Tražite informaciju iz privrede – na pravom ste mjestu

Paket Tender obuhvata sve objavljene tendere, javne nabavke, dodjele ugovora, javne pozive, odluke o pokretanju, licitacije, stečajeve/likvidacije, planove nabavki i slične informacije sa područja Bosne i Hercegovine.

Cijena paketa Tender na godišnjem nivou je 400 KM + PDV.

Datum objave: 10.07.2018. 09:46

Izvođenje radova na izgradnji autoputa na koridoru Vc, odjeljak Počitelj - Bijača, pododjelak Počitelj – Zvirovići, Lot 1: raskrsnica Počitelj - početak mosta i kraja mosta - zamjena Zvirovići) (od km 0 + 000,00 do km 3 + 425,00 i od 4 + 404,00 do km 11 + 075,00)

Izvor: Official Journal of the European Union, 10.07.2018.

Bosnia and Herzegovina-Mostar: EIB - Road construction

2018/S 130-295586

Bosnia and Herzegovina

Construction of motorway on corridor Vc, section počitelj - Bijača, subsection počitelj – Zvirovići

Lot 1: interchange počitelj – beginning of bridge počitelj and end of bridge počitelj – interchange zvirovići) (from km 0+000,00 to km 3+425,00 and from 4+404,00 to km 11+075,00)

No: JPAC 975-B96-18

INVITATION FOR TENDERS

This Invitation for Tenders is published on the OJEU-TED, EIB and JP “Autoceste FBiH” websites and BiH Daily Press, on 10.7.2018.

Bosnia and Herzegovina has signed the 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 of motorway from Počitelj to Bijača, subsection Počitelj-Zvirovići.

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 contracts to be funded from part of the proceeds of the loan:

— Contract No. 1 JPAC 975-B96-18 - LOT 1: interchange Počitelj – beginning of bridge Počitelj and end of bridge Počitelj – interchange Zvirovići (from km 0 + 000,00 to km 3 + 425,00 and from km 4 +404,00 to km 11 + 075,00) in total length of 10,10 km will be financed from the loan agreement signed with European Investment Bank (EIB)

— Contract No. 2 JPAC 976-B97-18 - LOT 2: Bridge Počitelj (from km 3 + 425,00 to km 4+404,00) in total length of 0,98 km will be financed from the loan agreement signed with European Investment Bank (EIB)

The subject of this Invitation for Tenders is Contract No.1 only.

The procurement procedure to be applied is a single stage, two-envelope tendering procedure. The tenderers will submit the tender containing two 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.

Brief description

The contract JPAC 975-B96-18 includes construction of LOT 1 of the motorway on subsection Počitelj-Zvirovići and it is divided as follows:

Section 1: Motorway between interchange Počitelj and beginning of bridge Počitelj

Section 2: Motorway between end of bridge Počitelj and interchange Zvirovići

Route on Section 1 starts at chainage km 0 + 000,00 and ends at chainage km 3 + 425,00.

Route on Section 2 starts at chainage km 4 + 404,00 and ends at chainage km 11+ 075,00.

Significant structures on LOT 1 motorway are:

Section 1:

Interchanges:

— Interchange Počitelj, which includes 1 274 m of ramps which connect the motorway with the existing trunk road M6 at km 0 + 402

— Interregional interchange Počitelj in three levels (connecting corridor Vc and Adriatic–Ionian motorway). Interchange is T shape, with indirect ramps. It includes one way ramps in length over 2 500 meters and two way ramps in length over 500 meters. It also includes about 140 meters of structures like viaducts in interchange area.

Bridges, viaducts, culverts and road passes:

— Underpass under the motorway on local road Bivolje Brdo at km 0 + 429.00

— Reinforced concrete frame 2,0 x 2,0 m at km 0 + 420.00

— Reinforced pipe culvert fi 2,0 m at km 0 + 675.00

— Underpass under the motorway on interchange Počitelj at km 0 + 866.00

— Reinforced pipe culvert fi 2,0 m at km 1 + 450.00

— Underpass under the motorway on local road Ševaš Njive at km 1 + 461.00

— Reinforced concrete frame 2,0 x 2,0 m at km 1+ 625.00

— Reinforced pipe culvert fi 2,0 m at km 1 + 875.00

— Reinforced concrete frame 2,0 x 2,0 m at km 2 + 000.00

— Overpass over the motorway on local road Gradina at km 2 + 967.00

Section 2:

