None

Bosnia and Herzegovina has signed loan agreement with European Investment Bank (EIB) to finance the construction of priority sections of the motorway on the route of Pan European Corridor Vc through Bosnia and Herzegovina. The Federation of Bosnia and Herzegovina (the Beneficiary) intends to apply the proceeds of this loan toward the cost of civil works and consulting services, to be procured for the section of motorway from Počitelj to Bijača. Construction of motorway on Corridor Vc, section Počitelj-Bijača, subsection Počitelj-Zvirovići in total length of 11,075 km has been divided into two contracts as follows: • Contract No. 1 JPAC 612-B64-14 - LOT 1: interchange Počitelj-bridge Počitelj (from km 0+000.00 to km 4+404.00) in total length of 4,4 km will be financed from the loan agreement signed with European Investment Bank (EIB) • Contract No. 2 JPAC 616-B65-14 - LOT 2: bridge Počitelj-Zvirovići (from km 4+404.00 to 11+075.00) in total length of 6,67 km will be financed from the loan agreement signed with European Investment Bank (EIB) The subject of this Invitation for prequalification is Contract No.1 only. Public company “Autoceste Federacije Bosne i Hercegovine d.o.o. Mostar (Autoceste FBiH)” on behalf of the Government of Federation of Bosnia and Herzegovina (hereinafter: Employer) intends to apply the proceeds of the loan from EIB (the Bank) toward the cost of Construction of motorway on Corridor Vc, section Počitelj-Bijača, subsection Počitelj-Zvirovići LOT 1: interchange Počitelj-bridge Počitelj (from km 0+000.00 to km 4+404.00) (hereinafter the Project). The Employer intends to prequalify firms and joint ventures to tender for the contract to be funded from the proceeds of the loan. This contract consists of construction of LOT 1 of the motorway on subsection Počitelj-Zvirovići between interchange Počitelj and south-western end of bridge Počitelj. Route on the LOT 1 of Počitelj-Zvirovići subsection starts at chainage km 0+000 and ends at chainage km 4+404. This subsection is connected to LOT 2 of subsection Počitelj-Zvirovići, near the south-western end of bridge Počitelj. On the first half of the LOT 1, in addition to the open road, one interchange and three underpasses are foreseen, while on the other half of the LOT 1, there is one overpass and one bridge. Significant structures on this section are: - Interchanges: • Interchange Počitelj, which includes 1.274 m of ramps which connect the motorway with the existing trunk road M6 at KM 0+402 - Bridges, viaducts, culverts and road passes: • Underpass under the motorway on local road Bivolje Brdo, at km 0+429.00 • Reinforced pipe culvert fi 2,0m at km 0+420.00 • Reinforced pipe culvert fi 2,0m at km 0+675.00 • Underpass under the motorway on interchange Počitelj, at km 0+866.00 • Reinforced pipe culvert fi 2,0m at km 1+450.00 • Underpass under the motorway on local road Ševaš Njive, at km 1+461.00 • Reinforced pipe culvert fi 2,0m at km 1+625.00 • Reinforced pipe culvert fi 2,0m at km 1+875.00 • Reinforced pipe culvert fi 2,0m at km 2+000.00 • Overpass over the motorway on local road Gradina, at km 2+967.00 • Bridge Počitelj L=945 m, at km 3+900.00 - Local roads: • local road (LC 1) at km 0+429.00 • unclassified road (NS 4) at km 0+866.00 • unclassified road (NS 1) at km 1+461.00 • unclassified road (NS 2) at km 1+461.00 • connection with M17 at km 1+461.00 • interchange connection with M6 (local road “Domanović“) at km 0+866.00 • - local road (LP 4) at km 2+967.00 • unclassified road (PS 1) at km 2+967.00 Total length of the section is km 4+404. Construction period is 30 months. Prequalification and tendering for contracts to be financed with the proceeds of the loan from the Bank is open to firms and joint ventures from any country. Qualification Criteria To be prequalified an applicant must demonstrate to the Employer that it substantially satisfies the requirements regarding the experience and past performance on similar contracts with comparable technical parameters, capabilities with respect to personnel, equipment and construction or manufacturing, financial position and litigation history. Regarding the experience and past performance on similar contracts with comparable technical parameters, an applicant shall meet the following minimum criteria: (a) The average annual turnover in construction works (defined as billing for works in progress and completed) over the last 3 years must be EUR 24 million. (b) Successful experience as main contractor (one contractor signed contract), lead partner or partner in joint venture or consortium in the execution of at least 1 project, of nature and complexity comparable to the proposed contract (construction of full profile motorway) within the last 5 years. The value of this contract should not be less than EUR 40 million. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Prequalification document. Moreover, the experience shall cover the execution of the following elements of the construction works (key activities), over the last 5 years: 1. Construction of at least one dual carriageway type bridge/viaduct (single or double superstructure) with following characteristics: • Prestressed concrete box girder • Minimum length of at least one span: 100 meters 2. Bridge works ………………….…………………………………. 10.000 m 2 /year* 3. Earth works ……………….………………………………… 300.000 m 3 /year* 4. Concrete works……………………………………………….… 40.000 m 3 /year* 5. Asphalt works …………………………………………………. 