This invitation for tenders is published on the OJEU-TED, EIB and JP ‘Autoceste FBiH’ websites and BiH daily press. Bosnia and Herzegovina is currently conducting a procedure of signing a loan agreement with the European Investment Bank – EIB (hereinafter referred as ‘the Bank’) 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 (hereinafter referred as ‘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 Tarčin-Konjic, subsection Tarčin – Ivan, Lot 1: Tarčin – Entrance to Tunnel Ivan. The subsection will be in part financed by Western Balkans Investment Framework (WBIF). Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar (hereinafter referred as ‘the Employer’) now invites sealed tenders from contractors for the following contract to be funded from part of the loan proceeds: — contract JPAC 1132-B109-19- Lot 1: Tarčin – Entrance to Tunnel Ivan (from km 0+000,00 to km 4+900,00) in total length of 4,90 km will be financed from the loan agreement signed with European Investment Bank (EIB) loan. Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. The procurement procedure to be applied is a single stage, 2-envelope tendering procedure. The tenderers will submit tender containing 2 envelopes: one envelope with the technical tender and another envelope with the price tender. Technical tender will be evaluated first, and only if technical tender is determined to be substantially responsive, the tenderer’s price tender will be opened. Alternative tenders shall not be permitted. The employer shall award the contract to the tenderer whose tender has been determined to be the lowest evaluated tender and is substantially responsive to the tender document, provided further that the Tenderer is determined to be qualified to perform the contract satisfactorily. Brief description Subsection Tarčin-‘Ivan’, Lot 1: Tarčin – Entrance to tunnel Ivan starts from the existing interchange Tarčin in the ‘Do’ locality and ends at km 4+900 before Tunnel Ivan entrance. Start of this subsection rout goes along the valley of the Kalašnica River, between the river, the main road M-17 and the Sarajevo — Ploče railway. From km 1+160 to km 1+260, the route cuts the slope below the Raštelica railway station; slope protection with the reinforced concrete grid structure with anchors is designed. After km 1+280, the route crosses to the opposite slope over the Bridge ‘Raštelica 1’, length 518 m. From km 1+780 to km 1+980, the motorway alignment goes through steep terrain, so that the left lane is in a deep side cut, and the right lane on the embankment. At this subsection rest area Type 1 is foreseen. Due to the limited space, rest areas could not be opposite to each other. The left rest area is placed from approx. km 2+380 to km 2+660, and the right one from km 4+180 to km 4+480. On the part of the route between the left and right rest areas, on the section from km 2+280 to km 3+480, the Bridge ‘Raštelica 2’ (M2) is located. After the bridge, the route, from km 3+480 to km 3+780, enters in deeper cut 15 m height. After this cut, route goes through side cut where embankments are up to 10 m height. At the km 5+100, the route enters the tunnel ‘Ivan’. Most significant structures: — Bridge ‘Raštelica 1’, right bridge 518 m length and left bridge 517 m length, — Bridge ’Raštelica 2’, right bridge 609 m length and left bridge 589 m length, — Rest area ‘Raštelica’. The FIDIC conditions of contract for construction for building and engineering works designed by the employer (edition 1999) will be used for the contract. Time for completion is 20 months (610 days). Tendering for contract to be financed with the proceeds of a loan from the Bank is open to firms from any country. Qualification criteria To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria given below: A. Historical non-performance A consistent history of historical non-performance and/or litigation awards against the tenderer or any partner of a Joint Venture Contract Agreement (JVCA) may result in rejection of the tender. Moreover, if an applicant is formally debarred from contracting activities by the law or official regulation of the employer’s country or by the Bank, and the employer may not enter into a contract with such applicant, the employer may reject the application. B. Historical financial performance The audited balance sheets for the last 5 (five) 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. 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 53 000 000 EUR equivalent. D. Financial resources The tenderer shall complete financial information provided in Section IV, tender forms, and 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 10 000 000 EUR equivalent, taking into account the applicant's commitments for other contracts. E. Experience The applicant shall meet the following minimum criteria: (a) successful experience as prime contractor (one contractor signed contract), lead partner, partner in JVCA/consortium or subcontractor in the execution of at least 2 (two) projects, of nature and complexity comparable to the proposed contract (construction of full profile motorway/expressway) within the last 5 years. The value of each contract should not be less than 30 000 000 EUR. In case that applicant demonstrates a successful experience in a role of subcontractor, the total value of that subcontract should not be less than 30 000 000 EUR. In case of the multiple subcontracts (or contracts) on the same Project, the different (sub)contracts will be treated cumulatively as a whole. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Requirements, scope of works. (b) at least one of the above required projects must include bridge/viaduct twin structure in minimum length of 600 m. In case these projects do not include required bridge/viaduct, for the successful demonstration of this specific construction experience, tenderers can present another project, regardless of its contract value, which includes a bridge/viaduct twin structure with the required length of 600 m. Note: term ‘within the last 5 years’ means that projects that have been completed in the period starting from the beginning of 2014 will be also taken into consideration. Moreover, the tenderer shall demonstrate his capability to execute the following construction works (key activities), within one year in the last 5 (five) years: 1) Earth works ................................................. 1 400 000 m 3 /in one year; 2) Concrete works ................................................ 60 000 m 3 /in one year; 3) Asphalt works ................................................... 70 000 t/in one year. F. Personnel The tenderer shall provide suitably qualified personnel to fill the following positions. For each position the tenderer will supply information on a first choice candidate and an alternate, each of whom should meet the experience requirements specified below: No 1 Position: Project manager Total work experience (years): 15 In similar works experience (years): 10 No 2 Position: site manager Total work experience (years): 13 In similar works experience (years): 10 No 3 Position: Quality assurance manager Total work experience (years): 13 In similar works experience (years): 10 No 4 Position: Bridges manager Total work experience (years): 13 In similar works experience (years): 10 No 5 Position: Earthworks manager Total work experience (years): 10 In similar works experience (years): 7 No 6 Position: Electrical manager Total work experience (years): 10 In similar works experience (years): 7 No 7 Position: Occupational health and safety manager Total work experience (years): 10 In similar works experience (years): 7 G. Equipment The tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), the following key items of equipment in full working order, and must demonstrate that, based on known commitments, they will be available for use in the proposed contract. The tenderer may also list alternative equipment, which he would propose to use for the contract, together with an explanation of the proposal. Equipment type and characteristics: Hot asphalt mixing plant; Minimum capacity: 100 t/h, less than 50 km distance from the Site Age: less than 10 years old Minimum number required: 1 piece Equipment type and characteristics: Hot asphalt mixing plant; Minimum capacity: 60 ton/h, less than 50 km distance from the Site Age: less than 10 years old Minimum number required: 1 piece Equipment type and characteristics: tracked asphalt paver; blade width: 8,20 m; Laying capacity more than 500 t/h Age: less than 7 years old Minimum number required: 2 pieces Equipment type and characteristics: concrete batching plant; minimum capacity: 100 m 3 /h On the Site Age: less than 7 years old Minimum number required: 1 piece Equipment type and characteristics: tower crane; minimum length of the hand: 40 m minimum bearing capacity: 1,5 t Age: less than 10 years old Minimum number required: 4 pieces Equipment type and characteristics: Mobile crane; vertical reach 30 m; minimum bearing capacity: 70 t Age: less than 7 years old Minimum number required: 1 piece Equipment type and characteristics: Cantilever formwork for steel composite bridges – for bridge deck (L=34m) Age: less than 7 years old Minimum number required: 2 pieces Equipment type and characteristics: articulated truck; minimum loading capacity ≥ 18t Age: less than 7 years old Minimum number required: 30 pieces Equipment type and characteristics: motor grader; power rating: more than 120 kW Age: less than 7 years old Minimum number required: 4 pieces Equipment type and characteristics: Wheel loader; Power rating: more than 180 kW Age: less than 7 years old Minimum number required: 8 pieces Equipment type and characteristics: Bored piling machine; 1500 mm Age: less than 7 years old Minimum number required: 2 pieces Equipment type and characteristics: Backhoe excavator with hydraulic hammer Age: less than 7 