— Reinforced pipe culvert fi 2,0 m at km 4 + 475.00

— Reinforced pipe culvert fi 2,0 m at km 4 + 575.00

— Bridge M2 L = 110,5 m (right) / 157,5 m (left) at km 4 +775.00

— Bridge M3 L = 42,0 m (right) / 69,0 m (left) at km 4 + 960.00

— Reinforced pipe culvert fi 2,0 m at km 5 + 175.00

— Tunnel Počitelj L = 1163 m (right) / 1192 m (left) at km 5 + 900.00

— Bridge M4 L = 100,0 m (right) / 122 m (left) at km 6 + 600.00

— Reinforced concrete frame 2,0 x 2,0m at km 6 + 850.00

— Reinforced pipe culvert fi 2,0 m at km 7 + 350.00

— Reinforced pipe culvert fi 2,0 m at km 7 + 900.00

— Reinforced pipe culvert fi 2,0 m at km 8 +125.00

— Reinforced concrete frame 2,0 x 2,0m at km 8 + 275.00

— Reinforced pipe culvert fi 2,0 m at km 8 + 575.00

— Reinforced concrete frame 2,0 x 2,0m at km 8 + 750.00

— Reinforced pipe culvert fi 2,0 m at km 8 + 925.00

— Reinforced pipe culvert fi 2,0 m at km 9 + 250.00

— Reinforced pipe culvert fi 2,0 m at km 9 + 550.00

— Reinforced pipe culvert fi 2,0 m at km 9 + 775.00

— Reinforced pipe culvert fi 2,0 m at km 9 + 925.00

— Reinforced pipe culvert fi 2,0 m at km 10 + 075.00

— Reinforced pipe culvert fi 2,0 m at km 10 + 200.00

— Reinforced pipe culvert fi 2,0 m at km 10 + 425.00

— Reinforced concrete frame 2,0x2,0 m at km 10 + 675.00

— Reinforced pipe culvert fi 2,0 m at km 10 + 900.00

— Underpass under the motorway on regional road Orlovača at at km 10 + 975.00

Local roads:

— local road (LC 1) at km 0 + 429.00

— unclassified road (NS 5) 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 (LS 4) at km 2 + 967.00

— unclassified road (PS 1) at km 2 + 967.00

— unclassified road (NS 3) at km 7 + 000.00

— unclassified road (NS 6) at km 7 + 800.00

— unclassified road (NS 9) at km 7 + 500.00

— unclassified road (NS 10) at km 7 + 500.00

— unclassified road (NS 11) at km 6 + 600.00

— unclassified road (NS 4) at km 8 + 700.00

— unclassified road (NS 7) at km 10 + 400.00

— unclassified road (NS 8) at km 10 + 900.00

— regional road R425a (Orlovača) at km 10 + 975.00

Total length of the section is 10,1 km.

Construction period is:

Section 1: 12 months

Section 2: 24 months

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 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 Client’s country or by the Bank, and the Client may not enter into a contract with such applicant, the Client 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 years of not less than 59 000 000 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 11 500 000 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 3 projects, of nature and complexity comparable to the proposed contract (construction of full profile motorway) within the last 5 years. The value of each contract should not be less than 41 000 000 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 41 000 000 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 motorway twin tube tunnel in minimum length of 1 100 m per tube.

Moreover, the experience shall cover the execution of the following elements of the construction works (key activities), in one year within the last 5 (five) years:

1. Bridge works ..................................... 4 000 m2/ in one year

2. Earth works ..................................... 1 350 000 m3/in one year

3. Concrete works ..................................... 25 000 m3/in one year

4. Asphalt works ..................................... 100 000 t/in one year

5. Tunnel excavation works ..................................... 550 m1/ 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 (in table 2.5) 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: Tunnel manager

Total Work Experience (years): 13

In Similar Works Experience (years): 10

No.: 6.

Position: Earthworks manager

Total Work Experience (years): 10

In Similar Works Experience (years): 7

No.: 7.

Position: Electrical manager

Total Work Experience (years): 10

In Similar Works Experience (years): 7

No.: 8.

Position: Mechanical manager

Total Work Experience (years): 10

In Similar Works Experience (years): 7

No.: 9.

