. Assignment name: Supervision of Design and Construction Works for Construction of Motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, Section Bridge Rudanka (including the Bridge) — tunnel Putnikovo Brdo 2 — (‘The Assignment’) Procurement ref: 9565-EOI-50603 Business sector: Transport Project number: 50603 Funding source: EBRD Type of contract: Consultancy services Type of notice: Invitation for expressions of interest Issue date: 13.1.2020 Closing date: 13.2.2020 Clarifications: Any updates of and clarifications on this procurement notice shall be announced as updates on this notice, without any other notification. Consultants are required to periodically check the notice for updates. Failure to take the updates into account while preparing the expression of interest may result in disqualification or penalties to the scores in the evaluation. 1. The State Bosnia and Herzegovina has received financing from the European Bank for Reconstruction and Development (the ‘Bank’) in the form of a loan toward the cost of construction of motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, section Bridge Rudanka (including the Bridge) — tunnel Putnikovo Brdo 2. The Republic of Srpska (the ‘Beneficiary’) and Republic of Srpska Motorways (the ‘Client’), intends to apply a portion of the proceeds of this loan to eligible payments under the contract for which this invitation to submit expressions of interest is issued. 2. The Client now invites expressions of interest (‘EoIs’) to provide the consulting services described in this notice and (hereinafter called the ‘Services’): Following this invitation for expressions of interest, a shortlist of qualified firms will be formally established on the basis of the shortlisting criteria set out in this procurement notice. Only the shortlisted consultants will be invited to submit proposals. 3. A shortlist of qualified firms will be established under QBS procedures in accordance with the policies of the European Bank for Reconstruction and Development detailed in the EBRD Procurement Policies and Rules (‘PP&R’) and the Guidelines for Clients managing donor or loan funded consultancy assignments (‘Guidelines’) which can be found at the following website: www.ebrd.com this procurement notice and the instructions to consultants: https://drive.google.com/file/d/12dP_n0PaKMGIMLSdCODVpxl6yycH1fD/view?usp=sharing 4. Executing Agency (Client): Public company ‘Republic of Srpska Motorways’ Ltd. Vase Pelagica st 10 The Client contact person: Mr. Davor Vuckovic Public Company ‘Republic of Srpska Motorways’ Ltd. Vase Pelagica st 10 dvuckovic@autoputevirs.com info@autoputevirs.com 00387 51233670 All communications and all expressions of interest shall be sent by email to the contact person(s) above. 5. Project Description: The Client has requested the European Bank for Reconstruction and Development (the ‘EBRD’ or the ‘Bank’) to provide funding to finance construction of motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, section Bridge Rudanka (including the Bridge) — tunnel Putnikovo Brdo 2 (the ‘Project’). 6. Assignment Description: The Client now intends to establish a shortlist of qualified and competent consultants, with a view to inviting proposals from the shortlisted consultants, in relation to the Assignment. The expected outcome of the Assignment is engaging consultants to assist in works supervision for the design and construction of 5,6 km of new motorway including all related local roads and following major structures: — dual tube tunnel ‘Putnikovo Brdo 1’ in total length of 1,6 km, — dual tube tunnel ‘Putnikovo Brdo 2’ in total length of 700 m (This section includes the last 150 metres of the tunnel that are located within the FbiH plus cca 200 m after the tunnel), — bridge ‘Rudanka’ over river Bosna, — viaduct ‘Putnikovo Brdo’. The main objective of the Assignment shall be to perform the duties and assume the authority of ‘the Engineer’ in accordance with the contract conditions which will be based upon the ‘Conditions of Contract for Plant and Design — Build’ (FIDIC, Yellow Book), First Edition 1999, published by the Fédération Internationale des Ingénieurs — Conseils (FIDIC) and, in respect of contract administration procedures, ensure compliance with EBRD Procurement Rules and Policies (November 2017). The consultant shall act in the role of the engineer and its outputs shall have to comply with current local laws and regulations concerning the design, construction, supervision, construction works quality control and environmental protection (Spatial Planning and Construction Law of the Republic of Srpska, Guidelines for Road Designing, Construction, Maintenance and Supervision, Environmental Protection Law in the Republic of Srpska, etc.) The selected consultant is expected to provide the following services: — undertake the duties of the ‘Engineer’, as required by the relevant clauses of FIDIC, Yellow Book and the particular contract conditions as determined within the Construction Contracts, — undertake a full review of the contractors design proposals and make recommendations as to their compliance or otherwise with the employers requirements. Approve or otherwise in consultation with the employer, — review and approve as require the contractors documents. — regularly inspect and accurately record the contractors progress against his construction programme; monitor and ensure the contractors timely progress including all actions to retain progress. Ensure proper programming, recording, measurement and accounting of the works by means of appropriate management and measurement techniques, — regularly inspect all design and construction works in progress in order to monitor and observe the contractors compliance with all required design, construction, environmental and safety standards, as well as good engineering practices. — determine the value of approved and accepted work and materials for interim and final payments to the contractor, — maintain up to date financial, works, labour, plant, safety and all associated daily site records. Provide all associated reports, — furnish timely assistance and direction to the contractors in all matters including clarifications, unforeseen works, quality control, testing and the like, — provide verification of site demarcation and compliance with required permits issued by competent local authorities, including for any asphalt plants and quarries, prior to the issue of the commencement order, — agree the contractors test programme, witness and approve tests of materials and completed works and order re-tests as required, — order removal of substandard work and materials, — assist in preparation of completion and handing over certificates, defects liability certificate and acceptance certificates, — monitor the contractors compliance in meeting all environmental obligations during both design and construction. 7. Assignment Start Date and Duration: The Assignment is expected to start on July 2020 and has an estimated overall duration of 36 months plus 24 months of DNP. 8. Cost Estimate for the Assignment: 6 000 000,00 EUR (exclusive of VAT). 9. Eligibility: There are no eligibility restrictions based on the consultant's country of origin. For the information of consultants, at the present time firms, goods and services from the following countries are excluded from this selection: Under the ITC 5.3.2 (a): none Under the ITC 5.3.2 (b): none A consultant cannot be awarded the contract if the consultant has been convicted of an intentional crime, or an affiliate of the consultant has been convicted of an intentional crime and any such criminal conviction is final in the relevant national jurisdiction, with no more than 10 years having lapsed between the date on which the criminal conviction became final and the date of eligible assessment and the Bank concludes that the judicial proceedings provided for adequate due process acceptable to the Bank. 10. Consultant Profile: Corporate services are required. The consultant shall preferably comply with the following minimum requirements: — the consultant shall have experience (as a sole consultant or JV member) in the capacity of ‘the Engineer’ according to FIDIC Conditions of Contract in supervision of works on construction of at least 1 motorway/road tunnels, each with a length of: —— preferably 2 000 m per tube in case of twin tube motorway tunnel project; or —— preferably 4 000 m of overall tunnel length in case of road tunnel, where the tunnel has been equipped with ITS (in accordance with Directive 2004/54/EC of the European Parliament and of the European Council on minimum safety requirements for tunnels in the Trans-European Road Network) The referenced project(s) shall be completed within the last 10 years from the date of submission of the expression of interest. — the consultant shall have experience (as a sole consultant or JV member) in the capacity of ‘the Engineer’ according to FIDIC Yellow Book Conditions of Contract on at least 1 works supervision contract related to the design and build of full profile motorway. The value of the works supervision contract shall be preferably 5 000 000 EUR. The referenced project must have been successfully completed within the last 5 years from the date of submission of the expression of interest. — the annual turnover of the applicant for each of the past 3 years when accounts were audited must exceed 5 000 000 EUR; and — in case of JV or Consortium, the leading company shall meet not less than 60 % and other partners shall meet not less than 40 % of the qualifying financial criterion (a) given above. 11. . Submission Requirements: In order to determine the capability and experience of consultants seeking to be shortlisted, the information submitted should include the following: — completed Consultant Declaration and Contact Sheet (TECH-1) — company/group of firms’ profile, organization and staffing (max. 2-4 pages) and details of previous project experience or similar assignments particularly undertaken in the previous 5 years, including information on contract value, contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided (if different from duration), main activities, objectives. (Form TECH-2) — CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar assignments, particularly assignments undertaken in the previous 5 years, including information on contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, main activities, objectives. (Form TECH-7); positions should minimally include the following: —— resident engineer; —— deputy resident engineer; —— design review experts [all disciplines]; —— construction works experts [all disciplines]; —— tunnel expert; —— tunnel equipment expert; —— materials experts; —— BIM expert; —— environmental expert; —— contracts/financial experts. — form of association (sub-contractor/joint venture) for the execution of the contract, if the case may be and the lead company. The same information as for the lead company shall be requested for the associated company/companies; — a list of on-going contracts including the start date, the end date and the personnel involved. The consultants may use the templates provided in the forms document provided here https://drive.google.com/file/d/10eIG6g3aXbCjAJuYZcivRrrnqxazXHIj/view?usp=sharing or other forms which substantially contain the same information. Use of the consultant declaration (TECH-1), however, is mandatory. The expression of interest shall not exceed 25 pages (excluding CVs Consultant Declaration and Contact Sheet). One original and 1 copy of the expression of interest, in English, plus 1 copy in Client’s local language (1 of the official languages in Bosnia and Herzegovina: Serbian, Bosnian and Croatian), shall be submitted to the Client in an envelope marked ‘Expression of Interest for the consulting services: supervision of design and construction works of motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, section Bridge Rudanka (including the Bridge) — tunnel Putnikovo Brdo 2’, to reach Client at the Client’s address above not later than 13.2.2020 at 11.00 CET time. Expressions of interest received after due time shall not be accepted. Timeliness of the expressions of interest shall be determined exclusively by the time and date of receipt, by the Client, of the expression of interest. 12. Shortlisting Criteria: All responses to this procurement notice will be assessed based on the following shortlisting criteria: 1) Company profile and general experience: 20 %,; 2) Particular experience: 40 %; experience as a consultant under similar assignments; 3) Access to qualified experts: 40 %. To demonstrate access to qualified experts the consultants shall provide 1 CV for each position required for the implementation of the contract, as indicated above. Procurement procedure: Procurement of the consultancy services will be conducted through the procedures as specified in the EBRD’s Procurement Policies and Rules (PP&R) dated 1.11.2017. One shortlist of qualified firms will be prepared on the response to this invitation, after which short-listed firms will be invited to submit their proposals. If the consultant has been found by a judicial process or other official enquiry to have engaged in any of the prohibited practices as defined in the EBRD PP&R, details of the basis for the outcome of such process or enquiry shall be provided with the expression of interest. The employer reserves the right not to shortlist consulting firms that have been found to have engaged in any of the prohibited practices regardless of the results of technical evaluation of the expressions of interest. Interested consultants may obtain further information at the address below during office hours from 8 a.m. to 3 p.m. (local time). Davor Vučković Public Company ‘Autoputevi Republike Srpske’ Ltd Banja Luka , BOSNIA and HERZEGOVINA Vase Pelagića br. 10 78000 Banja Luka, Republic of Srpska, BOSNIA and HERZEGOVINA Tel: +387 512670
| CPV-Code: |
45233120
|
| Abgabefrist: |
13.02.2020 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Public Company ‘Autoputevi Republike Srpske’ Ltd |
| address: |
None |
| postal_code: |
|
| city: |
Banja Luka - BA |
| country: |
BA |
| email: |
None |
| phone: |
None |
| contact_point: |
|
| idate: |
1. Juli 2020 17:14 |
| udate: |
1. Juli 2020 17:14 |
| doc: |
022858_2020.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:022858-2020:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Services |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
17.01.2020 |
| Erfüllungsort: |
Banja Luka - BA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Bosnia and Herzegovina__Banja Luka__EBWE - Offener, zweiphasiger Auswahlwettbewerb – Aufforderung zur Einreichung der Interessenbekundung |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|