years old Minimum number required: 12 pieces Equipment type and characteristics: Power rating: more than 100 kW Equipment type and characteristics: Laboratory equipment for earth, asphalt and concrete works. Minimum number required: 1 set H. Current obligations and pending awards The tenderer shall have the above mentioned resources free of ongoing obligations and/or pending contract awards. The tenderer shall provide information on the on-going contractual obligations and pending contract awards. The employer may reject the application if the level of the confirmed commitments to be carried out in parallel with the contract exceeds the applicant’s annual turnover for the previous year by a factor of 1.2. Specific requirements with regard to JVCA JVCA must satisfy the following minimum qualification requirements: (a) the JVCA must satisfy collectively all the above mentioned qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the JVCA's total capacity; (b) the lead partner shall meet not less than 60 % (percent) of the qualifying criteria for average annual turnover and financial resources as specified above, which means: 1) The lead partner 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 32 000 000 EUR equivalent. 2) The lead partner shall complete financial information, provided in Section IV, tender forms, and 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 6 000 000 EUR equivalent, taking into account the tenderer’s commitments for other contracts. (c) the other partners shall meet not less than 40 % (percent) of all the qualifying criteria for average annual turnover and financial resources as specified above, which means: 1) The other partners 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 21 000 000 EUR equivalent. 2) The other partners shall complete financial information, provided in Section IV, tender forms, and 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 4 000 000 EUR equivalent, taking into account the tenderer’s commitments for other contracts. Tender documents may be obtained from the address below upon payment of a non-refundable fee of 200,00 EUR 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 EUR (€)) or No 161-020-00624700-38 (for payments in BAM), Beneficiary name: JP Autoceste FBiH d.o.o. Mostar. Beneficiary address: Adema Buća 20, 88000 Mostar, Bosnia and Herzegovina Payment option is our which means that the tenderer will cover all Bank costs related to this payment and money transfer. Upon receipt of appropriate evidence of payment of the non-refundable fee, if requested, 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 (except the stamped copy of the Bill of Quantities) can be dispatched electronically. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. All tenders must be accompanied by one, single tender security of 1 000 000,00 EUR. After publication of the award, unsuccessful tenderers may request in writing to the employer for a debriefing seeking explanations on the grounds on which their tenders were not selected. The employer shall promptly respond in writing to any unsuccessful tenderer who, after publication of contract award, requests a debriefing. Any tenderer who is not satisfied with the employer’s debriefing has the right to file a Complaint to the Independent Complaints Committee at the following address: Federal Ministry of Transport and Communications Address: Braće Fejića bb, 88000 Mostar, Bosnia and Herzegovina Facsimile: +387 36 55 00 24 Tenders must be delivered to the office at the address below on or before 18.11.2019, 13.00. (local time), at which time they will be opened in the presence of those tenderers’ representatives who choose to attend. Public company Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at the following office: Contact Persons: Mr. Tarik Duraković and Ms. Sanela Kosovac , Public company Motorways of the Federation of Bosnia and Herzegovina Ltd , Mostar , Hamdije Kreševljakovića 19, 71000 Sarajevo, BOSNIA AND HERZEGOVINA, Tel: +387 33 277 966 ; +387 33 277 921 - Fax: +387 33 277 901 ; +387 33 277 942 - Email: d.tarik@jpautoceste.ba and k.sanela@jpautoceste.ba
| CPV-Code: |
71311300
|
| Abgabefrist: |
18.11.2019 |
| Typ: |
Contract notice |
| Status: |
Submission for one lot only |
| Aufgabe: |
Not specified |
| Vergabestelle: |
| name: |
Public company Motorways of the Federation of Bosnia and Herzegovina Ltd |
| address: |
None |
| postal_code: |
|
| city: |
Mostar - BA |
| country: |
BA |
| email: |
None |
| phone: |
+387 33 277 921 |
| contact_point: |
|
| idate: |
24. Juni 2020 05:50 |
| udate: |
24. Juni 2020 05:50 |
| doc: |
465368_2019.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:465368-2019:TEXT:EN:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
04.10.2019 |
| Erfüllungsort: |
Mostar - BA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Bosnia and Herzegovina__Mostar__EIB - Bau einer Autobahn |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|