Corridor Vc through Republic of Srpska – Doboj Bypass Project
Procurement ref: 9579-IFT-50603
Location: Bosnia and Herzegovina
Business sector: Transport
Project number: 50603
Funding source: EBRD
Contract type: Project goods, works and services
Notice type: Invitation for tenders
Issue date: 17 Feb 2020
Closing date: 04 May 2020 at 12:00 Banja Luka
INVITATION FOR TENDERS
Bosnia and Herzegovina / Republic of Srpska
Corridor Vc through Republic of Srpska: Doboj Bypass
INVITATION FOR FIRST STAGE PROPOSALS
Design and Construction of Doboj Bypass: section Bridge Rudanka (including the Bridge)-tunnel Putnikovo Brdo 2
This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (http://www.ebrd.com/pages/workingwithus/procurement/project.shtm ) on July 30th, 2019.
Procurement will be carried out in accordance with the EBRD “Procurement Policies and Rules” (PPR), which are published on the Bank’s website.
Public Company “Republic of Srpska Motorways” ltd, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of preparation of Detailed Design (based on the existing Main Design) and Construction of motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, section Bridge Rudanka (including the Bridge) - tunnel Putnikovo Brdo 2.
The Employer now invites sealed tenders from Contractors for the Design and Construction of the following Works to be funded from part of the proceeds of the loan:
Main Works: Construction of 5,6 km of new Motorway including all related local roads and following major structures:
General description
Design and Construction of 2+2 lane motorway (with central median and emergency lanes) which may include some or all of the following:
Expected duration of the Contract is 1095 days (three years) plus Defect Notification Period of 730 days (two years)
Tender Documents
Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of Euro 750 or equivalent in a convertible currency. The potential Tenderers shall bear the cost of additional commissions, taxes or any other expenses created by the Banks as a result of payment of non-refundable fee.
Non refundable fee should be paid with reference to the Invitation to Tenders No. RS/EBRD-2019/W.
Instruction for payment in local currency [KM]:
Account Nr. 5620998073966893 with NLB Razvojna banka AD Banja Luka, or
Instruction for payment in foreign currency [Euro]:
Bank: NLB Razvojna banka AD Banja Luka
Adress: 4 Milan Tepića St, 78 000 Banja Luka
BIC RAZBBA22XXX
IBAN: BA39 5620 9980 8433 4641
Korisnik: JP “Autoputevi RS“ d.o.o. Banja Luka
Adresa: Vase Pelagića 10, 78 000 Banja Luka
Upon receipt of appropriate evidence of payment of the non-refundable fee in the amount of EUR 750, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. 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.
Tender
A two stage Tendering Procedure will be adopted for the procurement of the above-named Contract and will proceed as follows:
Qualification
To qualified for the award of the Contract, the applicant must demonstrate to the Client that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position and litigation history, specified below:
However, as a part of the required average annual turnover, the applicant shall have an average annual turnover in road construction works of at least Euro 50 million. To demonstrate the revenue in the road construction, the applicant has to submit the list of referenced projects containing the description of works, value and implementation period. This list, where available, should be accompanied by completion certificates/reference letters issued and signed by the contracting authorities and mentioning the above data. If a completion certificate or reference letter is not obtained from the contracting authority, the applicant shall submit a sworn statement that the certificate or letter was properly requested.
PERSONNEL FOR WORKS |
||
Position
|
Total work experience (years) |
In similar works (years) |
Project Manager |
20 |
10 |
Site Manager |
20 |
10 |
Tunnel Construction Manager |
15 |
10 |
Tunnel Equipment Manager |
15 |
10 |
Quality Assurance manager |
15 |
8 |
Bridges Manager |
15 |
10 |
Earthworks Manager |
15 |
8 |
Pavement Works Manager |
15 |
10 |
Occupational Health and Safety Manager |
10 |
8 |
Electrical Manager (Light current) |
10 |
8 |
Electrical Manager (Heavy current) |
10 |
8 |
|
|
|
PERSONNEL FOR DESIGN |
||
Highway Design Engineer |
15 |
10 |
Bridge/Viaduct Design Engineer |
15 |
10 |
Tunnel Design Engineer |
15 |
10 |
Geotechnical/Geomechanical Design Engineer |
15 |
10 |
Environmental Design Engineer |
10 |
5 |
No. Equipment Type and Characteristics Minimum
Number required
1. Hot asphalt mixing plant 1 piece
Minimum capacity: 200 ton/hr
(At construction stage, distance from
site shall be max 20 km)
emulsion sprayer, water tank, set of tandem
rollers min 2, min 7, min 9, roller with
pneumatic wheels 14t)
guided blade min. width 8m, laying capacity
Minimum capacity: 100m3/h 1 piece
(At construction stage, distance from site
shall be max 20 km)
5. Hydraulic drilling jumbo 4 pieces
Power min 150 KW
and grouting
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.
Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.
Joint Venture Partnerships
Joint Ventures must satisfy the following minimum qualification requirements:
a) The lead partner shall meet not less than 60% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above.
b) The other partners shall meet not less than 40% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above.
c) The joint venture must satisfy collectively the criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity.
If the lead partner of the Joint Venture does not possess in house design experience, experience of proposed specialist subcontractors will be acceptable. Notwithstanding, the lead Joint Venture Partner shall demonstrate proven experience in execution of at least one project involving single point responsibility for the design and construction.
Individual members must each satisfy the requirements for audited balance sheets and litigation.
Submission of Tenders
The First Stage Proposal must be delivered to the office at the address below on or before May 5th _ 2020 by 12:00 hours local time, at which time they will be opened in the presence of those Tenderers’ representatives who choose to attend.
All Second Stage tenders must be accompanied by a Tender Security of EUR 1,500,000.00 or its equivalent in a convertible currency, and must be delivered to the address below on or before the time and date of the submission deadline specified in the Letter of Invitation to submit Second Stage tenders, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.
The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R) (November 2017) which are available on the following website: http://www.ebrd.com/cs/Satellite?c=Content&cid=1395266160617&d=&pagename=EBRD%2FContent%2FDownloadDocument
Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:
Contact Person: Mr. Davor Vuckovic, Eng. for Motorway Construction
Public Company “Autoputevi Republike Srpske” ltd.
10 Vase Pelagića St, 78000 Banja Luka
Tel: +387-51-233 670
Fax: +387-51-233 700
e-mail: dvuckovic@autoputevirs.com ; info@autoputevirs.com
PRIKAŽI VIŠE TEKSTA
Doming d.o.o. Čitluk - ul. Kralja Tomislava 170 88260 Čitluk
BIJELJINA PUT d.o.o. Bijeljina - Baje Pivljanina bb 76300 Bijeljina
EKO-GRADNJA d.o.o. Sarajevo Ilidža - Munira Gavrankapetanovića broj 106 71210 Ilidža
Kolinvest d.o.o. Sarajevo - ulica Hamdije Čemerlića br.37 71000 Sarajevo
RUDAR d.o.o. Tuzla - ul. Mitra Trifunovića Uče br. 9 75000 Tuzla
ALMY-GRADNJA d.o.o. Zenica - Pečuj, Vrandučka bb 72000 Zenica
RENOVIR Brčko distrikt BiH d.o.o. - Gredice II, bb 76100 Brčko
Galax - Niskogradnja d.d. Brčko - Safeta Pašalića 20 76000 Brčko