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: 01.07.2019. 08:49

Nabavka konsultantskih usluga za nadzor radova na izgradnji autoputa na Koridoru Vc, dionica tunel Kvanj-Buna

Izvor: Official Journal of the European Union, 01.07.2019.

Bosna i Hercegovina-Sarajevo: EIB - Savjetodavne usluge za nadzor izgradnje

2019/S 124-301871

Consultancy Services for Supervision of Works

Bosnia and Herzegovina

Invitation for Expression of Interest

 

Bosnia and Herzegovina has signed a loan agreement with European Investment Bank (hereinafter EIB) and expects to receive a grant from the Western Balkan Investment Facility (WBIF) to finance the motorway section Tunnel Kvanj to Buna as part of the overall route of Pan European Corridor Vc through Bosnia and Herzegovina.

The Federation of Bosnia and Herzegovina (the Beneficiary) intends to apply part of the proceeds of this loan toward the cost of civil works and consulting services, to be procured for the following section of motorway from Tunnel Kvanj to Buna:

— contract Tunnel Kvanj — Buna in total length of 5,25 km will be financed from the loan agreement signed with EIB and expected WBIF grant. Design and construction period is 36 months.

The subject of this invitation for expressions of interest is: consulting services for supervision of works on construction of motorway on Corridor Vc, section Tunnel Kvanj-Buna, contract No JPAC 1102-E576-19 which shall be funded from the proceeds of EIB loan and expected WBIF grant.

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar (the Employer), on behalf of the beneficiary, intends to invite short listed consulting firms to submit proposals for services of design review and the construction supervision of the abovementioned contract.

The Tunnel Kvanj – Buna section starts at km 9+125 at the entrance portal of Tunnel Kvanj, continue within the viaduct ‘Rotimski potok’, leads through slope of ‘Gubavice’ and ends at km 14+380 in the area of ‘Stanojevići’. Tunel Kvanj is a twin tube tunnel. Right tunnel tube, length 2,645 m, begin on chainage km 9+732 and left tunnel tube, length 2,720 m, begin on chainage km 9+750. Viaduct ‘Rotimski potok’ crosses over creek ‘Rotimski potokÆ. The left viaduct is from 12+500 to 12+810 of the left axis and the right viaduct is from 12+445 to 12+775 of the right axis of the motorway. Both viaducts are designed as continuous prestressed concrete structure with spans 88+134+88=310 m for the left and 98+134+98=330 m for the right viaduct. On this section there is overpass Rujevice at chainage 14+197 and allows communication between neighbouring settlements. The overpass structure is designed as shallow arch with total span of 44 m and rise of 6,5 m. As part of the project, construction of the connecting road is foreseen. It is designed as 2 – way traffic road, length 1,414 m. This road will be used as a connection of the main road M17.3 in the Hodbina village, with the motorway section Tunnel Kvanj – Buna.

The FIDIC conditions of contract for plant and design-build; for electrical and mechanical plant, and for building and engineering work, designed by the Contractor, First Edition 1999 will be used for the design and civil works contract.

The role of the consultant is:

— to act as engineer in terms of FIDIC conditions of contract for plant and design-build for electrical and mechanical plant, and for building and engineering works, designed by the contractor, First Edition 1999, and

— to carry out the works supervision services and design review in accordance with the laws of the federation of B&H.

The consultant shall act in a role of engineer and its outputs will have to comply with current local laws and regulation concerning review of design, construction, supervision, civil works quality control and environmental protection. (law on physical planning and utilization of land at the level of the federation of Bosnia and Herzegovina, guidelines for road designing, construction, maintenance and supervision, law of environmental protection, etc.).

The contract for the provision of design review and supervision services is expected to start not earlier than Q4 2019 with an estimated duration of 61 months total (inception phase of 1 month, design and construction period of 36 months, and defects notification period of 24 months).

The invitation for expressions of interest is open to firms and joint ventures from all countries. Interested firms are hereby invited to submit their expression of interest. This invitation shall be followed by a list of short-listed consulting firms and the short-listed firms will be formally invited to submit technical and financial proposals, which shall be evaluated consecutively. Award of the contract shall be made on the basis of the most economically advantageous tender.

Pursuant to its sanctions policy, the Bank shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter.

Procurement procedure will be subject to the Bank's Guide to Procurement for projects finaced by the EIB (September 2018).

The following selection criteria will be applied to all candidates:

(a) the average annual turnover of the applicant for the past 5 years (2014-2018) must exceed 3 000 000 EUR;

(b) the audited financial statement and balance sheets for the past 5 years (2014-2018) must demonstrate the soundness of the applicant’s financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the disqualification of the applicant;

(c) the applicant has successfully completed (i.e. provisional acceptance or defects liability certificate issued) in a role of sole consultant or member of JVCA, in the past 5 years at least 2 major similar projects of supervision of motorway/expressway works implemented under FIDIC conditions of contract or other conditions of contract similar to FIDIC with consultancy services value of 2 800 000 EUR or more per project and should demonstrate that it had a participation of minimum 60 % in each of the project(s) brought as reference.

Applicants may associate into a consortium to enhance their qualifications which must take the form of a joint venture (with joint and several liability). In case of applications submitted by a JV or Consortium, these selection criteria will be applied to the JV/Consortium as a whole:

— the leading company shall meet not less than 60 % and each partner shall meet not less than 30 % of the qualifying financial criteria (a) given above,

— individual partners must each satisfy the requirements for soundness of financial position as required in criteria (b),

— in terms of experience, each of proposed projects must have values as required in criteria (c).

Interested consulting firms must provide information indicating that they are qualified to perform the services as follows:

(a) applicant’s average annual turnover for the previous 5 (five) years (2014-2018) in accordance with Form FIN-2: average annual turnover;

(b) audited financial statement and balance sheets for the past 5 years (2014-2018) In case that the auditing of financial statements is not required by the law of the applicant’s country, the applicant is required to submit financial statements and document, i.e. excerpt from the relevant law or similar, which proves that the applicant is not obliged to audit the financial statements.

Furthremore, if the applicant is not yet able to provide the audited financial statement for 2018, he shall submit the following:

— excerpt with the provisions from the relevant law or bylaw(s) which clearly address the requirements regarding the deadlines for preparation and submission of official financial statements to the authorities, by which the consultant will prove that he was unable to provide official financial statements for the full 2018 year due to the cause which is beyond his control,

— any available format of Financial statements (part of the management reports, accounting reports, quarterly or mid. year performance reports, etc.) from which it is possible to make a full insight in relevant financial indicators and draw conclusion on consultant 2018 financial performance.

(c) applicant’s general experience (details of experience and description of assignments undertaken in the previous 5 (five) years) in accordance with Form EXP-1: General Experience and Form EXP-2: Specific Experience. Any available reference letters from employers of completed contracts should also be submitted;

(d) in case of JV or consortium, form of association (joint venture or consortium agreement, letter of intent to form a JV or consortium) for the execution of the contract, if the case may be, shall be submitted. In addition, information in accordance with the Form ELI-2: JVCA structure and Form ELI-3: JVCA Information Sheet. The same information and documentation as for the lead company shall be requested for all other partners;

(e) letter of application;

(f) company profile in accordance with Form ELI-1: Applicant’s Information Sheet;

(g) a list of ongoing contracts in accordance with Form FIN-4: current contract commitments/services in progress.

All the above mentioned Forms are available for downloading from the employer’s web site on the following link http://www.jpautoceste.ba/en/competition-according-to-the-rules-of-international-financial-institutions/applicants are required to download the requested forms, and use them during preparation of their applications.

The format and instructions of the application must be strictly observed.

Failure to submit the application in the requisite format or in line with the instructions may mean that the application is deemed non-compliant and will be rejected.

Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.

If more than 6 EOIs are found to be qualified and competent then all eligible and qualified consultants must be evaluated and ranked using the following criteria:

— the number of contracts in a field related to these services brought as reference in para c) above,

— in case of competition between 2 or more candidates having the same number of compliant references, as per the factors for re-examination above, the sum of projects amounts (Fees) of references which comply with the requirements of para c) (only the participation of the candidate) will be taken into account.

The applicant is expected to examine all instructions, forms, terms and information in the invitation for expression of interest. Failure to furnish all information or documentation required by the invitation for expression of Interest may result in the rejection of the application.

After notification of all applicants, those applicants who were not shortlisted, may request in writing to the employer for a debriefing seeking explanations on the grounds on which their application was not shortlisted. The employer shall promptly respond in writing to any unsuccessful consultant who, after notification, requests a debriefing. any consultant who is not satisfied with the employer’s debriefing has the right to file a complaint to the independent complaints committee — federal ministry of transport and communications.

One original and one copy of the above information in English language should be submitted to the address below, in an envelope marked ‘Expression of Interest’ for ‘Consulting services’ for supervision of works on construction of motorway on Corridor Vc, section Tunnel KvanjBuna, Contract No JPAC 1102-E576-19” not later than 13.8.2019, 12:00 (local time).

Documents received after this date shall be rejected and returned unopened upon written request and at the applicant’s cost.

Further information may be obtained upon request to the address below from Monday to Friday from 9:00 to 16:00.

Ms. Lejla Hodžić and Ms. Jasmina Olovčić,

JP Autoceste FBiH d.o.o. Mostar,

Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina,

Tel: +387 33 277 922; +387 33 277 958 -

Fax: +387 33 277 901; +387 33 277 942 -

Email: h.lejla@jpautoceste.ba and o.jasmina@jpautoceste.ba

PRIKAŽI VIŠE TEKSTA

PODIJELI: