Početna stranica

tel. + 381 11 2833-829

Predmet tendera:

Izgradnja autoputa na koridoru vc, odeljeni tunel Kvanj-Buna

Partije (lotovi):

IZGRADNJA AUTOPUTA NA KORIDORU Vc, ODELJENI TUNEL KVANJ-BUNA

Mesto:BiH (Federacija BiH), Mostar
Datum objave:30.12.2019
Rok:24.02.2020 - (rok je istekao) - Pogledajte slične aktuelne nabavke
Oblast:

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

Naručilac:JP AUTOCESTE FBIH
Tekst javne nabavke - tendera:JP Autoceste FBiH

INVITATION FOR TENDERS

BOSNIA AND HERZEGOVINA

CONSTRUCTION OF MOTORWAY ON CORRIDOR Vc, SECTION TUNNEL KVANJ-BUNA

IZGRADNJA AUTOPUTA NA KORIDORU Vc, ODELJENI TUNEL KVANJ-BUNA

No: JPAC 1133-B110-19

This Invitation for Tenders is published on the OJEU-TED. JP Autoceste FBiH websites and BiH Daily Press.

Bosnia and Herzegovina lias signed a loan agreement with the European Investment Bank - EŠ (Itereinafler referred as the Bank) to finance the constniction of priority sections of the motorway on the route of Pan European Corridor Vc through Bosnia and Herzegovina. The Federation of Bosnia and Herzegovina (hereinafter referred as the Beneficial)) intends to apply the proceeds of this ban toward the cost of civil works and consulting services, to be procured for die section Tunnel Kvanj-Buna. The section may be in pan financed bv the possible Western Balkans Investment Framework (WBIF) grant.

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar (hereinafter referred as the Employer) now invites scaled tenders from contractors for tltc following contract to be funded from pan of the loan proceeds:

Contract JPAC 1I33-B1HM9: Tunnel Kvanj-Buna in total length of 5.25 km will be financed from the loan agreement signed ith European Investment Bank (EiB) loan and possible WBIF grant.

Finns originating from all countries of ilie 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, the Tenderers Price Tender will be opened.

Alternative Tenders shall not be pcrmiiicd.

The Employer shall award lite Contract to the Tenderer whose Tender has been detennined to be the lowest evaluated Tender and is substantially responsive to the Tender Document, provided further tliat the Tenderer is detennined to be qualified to perform [lie Contract satisfactorily.

Brief description

The Tunnel Kvanj - Buna section starts at km 9+125 at the entrance portal of Tunnel Kvanj. continue w it Inn iltc iaduct Rotimski potok. leads through slope of Gubavice and ends at km 14+380 in the area of Slanojeviei. Tunel Kvanj is a twin tube tunnel. Right tunnel tube, length 2.645m. begin on chainage km 9+732 and lefl tunnel tube, length 2.720m. begin on chainagc 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 Uic right axis of tire motorway Both viaducts arc designed as continuous prestresscd concrete slnicture w ith spans 88+134+88=31Om for the left and 98+134+98=330m for the right viaduct. On this section there is overpass Rujeviec at chainage 14+197 and allows communication between neighbouring settlements. The overpass structure is designed as Shallow arch with total span of 44 m and rise of 6.5m. As pan of the project, constniction 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, with temporary toll station of the main road Ml 7.3 in the Hodbina village, with tlx: motorway section Tunnel Kvanj - Buna

Also, regional road Buna - Domanovići will be reconslnicted under this project. There was made Main Design of reconslmction and modenii/ation. Total length of road is 14.5 km. This road starts from comtection with main road M17.3 Buna - Masline and finishes at connection with main road M6 Tasovčići - Masline. Alignment of regional road Buna - Domanovići coimects Uirec main ro;ids (MI 7.3. M6 and M17 Mostar - Čapljina) and crosses the corridor Vc motorway alignment at tlie area of settlements Pijevci - Brvolje Brdo (moorway subsection Buna - Počitelj and subsection Počitclj -Zvirovići) and passes through settlements Buna, Gubavica. Pijesci. Bivoljc Brdo and Domanovići. Mam coimcclions arc characteristic for tltcsc settlements.

Tlie FIDIC Conditions of Contract for Plant and Design-Build; for Electrical and Mechanical Plant, and for Building and Engineering Work, designed by the Contractor. First Edition 1999 will be used for tlie design and civil works contract.

Time for completion is 36 months.

Qualification Criteria

To be qualified for the award of a contract. Tenderers must satisfy tlie following minimum criteria given below:

A) Historical non-performance

A consistent history of historical non-pcrfonnancc and/or litigation awards against the Tenderer or any partner of a Joint Venture Contract Agreement (JVCA) may result in rejection of the lender Moreover, if an applicant is fonnallv debarred from contracting activities by tlie law or official regulation of tlie Employers country or by the Bank, and tlie Employer may not enter into a contract with such applicant; the Employer may reject the application.

B) Historical financial itcrformance

The audited balance sheets for tltc last 5 (five) years Shall be submitted and must demonstrate the soundness of the Tenderers financial position showing long-term profitability. Wlterc necessary, the Employer will make inquiries with the Tenderers bankers.

C) Average Annual Turnover

The Tenderer sliall Irnvc an average annual turnover as prime contractor (defined as billing for works in progress and completed) over tltc last 5 (five) years of not less titan EUR 59 million equivalent.

D) Financial Position

Tltc Tenderer sliall complete Financial Information provided in Section IV. Tender Forms, and demonstrate mat it has access to, or has available liquid assets, unencumbered real assets, liitcs of crediL and otltcr financial means sufficient to meet the construction cash How for the contract for a period of 4 (four) months, estimated as not less titan EUR II million equivalent, taking into account lite Tenderers commitments for otltcr contracts.

E) Experience

The Tenderer shall meet tltc follow ing minimum criteria:

Construction Experience

(a) Successful experience ;is 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 tic proposed contract (conslnicuon of full profile motonvav/expressway) within tltc List 5 years. Tltc value of each contract sltould itot be less than EUR 59 million.

In case thitl Tenderer demonstrates a successful cxpcricitcc in a role of subcontractor, tlie total value of that subcontract sltould not be less than EUR 59 million. In case of the multiple subcontracts (or contracts) on the same project Ilie different (subcontracts will be treated cumulatively as a whole.

The similarity shall be based on the physical si/e. complexity, methods/technology or other cliaractcristics as described in Section VI. Requirements. Employers Requirements.

(b) At least one of tic above required projects must include motonvav twin tube tunnel in minimum length of 164)0 m. or road tunici single tube in minimum length 3200m. In case these projects do not include required tunici, for tic successful demonstration of i his, specific constniction experience, tenderers can present another project regardless of its contract value, which includes a motonvav twin lube tunnel in minimum length of 1600 m. or road lunicl single tube in minimum length 3200m.

Note: Tcnn within the last 5 years means tliat projects that have been completed in the period starting front the beginning of 2014 will be also taken into consideration.

Moreover. lite Tenderer sliall demonstrate his capability to execute the following constniction works (key activities), within one year in tlie last 5 (five) years:

1. Earth works.................................................................................................380.000 mVin one year

2. Concrete w oiks.........................................................................................34.000 mVin one year

3. Asphalt works.............................................................................................55.000 t/in one year

4. Bridge construction works.........................................................................2.800 mVin one year

Design Experience

The Tenderer sliall include in his Tender a dcsigicr who sliall meet the follow ing minimum criteria:

(a) The dcsigicr sliall have an average annual turnover (defined as annual earnings, expressed in its equivalent ofaatfucdairrcicy)ovcrthelast5(fi^

(b) successful cxpcricitcc as a designer (prime contractor, lead partner or partner in joint venture) with ilie satisfactory execution and Clients approval of at least 2 (two) projects of a nature and complexity comparable to tic proposed contract

For assessment purposes, lie referred contracts sliall include Main design of full profile motorway, including design of bridgc/v iaduct and tunnel within tlie last 5 (five) years with minimum value of provided services in amount of Euro 1.2 million per contract

At least one contract lias to include design of motonvav tunnel with minimum length of 1600 m.

Tlie Tenderer sliall demonstrate that it tuts suitably qualified and experience highways and buildings design staff, knowledgeable of the standards described within die Tender Document

Tltc Tenderer may satisfy criteria for designer by himself or engage the subcontractor. In order to meet the minimum criteria related to design experience, one Tenderer can nominate more than one design subcontractor but all subcontractors have to be associated.

F) Personnel

The Tenderer shall provide suitably qualified personnel to fill tic following positions. For each position lie Tenderer will supply information on a first-choice candidate and an alternate, each of whom should meet the experience requirements specified below:

No. / Position / Total Work Experience (years) / In Similar Works Experience (years)

1. / Project manager / 15 / 10

2. / Site manager / 13 / 10

3. / Quality Assurance manager / 13 / 10

4. / Bridge manager / 13 / 10

5. / Earthworks manager / 10 / 7

6. / Electrical manager / 10 / 7

7. / Occupational health and safety manager / 10 / 7

8. / Environmental specialist / 7 / 5

9. / Responsible designer for tunnel / 10 / 5

10. / Responsible designer for bridge/viaduct / 10 / 5

G) Equipment

The Tenderer shall own. or have assured access to (through hire. lease, purchase agreement, availability of tššGaspšgc* equipment, or other means). Ute following key items of equipment in full working order, and must demonstrate tliat. based on known commitments. iIky w ill be available for use in tlie proposed contract. The Teitderer may also list alternative equipment, which lie would propose to use for the contract, together with an explanation of the proposal.

Equipment type and characteristics / Age / Minimum number required

Hot asphalt mixing plant; Minimum capacity: 100 t/h. less than 50km distance from the Site / less than 10 years old / 1 piece

Hot asphalt mixing plant Minimum capacity: 60 ton/h. less than 50km distance from the Site / less than 10 years old / 1 piece

Tracked asphalt paver, Blade width: 8.20 m; Laying capacity more than 500 t/h / less than 7 years old / 2 pieces

Concrete batching plant: Minimum capacitv: 100 mVh On the Sile / less than 7 years old / 1 piece

Hydraulic drilling jumbo Power min 150 kW / less than 10 years old / 2 pieces

Tunnel (backhoe) excavator with bucket and hydraulic hammer / less than 10 years old / 4 pieces

Tunnel sholcrete equipment / less Hum 10 years old / 4 pieces

Equipment for rockbolt drilling, installation and grouting / less than 10 years old / 2 pieces

Self-moving platform for steel mesh installation / less than 10 years old / 3 pieces

Axial flow fan 0 min 1600 mm / less Hum 10 years old / 2 set

Tunnel fonmvork. hydraulic / less than 7 years old / 2 pieces

Cantilever formwork for concrete bridge / less titan 7 years old / 2 pair

Articulated truck: Minimum loading capacity > 18*1 / less than 7 years old / 15 pieces

Motor grader Power rating: more Own 120 kW / less than 7 years old / 4 pieces

Wheel loader. Power rating: more than 180 kW / less titan 7 years old / 6 pieces

Tower crane; Minimum length of (he hand: 40 m Minimum bearing capacity: 1.5 t / less than 10 years old / 2 pieces

Bored piling machine: F 1500 mm / less than 7 years old / 2 pieces

Backhoe excavator w ith hydraulic hammer; Power rating: more than 100 kW / less than 1 years old / 12 pieces

Laboratory equipment for earth, asphalt and concrete works. / / 1 set

*A11 required items of the equipment iteed to be available at the construction stage H) Current Obligations and Pending Awards

The Tenderer shall have the above-mentioned resources free of ongoing obligations andor pending contract awards.

Tlte Tenderer shall provide information on the on-going contractual obligations and pending contract awards.

Tlte Employer may reject tlte application if tie level of tlie conlinncd commitments to be aimed out in parallel with die Contract exceeds tlte applicants annual turnover for die previous year by a factor of 1.2.

Specific Requirements with regard to JVCA

JVCA must satisfy the following minimum qualification requirements:

a. The JVCA must satisfy collectively all the above-mentioned qualification criteria, for which purpose tlte relevant figures for each of the partners shall be added to arrive at tlie JVCAs total capacity.

b. Tlie lead partner shall meet not less titan 60% (percent) of the qualifying criteria for Average Annual Turnover and Financial Resources as specified above, which means:

1. The lead partner shall have an average annual turnover as contractor (defined as billing for works in progress and completed) over dtc last 5 (five) years of not less titan EUR 35.4 million equivalent.

