Project name: Banja Luka-Doboj Motorway Project Country: Bosnia and Herzegovina Business sector: Transport Project ID: 6602-IFT-41370 Funding source: EBRD Type of contract: Works Type of notice: Invitation for Tenders Issue date: 28 February 2012 Closing date: 27 April 2012 (12:00 hours local time) This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (www.ebrd.com) on February 18, 2011 and updated on February 17, 2012. Public Company "Republic of Srpska Motorways", hereinafter referred to as "the Employer", intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of preparation of Detailed Design (based on the existing Preliminary Design) and Construction of Banja Luka-Doboj Motorway, section Prnjavor-Doboj. The Employer now invites sealed tenders from Contractors for the Design and Construction of the following Works to be funded from part of the proceeds of the loan: Main Works: Section Prnjavor-Doboj : km. 35+300 to 71+912,51 plus Works to local roads of 20.385km. General Description: Design and Construction of 2+2 lane motorway (with central median and emergency lanes) which may include some or all of the following : • Earthworks / Embankments • Road Pavements • Bridgeworks • Tunnelling and piling works • Interchanges and link roads • Steel / Concrete vehicle Safety Barriers • Local Road works : under/overpasses • Local road re-alignments, diversions, closures • Drainage, culverts and river protection Works • Provision of Motorway communications, emergency telephones • Lighting • Fencing • Lining, signing, variable message signs • Electrical Works • Environmental Works • Meteorological stations • Toll Stations and associated pavements, buildings, highway links • Service Areas and associated pavements, buildings, highway links • Motorway Compounds and associated pavements, buildings, highway links • Weigh-in-motion sites Tender Documents Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of Euro 500 or equivalent in a convertible currency. Non refundable fee should be paid with reference to the Invitation to Tenders No. RS/EBRD-2012/. Instruction for payment in local currency [KM]: Account Nr. 5620998073966893 with NLB Razvojna banka AD Banja Luka, or Instruction for payment in foreign currency [Euro]: Bank: NLB Razvojna banka AD Banja Luka Adress: 4 Milan Tepića St, 78 000 Banja Luka BIC RAZBBA22XXX IBAN: BA39 5620 9980 8433 4641 Korisnik: JP "Autoputev RS" Banja Luka Adresa: Veselina Masleše 22, 78 000 Banja Luka Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. If requested, the documents can be dispatched electronically after presentation by the prospective Tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. Tender Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country. A two stage Tendering Procedure will be adopted for the procurement of the above-named Contract and will proceed as follows: (a) The First Stage Proposal will include a Contractor's Proposal comprising a general description of the proposed Works, including preliminary designs and proposed plant, that the Tenderer wishes to offer in response to the Employer's Requirements, as well as a description of the design preparation arrangements proposed to be followed by the Tenderer to ensure satisfactory execution of the Contract. The Tenderer's First Stage Proposal shall also include commentary on the Employer's Requirements, a list of any deviations or reservations to the technical and commercial conditions set forth in the Tender Documents. The Tenderers shall also demonstrate, on the basis of the information submitted in the First Stage Proposal, with the specific reference to the proposed works and alternatives included in the Contractor's Proposal, that the Tenderer has sufficient relevant experience and is substantially qualified and capable to design, execute and complete the Works as proposed by the Tenderer in response to the Employer's Requirements. Following preliminary evaluation of the First Stage Proposals the Employer will reject Tenderers submitting Proposals containing material deviations, reservations, or omissions as these may be determined in accordance with the criteria set forth in the Tender Documents and/or failing to meet substantially the qualifying criteria set forth in the Tender Documents. Each Tenderer whose First Stage Proposal is rejected at this stage will be given the opportunity to attend a debriefing meeting during which the Tenderer will be in a position to clarify the grounds on which its Proposal was not selected by the Employer for further consideration. All other Tenderers will be invited either to submit a priced Second Stage Tender or to take part in a clarification meeting during which the Tenderer's First Stage Proposals will be reviewed and all additions and modifications required by the Employer and agreed by the Tenderer will be noted and recorded in the Tenderer-specific Memorandum. (b) The Second Stage Tender will consist of an updated Proposal incorporating all additions and modifications as may be agreed between the Employer and Tenderer and recorded in the Memorandum to the clarification meeting; and the commercial Tender. Qualification To be qualified to be invited to submit a Second Tender, Tenderers shall demonstrate on the basis of the information submitted in the First Stage Proposal that they would be qualified and capable of undertaking the Contract satisfactorily. Tenderers shall also be expected to satisfy the following key qualification criteria: To qualify for the award of a contract, tenderers must satisfy minimum criteria described below: a) Average Annual Turnover: The Tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 (five) years of not less than EURO 125 million equivalent. b) Financial Resources: The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, 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 EURO 15 million equivalent, taking into account the applicant's commitments for other contracts. The audited balance sheets for the last 5 years shall be submitted and must demonstrate the soundness of the tenderer's financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the tenderer's bankers. c) Construction Experience: The Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least two projects (each with a minimum value of EUR 60 million) of a nature and complexity comparable to the proposed contract within the last 5 (five) years, and the following specific experience: - 1.400.000 m3 of earthworks executed in one calendar year within the last 5 (five) years; - 1.800.000 m3 of embankment material placed in one calendar year within the last 5 (five) years; - 280.000 tons of asphalt placed in one calendar year within the last 5 (five) years; - 90.000 m3of structural concrete produced and placed in one calendar year within the last 5 (five) years; - Construction of at least one bridge, min 400 m length, within the last 5 (five) years; - Construction of at least one motorway viaduct, min 250 m length, within the last 5 (five) years; and, - Construction of at least two motorway tunnels, min 350 m length each, within the last 5 (five) years. d) Design Experience : The Tenderer shall demonstrate that it has suitably qualified and experience highways and buildings design staff, knowledgeable of the standards described within the Employers requirements and, successful experience as a designer with the satisfactory execution and Client approval of at least one project of a nature and complexity comparable the proposed contract within the last 5 (five) years. If the Tenderer does not have the design experience in-house, the Tenderer may rely on a named specialist sub-contractor to satisfy this criterion. e) Historical Non-Performance and Litigation History. A consistent history of historical non-performance and/or litigation awards against the Tenderer or any partner of a joint venture may result in the rejection of the Tender. Joint Venture Partnerships Joint Ventures must satisfy the following minimum qualification requirements: a) The lead partner shall meet not less than 40% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above. b) The other partners shall meet not less than 20% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above. c) The joint venture must satisfy collectively the criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. If the lead partner of the Joint Venture does not possess in house design experience, experience of proposed specialist subcontractors will be acceptable. Notwithstanding, the lead Joint Venture Partner shall demonstrate proven experience in execution of at least one project involving single point responsibility for the design and construction. Individual members must each satisfy the requirements for audited balance sheets and litigation. Tender Security All Second Stage tenders must be accompanied by a Tender Security of: EUR 2,000,000 or its equivalent in a convertible currency. Submission of Tenders The First Stage Proposal must be delivered to the office at the address below on or before April 27, 2012 by 12:00 hours local time, at which time they will be opened in the presence of those Tenderers' representatives who choose to attend. A register of potential Tenderers who have purchased the Tender documents may be inspected at the address below. Prospective Tenderers may obtain further information from, and inspect and acquire the Tender Documents at, the following office: Contact Person: Dušan Topić, General Manager, Public Company "Autoputevi Republike Srpske" , 22 Veselina Masleše St , 78000 Banja Luka , Republic of Srpska, Bosnia and Herzegovina. Tel: +387-51-233 670 . Fax: +387-51-233 700 , e-mail: dtopic@autoputevirs.com
| CPV-Code: |
45233100
|
| Abgabefrist: |
27.04.2012 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Public Company "Autoputevi Republike Srpske" |
| address: |
22 Veselina Masleše St |
| postal_code: |
78000 |
| city: |
Banja Luka - BA |
| country: |
BA |
| email: |
None |
| phone: |
+387-51-233 670 |
| contact_point: |
|
| idate: |
14. Juni 2020 13:35 |
| udate: |
14. Juni 2020 13:35 |
| doc: |
074243_2012.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:074243-2012:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
06.03.2012 |
| Erfüllungsort: |
Banja Luka - BA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 BA__Banja Luka__EBWE - Autobahnprojekt Banja Luka-Doboj |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|