Predmet tendera: | Preliminary and Main Design for the motorway subsection Tunnel Kvanj-Buna | |
Partije (lotovi): | Idejni i glavni projekat za poddionicu autoputa Tunel Kvanj-Buna | |
Mesto: | BiH (Federacija BiH), Sarajevo | |
Datum objave: | 01.12.2022 | |
Rok: | 27.01.2023 - (rok je istekao) - Pogledajte slične aktuelne nabavke | |
Oblast: | Projektovanje. Arhitektura. Urbanizam. Niskogradnja. Asfaltiranje. Gradnja puteva. prugra. igralista. sportskih terena. | |
Naručilac: | PC MOTORWAYS OF THE FEDERATION OF BOSNIA AND HERZEGOVINA LTD MOSTAR | |
Tekst javne nabavke - tendera: | 30/11/2022 S231 Bosnia and Herzegovina-Sarajevo: Public road transport services 2022/S 231-667163 Contract notice Services Legal Basis: This contract will be financed by European Investment Bank and is subject to the EIBs Guide to Procurement Section I: Contracting authority I.1) Name and addresses Official name: PC MOTORWAYS OF THE FEDERATION OF BOSNIA AND HERZEGOVINA LTD Mostar Postal address: Hamdije Kreševljakovića 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 Internet address(es): Main address: https://www.jpautoceste.ba I.3) Communication Access to the procurement documents is restricted. Further information can be obtained at: https://www.jpautoceste.ba/ Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Road Management Section II: Object II.1) Scope of the procurement II.1.1) Title: Preliminary and Main Design for the motorway subsection Tunnel Kvanj-Buna Idejni i glavni projekat za poddionicu autoputa Tunel Kvanj-Buna Reference number: EIB-GtP/MOB 20150773-07 II.1.2) Main CPV code 60112000 Public road transport services II.1.3) Type of contract Services II.1.4) Short description: The selected Consultant is expected to provide the following services: Consultancy services for Development of Preliminary and Main Design with investigation works and review of the Design Documentation for the subsection Tunnel Kvanj-Buna II.1.5) Estimated total value Value excluding VAT: 2 000 000.00 EUR II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.3) Place of performance NUTS code: BA Bosnia And Herzegovina Main site or place of performance: Bosnia and Herzegovina. The main site will be Mostar at the construction site Tunnel Kvanj - Buna.The Services will be provided to the Employer. II.2.4) Description of the procurement: A Consultant will be selected in accordance with the EIB Guide to Procurement, September 2018: https://www.eib.org/en/publications/guide-to-procurement The Services are expected to be financed through a loan agreement with European Investment Bank. A Consultant shall be selected through an open competitive procedure, with bidders required to submit their proposals in two envelopes as further described in the Request for Proposals available from the Procuring Entity.A Consultant shall be selected on the basis of the most economically advantageous tender, subject also to being qualified. The Procuring Entity, PC Motorways of Federation of Bosnia and Herzegovina Ltd. Mostar (JPAC), now invites all consultants (individuals and firms, including JVCAs and their individual members) from all countries interestedto offer consulting services for Bank-financed projects, unless otherwise provided in the RfP. Interested consultants must provide information indicating that they are qualified to perform the Service. Consultants shall contact the JPAC to obtain a copy of the Request for Proposal (RfP) template that must be used to submit proposals.Only proposals using the correct template will be accepted. The RFP includes the terms of reference which fully describes the services to be rendered under the contract. Prospective consultants are allowed to ask clarifications up 15 days prior the deadline for submission by sending an email to the relevant address above. JPAC’s evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, sub-criteria, and point system specified in the RfP. In addition, Technical Proposals shall demonstrate the bidder’s compliance with the professional, financial and technical qualifying criteria set down in the RFP, and as summarised below. Corporate services are required. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.In the event that a natural or legal entity submits or forms part of more than one proposal, all proposals in which that entity has participated will be excluded. II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 06/03/2023 End: 06/09/2023 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information Section III: Legal, economic, financial and technical information III.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 Client is seeking for a skilful and experienced Consultancy firm/JVCA who will be able to exercise the role of the Designer and capable to ensure successful Assignment delivery and completion. A consulting firm engaged for this assignment and is expected to procure the services of a multidisciplinary team of both international and local experts as appropriate. The Consultant is expected to have relevant expertise and experience from similar assignments involving design services in the transport sector (motorway design). The Consultants shall provide a trade licence or professional registers in their Country of Establishment. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. III.1.2) Economic and financial standing List and brief description of selection criteria: List and brief description of selection criteria: The Consultants shall simultaneously comply with the following minimum criteria: a)The audited financial statement and balance sheets for the past five (5) years (2017, 2018, 2019, 2020 and 2021) must demonstrate the soundness of the consultant’s financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the disqualification of the Consultant. b)The Consultant shall have Minimum average annual turnover 4 million EUR (four million EUR) equivalent for the past 5 years (from 2017 until 2021). The above selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture (JV), the JV shall collectively meet set criteria. Individual partners must each satisfy the requirements for soundness of financial position. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. The financial qualifying criteria are further specified in the RFP and those shall prevail. III.1.3) Technical and professional ability List and brief description of selection criteria: List and brief description of selection criteria: Candidates must meet the following criteria: i.The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of proposals, at least two (2) major contracts for the preparation of Preliminary and Main Design of a motorway section 5 km long or more, which includes design of two separate carriageways with at least two traffic lanes with separate drainage systems for clean and polluted water/fluids. The value of the project shall be at least EUR 1.6 million. ii.The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of proposals, at least two (2) Main Designs of two-hundred-meter motorway bridges (200 m or longer) iii.The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of applications Main Design of five-hundred-meter motorway two-tubes tunnel (500 m). Design of the motorway tunnel shall be in accordance to EU standards. Criteria i, ii and iii can be fulfilled by two or more separate contracts. The Joint venture or Consortium must satisfy collectively all set criteria. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. III.2) Conditions related to the contract III.2.2) Contract performance conditions: The selected Consultant shall be required to perform the Services 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 EIB’s Guide to Procurement. The winning bidder shall be required to fulfil certain obligations in terms of local licenses, at the firm and individual levels, as it is specified in the Request for Proposals.This requirement will be required from the winning tenderer only; it is not a condition of participation in the competition. Environmental and Social Covenant to be signed and submitted as part 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 the 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.1.8) 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: 27/01/2023 Local time: 10:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 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: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 27/01/2023 Local time: 10:30 Place: JP Autoceste Federacije BiH d.o.o. Mostar - Ured u Sarajevu Hamdije Kreševljakovića 19 71 000 Sarajevo Bosnia and Herzegovina Information about authorised persons and opening procedure: JP Autoceste Federacije BiH d.o.o. Mostar - Ured u Sarajevu Procurement Department: n/r Mrs. Jasmina Olovčić Hamdije Kreševljakovića 19, 71 000 Sarajevo Bosnia and Herzegovina Tel: + 381 33 277 921 E-mail: o.jasmina@jpautoceste.ba 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 references and use the information so obtained for evaluation purposes. All costs related to participation in this procurement procedure shall be borne by applicants. Pursuant to its Sanctions Policy, the EIB 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 article 41 of the UN Charter. The attention of candidates is drawn to the EIB Anti-Fraud Policy, EIB Exclusion Policy and EIBs definition of prohibited conduct. Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@eib.org, in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some candidates. The complaint procedures are specified in the RFP and shall include request for debriefing, followed, as necessary, by formal complaint to the Review Body stated below. Furthermore, any party having or having had an interest 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 Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org. VI.4) Procedures for review VI.4.1) Review body Official name: Federal Ministry of Transport and Communications Postal address: Adema Buća bb Town: Mostar Postal code: 88 000 Country: Bosnia and Herzegovina VI.5) Date of dispatch of this notice: 25/11/2022 | |
DOKUMENTACIJA: |