Project name: Capljina Water Supply Project Country: Bosnia and Herzegovina Business sector: Municipal and environmental infrastructure Project ID: 7039-IFT-42557 Funding source: EBRD, EU IPA Grant Type of contract: Works Type of notice: Invitation for tenders Issue date: 27 February 2013 Closing date: 15 April 2013; 11:00 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 20 September 2012. Municipality of Capljina, hereinafter referred to as “the Employer”, intends to use part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) and EU IPA Grant administered by the Bank towards the cost of Capljina Water Supply System Project. The Employer now invites sealed tenders from contractors for the following contract “Procurement of Construction of Backbone pipelines”, which is divided in two lots, such as: • Lot 1 Dubrave area - construction of pressure pipelines from the Pumping Station Domanovići to the water tanks Križ, Gradina and Bat, and gravity distribution pipeline from the water tank Križ to water tank Pijano Brdo, Approximate length of 13 km of varying size between 60-500mm. • Lot 2 areas of Trebizat / Prćavci / Zvirovići - construction of main transportation pipelines and pressure pipelines from the existing water tank Gradina in the central zone to the villages Trebizat, Zvirovići and Prćavci. Approximate length of 8 km of varying size between 100-400mm. The contract duration is 22 months, including 12 months for Defects Notification Period. Tenders are invited for one or more lots. Each lot must be priced separately. Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders. Tendering for contracts that are to be financed with the proceeds of a loan from the Bank and the EU IPA grant is open to firms, joint ventures, consortia or associations from any country or countries. To be qualified for the award of a contract, Tenderers must satisfy the following minimum criteria: 1. Financial Situation: 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 three (3) years of not less than EUR 3,000,000.00 equivalent if the Tenderer submits the tender for one lot and not less than EUR 6,000,000.00, if the Tenderer submits the tender for both lots. 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 EUR 500,000.00 equivalent, taking into account the applicant's commitments for other contracts, if the Tenderer submits the tender for one lot and not less than EUR 1,000,000.00, if the Tenderer submits the tender for both lots. The audited balance sheets for the last five (5) years shall be submitted and must demonstrate the soundness of the Tenderer’s financial position, showing long-term profitability. 2. Experience: a) The Tenderer shall have experience under contracts in the role of contractor or management contractor for the last five (5) years prior to the tender submission deadline and with activity in at least nine (9) months in each year. b) The Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least two (2) projects of a nature and complexity comparable to the proposed contract within the last five (5) years, each with a value of at least EUR 1,000,000.00 equivalent, if the Tenderer submits the tender for one lot and at least EUR 2,000,000.00, if the Tenderer submits the tender for both lots. c) The Tenderer shall have following specific experience: construction of a minimum of 6 km of pipeline laying works (any of water, waste water or gas pipelines) in one (1) year if the Tenderer submits the tender for one lot and a minimum of 12 km, if the Tenderer submits the tender for both lots. 3. Qualification criteria for joint venture, consortium and association (JVCA): JVCA must satisfy the following minimum qualification requirements: a) The lead partner shall meet not less than fifty (50) percent of the financial situation qualifying criteria specified above and the other partner(s) shall meet not less than thirty (30) percent of the financial situation qualifying criteria specified above. b) The JVCA must satisfy collectively the criterion Experience b) stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the JVCA's total capacity. c) However, individual partners of the JVCA must each satisfy the requirements for the historical financial performance and for the Experience a). d) Any of the members of the JVCA has to meet the Experience c) criterion. Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of EUR 200.00 or equivalent in a convertible currency. Currency exchange rates shall be in accordance with rates set by the Central Bank of Bosnia and Herzegovina on the date of payment. Bank Name: HYPO Alpe-Adria-Bank d.d. Mostar Bank Address: Kneza Branimira 2b, 88000 Mostar, Bosnia and Herzegovina EUR account IBAN: BA393060203740529674 HRK account IBAN: BA393060072272006668 BIC-code: HAABBA22 Cheque and bank transfer charges to be paid by the applicant. 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. In addition, 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. Site visit will be arranged for Tuesday 12 March 2013. Tenderers shall be expected to take all necessary measurements on site and to satisfy themselves that all necessary items have been included in their prices. All tenders must be accompanied by a tender security of EUR 25,000.00 or its equivalent in a convertible currency for each lot or EUR 50,000.00, if the Tenderer submits the tender for both lots. Tenders must be delivered to the office at the address below on or before 11:00 (Local time) on 15 April 2013, 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: Mrs Mirjana Menalo , Municipality of Capljina , Trg Kralja Tomislava , Capljina , 88300 , Bosnia and Herzegovina. Tel: +387 36 805 052 . Fax: +387 36 805 983 . E-mail: mirjana.menalo@capljina.ba
| CPV-Code: |
45231300
|
| Abgabefrist: |
15.04.2013 |
| Typ: |
Contract notice |
| Status: |
Submission for one or more lots |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Municipality of Capljina |
| address: |
Trg Kralja Tomislava |
| postal_code: |
88300 |
| city: |
None |
| country: |
BA |
| email: |
None |
| phone: |
+387 36 805 052 |
| contact_point: |
|
| idate: |
9. Juni 2020 22:25 |
| udate: |
9. Juni 2020 22:25 |
| doc: |
080201_2013.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:080201-2013:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
09.03.2013 |
| Erfüllungsort: |
Čapljina - BA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 BA__Čapljina__EBWE - Beschaffung betreffend den Bau von Backbone-Leitungen |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|