2. The lead partner slial! complete Financial infonnation. provided in Section IV. Tender Forms, and demonstrate that it lias access to. or lias available, liquid asseis. unencumbered real assets. Inks of credit, and other financial means sufficient to meet the construction cash How for die contract for a period of 4 (four) months, estimated as not less man EUR 6.6 million equivalent, taking into account tlte tenderers commitments for otlter contracts.

c. The other partners shall meet not less man 30% (percent) of all tlte qualifying criteria for Average Annual Turnover attd Financial Resources as specified above, which means:

I Tlie other partners shall have an average annual turnover as contractor (defined as billing for works in progress and completed) over tlie last 5 (five) years of not less man EUR 17.7 million equivalent.

2. The other partners shall complete Financial Infonnation. provided in Section IV. Tender Forms, and demonstrate tlial it has access to. or lias available, liquid assets, unencumbered real asseis. lines of credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 4 (four) months, estimated as not less than EUR 3.3 million equivalent, taking into account the tenderers commitments for other contracts.

All partners of the JVCA shall demonstrate that they collectively satisfy the average annual turnover and financial resources qualifying criteria in its entirety.

Specific Requirements with regard to JVCA- Design Experience

The Tenderer may satisfy criteria for designer by himself or engage the subcontractor. In order to meet the minimum criteria related to design experience, one Tenderer can nominate more than one design subcontractor but all subcontractors have to be associated. In case tlial two or more designer firms create a JVCA. the lead partner shall meet not less titan 60 % of the qualifying criterion for designers average annual turnover, i.e. Euro 1.2 million equivalent. Each other partner shall meet not less than 30 % of the qualifying criterion for designers average annual turnover, i.e. Euro 0.6 million equivalent. AH partners of the JVCA shall demonstrate that they collectively satisfy the average annual turnover qualifying criteria in its entirety. All partners combined have to demonstrate the successful experience in execution of contracts of required minimum value of Euro 1.2 million per contract.

In addition. Responsible Designer for tunnel, in meaning of Decree on construction site organization, mandatory construction documents and construction actors: Official Gazette of the Federation of Bosnia and Herzegovina No. 48/09. and 75/09. shall be person fromany member of designers JVCA. appointed by Lead designer which has experience as responsible designer of Main design of tunnel in length not less than 1600 m.

Also. Responsible Designer for viaduct, in meaning of mentioned Decree, shall be person from any member of designers JVCA. appointed by Lead designer which has experience as responsible designer of Main design of bridge/viaduct in length not less than 300 m.

Please note, if more legal entities participate in the preparation of main (detailed) design, lo lake into account Clause 93. of Decree on type and content, labelling and keeping, control and validation of the investment-technical documentation (..Official gazette of the Federation of BiH. No: 33/10 and 99/14).

Tender documents may be obtained from tlte address below upon payment of a non-refundable fee of ELR 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 (e) 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 tlte non-refundable fee. if requested, the documents will promptly be dispatched by courier. However, no liability can be accepted for their loss or kite delivery. In addition, if requested, tlie 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, tlie liard copy shall prevail.

All Tenders must be accompanied by one. single tender security of EUR 2.000.000.00.

After publication of the award, unsuccessful tenderers may request in writing to tlte Employer for a debriefing seeking explanations on the grounds on which their tenders were not selected. The Employer shall promptly respond in writing to any unsuccessful tenderer who. after publication of contract award, requests a debriefing. Any tenderer who is not satisfied with the Employers debriefing has tlie right to file a Complaint to the Independent Complaints Committee at the following address:

Federal Ministry of Transport and Communications Address: Braće Fejiča bb. 88000 Mostar. Bosnia and Herzegovina Facsimile: +387 36 55 00 24

Tenders must be delivered to tlie office at tlie address below on or before 24lth February- 2020. 13:00 hrs (local lime), at which time tlicy will be opened in the presence of diosc tenderers representatives w ho choose to attend.

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar Hamdijc Krcscvljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina

Prospective tenderers may obtain further infonnation from, and inspect and acquire the lender documents at the following office:

Contact Persons: Ms. Lejla Hodžić and Ms. Jasmina Olovčić

Public company Motorways of the Federation of Bosnia and Herzegov ina Ltd. Mostar Hamdijc Kreševljakov ića 19.71000 Sarajevo. Bosnia and Herzegovina Tel: +387 33 277 922: +387 33 277 966 Fax: +387 33 277 901 E-mail: Email: h.lejla@jpautoceste.ba and o.jasmina@jpautoceste.ba

DOKUMENTACIJA: