Predmet tendera: | Izgradnja auto-puta na koridoru VC, deonica tunela Kvanj-Buna | |
Partije (lotovi): | IZGRADNJA AUTO-PUTA NA KORIDORU Vc, DEONICA TUNELA KVANJ-BUNA | |
Mesto: | BiH (Federacija BiH), Sarajevo | |
Datum objave: | 17.01.2024 | |
Rok: | 02.04.2024 - (rok je istekao) - Pogledajte slične aktuelne nabavke | |
Oblast: | Niskogradnja. Asfaltiranje. Gradnja puteva. prugra. igralista. sportskih terena. | |
Naručilac: | JP AUTOCESTE FBIH | |
Tekst javne nabavke - tendera: | Company Motorways of the Federation of Bosnia and Herzegovina LJd. Mostar JP Autoceste FBiH Sjedište u Mostaru: Ul. Adema Buća 20, 88000 Mostar, Tel.: +387 36 512 300, Fax: +387 36 512 301 Ured u Sarajevu: Ul. Hamdije Kreševljakovića 19, 71000 Sarajevo, Tel.: +387 33 277 900, Fax: +387 33 277 901 e-mail: info@jpautoceste.ba https://www.jpautoceste.ba Invitation for Tenders BOSNIA AND HERZEGOVINA CONSTRUCTION OF MOTORWAY ON CORRIDOR Vc, SECTION TUNNEL KVANJ-BUNA JPAC 1577-B-160-24 IZGRADNJA AUTO-PUTA NA KORIDORU Vc, DEONICA TUNELA KVANJ-BUNA This Invitation for Tenders follows the Invitation for Tenders for this project which was published on the OJEU and JP Autoceste FBiH websites and B&H Daily Press on 17th January 2024. Bosnia and Herzegovina (the Borrower) has signed loan agreement with European Investment Bank (hereinafter referred to as EIB or 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 (the Beneficiary) intends to apply the proceeds of the loan toward the cost of civil works and consulting services, to be procured for the section of motorway from Tunnel Kvanj to Buna. Javno preduzeće Autoceste Federacije Bosne i Hercegovine društvo sa ograničenom odgovornošću Mostar (hereinafter referred to as the Employer or JP Autoceste FBiH or Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar), on behalf of the Government of Federation of Bosnia and Herzegovina (hereinafter referred to as the Beneficiary), intends to apply the proceeds of the loan from EIB, toward the cost of Construction of motorway on Corridor Vc, Section Tunnel Kvanj-Buna (the Project). The Employer now invites sealed tenders from contractors for the following Contract to be financed from part of the proceeds of the loan: Contract No. JPAC 1577-B-160-24: Construction of motorway on Corridor Vc, Section Tunnel Kvanj-Buna in total length of 5,2 km will be financed by the loan signed with EIB. T he contract shall also be financed in part by the Western Balkans Investment Framework (WBIF). Brief project description The pan-European route Budapest-Osijek-Sarajevo-Ploče, defined as Corridor Vc, has received the status of a priority infrastructure project in Bosnia and Herzegovina. Intensive strategic researches in the field of transport and transport infrastructure carried out in recent years, through EU programs (Phare, TIRS, REBIS, etc.), confirmed these commitments, so the preparations for construction of the motorway on Corridor Vc through BH have started. Support for the construction of the motorway on Corridor Vc was also obtained from representatives of the European Commission and international financial institutions (World Bank, EBRD and EIB) at a meeting held on 15th March 2007 in Brussels. The motorway on Corridor Vc passes through Bosnia and Herzegovina in length of approx. 335 km and is divided into four major lots: Lot 1: Svilaj on The Sava River (connection to Corridor X) - Doboj South; Lot 2: Doboj South - Sarajevo South (Tarčin); Lot 3: Sarajevo South (Tarčin) - Mostar North; Lot 4: Mostar North - Bijača on the southern border with Croatia. Subsection Tunnel Kvanj - Buna is part of the Trans European Corridor Vc. The subsection is located near settlement Buna in municipality Mostar. Settlement Buna is located 10 km south of Mostar. Approach to the site is possible from a trunk roads, such as road M17 and M6, as well as from other local and unclassified roads. The core of road network in this area is the main road M17, Jablanica - Mostar - border crossing Doljani (Metković), which is also the traffic carrier of Corridor Vc in its present state. 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. In accordance with Tender Design, right tunnel tube, length 2.645m, begins on chainage km 9+732 and left tunnel tube, length 2.720m, 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 forseen as continuous prestressed concrete structure with spans 88+134+88=310m for the left and 98+134+98=330m for the right viaduct. On this section there is overpass Rujevice at chainage 14+197 and allows communication between neighboring settlements. The overpass structure is designed as shallow arch with total span of 44 m and rise of 6,5m. As part of the project, construction of the connecting road is foreseen. It is designed as two - way traffic road, length 1.414 meter. This road will be used as a connection of the main road M17.3 in the Hodbina village, with the motorway section Tunnel Kvanj - Buna. This contract consists of the design and construction of a new approx. 5,25 km long motorway section including major structures listed below: Tunnel Kvanj, Viaduct Rotimski potok. Overpass Rujevice Scope and duration of the project The Contractor is required to design and construct the permanent works (including all and any temporary works). The permanent works (and any associated temporary works] shall comprise Motorway and Buildings, as described below: Design and Construction of motorway with separate carriageways with two lanes and one stopping lane, twin-tube motorway tunnel, with two (2) lanes in each tube (separated tunnel tubes with pedestrian and vehicular cross connections) which may include some, or all of the following: Earthworks Road Pavement Tunnelling works Piling works Geotechnical works Drainage Culverts Water-protection works Provision of Motorway communications, emergency telephones etc. Lighting Fencing Lining, signing, variable message signs Electrical Works Mechanical works Environmental Works Length of the section is 5,2 km. Construction period is 30 months. Tendering for contracts to be financed with the above proceeds is open to firms from any country. Conditions for participation Economic and financial standing The Tenderers must meet the following criteria: Historical Financial Performance a) Submission of audited balance sheets, or if not required by the law of the applicants country, other financial statements acceptable to the Client b) The Tenderer must not: - be in bankruptcy, - be in insolvency or in liquidation proceedings, - have the assets administered by a liquidator or by the court of law or - have the commercial activity suspended or in any other similar situation which results from a similar procedure according to the laws and national regulations c) Tenderers shall demonstrate that they have no tax and assimilated legal contributions obligations (pensions, health fund, insurances, and other similar mandatory obligation) in the country where their business is registered or in case they are also having registered offices in the Employers country, that they are also meeting the tax obligations and assimilated legal contributions obligations in the Employers country. In case these obligations are re-structured by the tax authority (agreed to be paid in instalments) the Tenderer should submit the proof of such agreement with the tax authority Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined. Average Annual Turnover Minimum average annual turnover as prime contractor over the last 3 (three) years (2020, 2021 and 2022) of not less than EUR 120 million equivalent. Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined with minimum 50% of the requirement by Lead partner, and minimum 25% of the requirement by each other partner. Financial Resources A 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: (i) the overall cash flow requirements for this contract taking into account its current commitments and pending awards for the entire duration of the contract; and (ii) the estimated cash-flow requirements for 4 (four) months: EUR 20 million equivalent Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined with minimum 50% of the requirement by Lead partner, and minimum 25% of the requirement by each other partner. Technical and professional ability The Tenderers must meet the following criteria: General experience The Participant shall demonstrate that it has successful experience as contractor (sole contractor, lead partner or partner in a JV) in the execution of: (a) at least two (2) motorway or expressway projects (with a minimum value of EUR 120 million each) (ii) at least one (1) of proposed project shall be executed under FIDIC conditions of contract or similar* To be considered successfully and/or substantially completed (equal or more than 95% of original contract), the Tenderer shall demonstrate that for the contract cited as experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference). Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined. Specific Experience For the above, or other contracts, experience as a main contractor (sole contractor or lead partner in JVCA) in the execution at least 1 (one) contract for construction of full profile motorway or expressway containing a twin tube tunnel in length more than 2000m (two thousand). The tunnel shall be designed and executed in accordance with EU directive 2004/54/EC on minimum safety requirements for tunnels in the trans-European road network. To be considered successful completed, the Tenderer shall demonstrate that for the contract cited as experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference). Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined. Specific Experience - Design - Experience as a designer (in the role of sole designer or lead partner in a JVCA), in the execution at least 2 (two) contracts in main design of motorway/expressway, that have been successfully completed. - For the above contracts, experience in execution the following specific activities and works: At least 1 (one) of the above required contracts shall include main design, based on EU legislative, of full profile motorway/expressway which include twin - tube tunnel in length more than 2000 m and bridge/viaduct in length more than 300m. Main design of tunnel shall be in line with EU directive 2004/54/EC on minimum safety requirements for tunnels in the trans-European road network. Note: Criteria under 4.3.2. Specific Experience-Design can be met through a sub-contractor. Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined. Full set of prescribed criteria and requirements are available in the tender documents. Tender documents may be obtained from the address below upon payment of a non-refundable fee of EUR 200.00 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 a tender security of Euro 3.000.000,00. Tenders must be delivered to the office at the address below on or before 2nd April 2024 at 10:00 hrs (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 Person: Mr. Nemanja Kulina Public Company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Hercegovina Tel: +387 33 277 971; Fax: +387 33 277 901 Email: k.nemanja@jpautoceste.ba Date: 17th January 2024 https://www.jpautoceste.ba/wp-content/uploads/2021/02/Tunnel-Kvanj-Buna.pdf | |
DOKUMENTACIJA: |