100.000 m 2 /year* ∗ - average quantities over the last 5 years. Regarding the capabilities with respect to personnel, the applicant shall poses suitably qualified personnel to fill the following positions. Position; Total experience (min. years required); In similar works (min. years required): Project Manager; 15; 10 Site Manager; 13; 10 Quality Assurance Manager; 13; 10 Bridge Manager; 13; 10 Earthworks Manager; 10; 7 Mechanical Manager; 10; 7 Electrical Manager; 10; 7 Regarding the capabilities with respect to equipment, the applicant shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), at minimum the following key items of equipment in full working order. Equipment type and characteristics; Age; Minimum number required: Hot asphalt mixing plant, Minimum capacity: 100 t/h; less than 10 years old; 1 piece Wheeled asphalt paver, Blade width: 8,20 m, Minimum laying capacity: 100 t/h; -; 2 pieces Concrete batching plant, Minimum capacity: 100 m 3 /h; less than 7 years old; 1 piece Stationary concrete pump, Minimum capacity: 50 m 3 /h; -; 3 pieces Concrete boom pump, Minimum capacity: 50 m 3 /h; -; 3 pieces Bridge Form traveller, Minimum capacity: 250 t, Minimum deck width: 22 m, Segment length: 5m; less than 7 years old; 2 pairs (each pair contains 2 pieces) Tower crane, Minimum length of the hand: 62 m, Minimum bearing capacity: 2 t; -; 6 pieces Mobile crane, Minimum bearing capacity: 45 t; -; 2 pieces Articulated truck, Loading capacity: 18-25 t; -; 15 pieces Motor grader; -; 2 pieces Crawler dozer; -; 8 pieces Wheel loader, Minimum power: 320 kW; -; 5 pieces Backhoe excavator with hydraulic hammer, Power rating: 75-120 kW; -; 15 pieces Bored piling machine; -; 2 pieces Regarding the financial position, the applicant 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 3 months, estimated as not less than EUR 6 million, taking into account the applicant's commitments for other contracts. In addition, applicants will have to demonstrate soundness of their financial position, showing long-term profitability. Regarding the litigation history, the applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application. Joint ventures/consortiums must satisfy the following minimum qualification requirements: (a) The lead partner shall meet: - Not less than 60% of the qualifying criteria for general experience (it is excluded experience for key activities) and financial position specified above, which means: 1. The average annual turnover in construction works (defined as billing for works in progress and completed) over the last 3 years must be EUR 14,4 million. 2. Successful experience as main contractor (one contractor signed contract), lead partner or partner in joint venture or consortium in the execution of at least 1 project, of nature and complexity comparable to the proposed contract (construction of full profile motorway) within the last 5 years. The value of this contract should not be less than EUR 24 million. 3. The lead partner 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 3 months, estimated as not less than EUR 3,6 million. (b) The other partners shall meet not less than 25% of the qualifying criteria for general experience (it is excluded experience for key activities) and financial position specified above, which means: 1. The average annual turnover in construction works (defined as billing for works in progress and completed) over the last 3 years must be EUR 6 million. 2. Successful experience as main contractor (one contractor signed contract), lead partner or partner in joint venture or consortium in the execution of at least 1 projects, of nature and complexity comparable to the proposed contract (construction of full profile motorway) within the last 5 years. The value of this contract should not be less than EUR 10 million. 3. The partner 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 3 months, estimated as not less than EUR 1,5 million. (c) The joint venture or Consortium must satisfy collectively all the criteria for general experience, key activities, personnel and equipment capabilities and financial position stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. Individual members must each satisfy the requirements for soundness of financial position and litigation history. Prequalification documents may be obtained from the address below upon payment of a non-refundable fee of EURO 200 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 €) or No. 161-020-00624700-38 (for payments in BAM), Beneficiary name: JP Autoceste FBiH d.o.o. Mostar. Beneficiary address: Braće Fejića bb, 88000 Mostar, Bosnia and Herzegovina Payment option is OUR which means that the Applicant will cover all Bank costs related to this payment and money transfer. If requested, the documents will be promptly dispatched by courier, but no liability can be accepted for loss or late delivery. Electronic version of the Prequalification document may be obtained free of charge by sending a written request to the Employer, through fax or e-mail provided below. Request has to contain the following data: - company name - address - contact person - telephone number - fax number - e-mail The prequalification documents must be duly completed and delivered to the address below, on or before 4 th February 2015, 12:00 hrs (Local time): Public company Autoceste Federacije Bosne i Hercegovine d.o.o. Mostar, Braće Fejića bb, 88000 Mostar, Bosna i Hercegovina Interested firms may obtain further information, inspect, and acquire the prequalification documents through the contact details: Contact Person: Mr. Mirza Resić and Ms. Lejla Hodžić , Public company Autoceste Federacije Bosne i Hercegovine d.o.o. Mostar , Dubrovačka 6 , 71000 Sarajevo , Bosna i Hercegovina, Tel: +387 33 277 910; +387 33 277 922 , Fax: +387 33 277 901 ; E-mail: r.mirza@jpautoceste.ba and h.lejla@jpautoceste.ba
CPV-Code: 45233120
Abgabefrist: 04.02.2015
Typ: Contract notice
Status: Submission for one lot only
Aufgabe: Other
Vergabestelle:
name: Public company Autoceste Federacije Bosne i Hercegovine d.o.o. Mostar
address: Dubrovačka 6
postal_code: 71000
city: Sarajevo - BA
country: BA
email: None
phone: +387 33 277 910; +387 33 277 922
contact_point:
idate: 23. Juni 2020 08:00
udate: 23. Juni 2020 08:00
doc: 433079_2014.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:433079-2014:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 20.12.2014
Erfüllungsort: Sarajewo - BA
Link:
Lose:
Name Los Nr 1 Bosnia and Herzegovina__Sarajewo__EIB - Bau und Instandsetzung von Straßen
Gewinner None
Datum
Wert None
Anzahl Angebote None