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 site

Age: less than 10 years old

Minimum number required: 1 piece

Equipment type and characteristics: Hot asphalt mixing plant; Minimum capacity: 60 t/h, less than 50 km distance from 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 m3/h; On the site

Age: less than 7 years old

Minimum number required: 1 piece

Equipment type and characteristics: Concrete batching plant; Minimum capacity: 60 m3/h; less than 20 km distance from site

Age: less than 10 years old

Minimum number required: 1 piece

Equipment type and characteristics: Mobile concrete pump; Minimum capacity: 50 m3/h

Age: less than 7 years old

Minimum number required: 5 pieces

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: 2 pieces

Equipment type and characteristics: Mobile crane; vertical reach 30 m; Minimum bearing capacity: 20 t

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Self-driving telescopic formwork carriage for tunnels; Minimum lining length: 12 m

Age: less than 7 years old

Minimum number required: 2 sets

Equipment type and characteristics: Self-driving platform for steel net installation

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Axial flow fan; Minimum fan diameter: ∅ 1000 mm

Age: less than 7 years old

Minimum number required: 4 sets

Equipment type and characteristics: Hydraulic drilling jumbo (Boomer); Minimum power rating: 150 kW

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Rock bolt drilling machine

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Grouting machine

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Tunnel (backhoe) excavator with hydraulic hammer; Power rating: 75-120 kW

Age: less than 7 years old

Minimum number required: 2 pieces

Equipment type and characteristics: Tunnel shotcrete machine; Minimum capacity: 7 m3/h

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Formwork equipment for bridges

Age: n/a

Minimum number required: 8 100 m2

Equipment type and characteristics: Scaffolding for bridges

Age: n/a

Minimum number required: 7 000 m2 (max. height 22 m)

Equipment type and characteristics: Articulated truck; Minimum loading capacity: 18-25 t

Age: less than 7 years old

Minimum number required: 30 pieces

Equipment type and characteristics: Motor grader

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Crawler dozer up to 20 t; 200 kW

Age: less than 7 years old

Minimum number required: 4 pieces

Equipment type and characteristics: Crawler dozer > 20 t; > 200 kW

Age: less than 7 years old

Minimum number required: 6 pieces

Equipment type and characteristics: Wheel loader; Minimum power rating: 320 kW

Age: less than 7 years old

Minimum number required: 8 pieces

Equipment type and characteristics: Backhoe excavator with hydraulic hammer; Minimum power rating: 75-120 kW

Age: less than 7 years old

Minimum number required: 12 pieces

Equipment type and characteristics: Laboratory equipment for earth, asphalt and concrete works

Age: n/a

Minimum number required: 1 set

H) Current Obligations and Pending Awards

The applicant shall have the above mentioned resources free of ongoing obligations and/or pending contract awards.

The applicant shall provide information on the on-going contractual obligations and pending contract awards.

The Client 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 years of not less than 35 400 000 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 6 900 000 EUR equivalent, taking into account the applicant'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 years of not less than 23 600 000 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 4 600 000 EUR equivalent, taking into account the applicant's commitments for other contracts.

Additional Requirements in case of tendering for both lots (Lot 1 and Lot 2)

Tenderers are being invited for individual contracts (Lot 1 or Lot 2) or for both contracts/lots. If the Tenderer wants to offer for both lots, he has to state this intention in the Letter of Technical Tender. In that case, he will be, in addition to the above stated qualification criteria, a subject of evaluation for cumulative qualification criteria in terms of average annual turnover and financial resources as follows:

— 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 years of not less than 85 000 000 EUR equivalent.

— 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 less than 16 400 000 EUR equivalent, taking into account the applicant's commitments for other contracts.

In case the Tenderer submits the tenders for both lots, the first step in evaluation process will be to determine whether the Tenderer fulfils the cumulative qualification criteria.

I. Tenderer satisfies the individual and cumulative qualification criteria

If the Tenderer satisfies the individual qualification criteria for lots and cumulative qualification criteria for average annual turnover and financial resources, his tenders will be a subject of detailed technical evaluation.

If both Technical Tenders are substantially responsive, then both Price Tenders will be opened.

If only one Technical Tender is substantially responsive (Lot 1 or Lot 2), only the corresponding Price Tender will be opened. Another Price Tender will be returned unopened.

II. Tenderer satisfies only individual qualification criteria

If the Tenderer satisfies the individual qualification criteria for lots but does not satisfy the cumulative qualification criteria for average annual turnover and financial resources, evaluation of his Technical Tenders will be carried out separately.

If only one Technical Tender is substantially responsive (Lot 1 or Lot 2), only the corresponding Price Tender will be opened. Another Price Tender will be returned unopened.

If both Technical Tenders are substantially responsive, prior to the opening of Price Tenders, the Tenderer will be officially asked in written by the Employer to decide which one of his Price Tenders should be opened and which one will be returned to him unopened.

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 Bill of Quantity) 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 EUR 1 300 000,00 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 6.9.2018, 13:00 hrs. (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, Adema Buća 20, 88000 Mostar, 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

E-mail: d.tarik@jpautoceste.ba and k.sanela@jpautoceste.ba

PRIKAŽI VIŠE TEKSTA

PODIJELI: