official name: Independent Complaints Committee appointed by federal Ministry ol Transport and Communications

Postal address: Brace Fejica bb

Town: Mostar

Postal code: 71 0D0

Country: Bosnia and Herzegovina

DOKUMENTACIJA: