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: 11.05.2017. 11:49

Izvođenje radova na izgradnji autoceste na koridoru Vc, dionica Počitelj-Bijača, poddionica Počitelj-Zvirovići

Izvor: Večernji List, 11.05.2017.

 

INVITATION FOR TENDERS

BOSNIA AND HERZEGOVINA

CONSTRUCTION OF MOTORWAY ON CORRIDOR Vc,

SECTION POČITELJ - BIJAČA, SUBSECTION POČITELJ - ZVIROVIĆI

No: JPAC 841-B80-17

 

This Invitation for Tenders is published on the OJEU-TED, EIB and JP “Autoceste FBiH” websites and BiH Daily Press, on 11 th May 2017.

 

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

 

• Construction of motorway on Corridor Vc, section Počitelj-Bijača, subsection Počitelj-Zvirovići, total length of 11,075 km will be financed from the loan agreement signed with the Bank. Construction period is 30 months.

 

The contract JPAC JPAC 841-B80-17 includes construction of the motorway on subsection Počitelj-Zvirovići between interchange Počitelj and and interchange Zvirovići.


Brief description

Route on the section starts at chainage km 0+000 and ends at chainage km 11+075.

 

At the beginning, in addition to the open road, one interchange and three underpasses are envisaged, while continuing, there is one overpass and bridge Počitelj. Behind the Počitelj bridge, there is practically no open road, namely the motorway route comprises of three bridges and one tunnel, while on the last third of the section, alignment is almost entirely an open road with one underpass at the end of the section.

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 concrete frame 2,0x2,0 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 2,0x2,0 m     at km 1+625.00

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

-Reinforced concrete frame 2,0x2,0 m 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

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

-Reinforced pipe culvert fi 2,0m 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 2,0m 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 2,0x2,0m at km 6+850.00

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

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

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

-Reinforced concrete frame 2,0x2,0m at km 8+275.00

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

-Reinforced concrete frame 2,0x2,0m at km 8+750.00

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

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

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

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

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

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

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

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

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

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

-Underpass under the motorway on regional road Orlovača 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 km 11+075.

 

Construction period is 30 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:

 

- Historical non-performance

A consistent history of historical non-performance and/or litigation awards against the Tenderer or any partner of a joint venture may result in rejection of the tender.

 

- 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.

 

- 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 EURO 80 000 000 equivalent.

 

- Financial Resources

The Tenderer shall complete Attachment 2, 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 EURO 13.500.000 equivalent, taking into account the applicant's commitments for other contracts.

 

- Experience

The applicant shall meet the following minimum criteria:

(a) Successful experience as prime contractor (one contractor signed contract), lead partner or partner in joint venture or consortium 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 EUR 60 million.

The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Volume II, Section 6 Description of Works.

(b) 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 twin tube tunnel, with minimum length of 1.000 m per tube

2. Bridge works ……………………………………………… 12.000 m²/year*

3. Earth works ………………...……………………………. 1.350.000 m³/year*

4. Concrete works ……………………………………………… 40.000 m³/year*

5. Asphalt works …………………………………………….... 140.000 t/year*

* average quantities over the last 5 years.

 

- 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.

Position

Total Work Experience (years)

In Similar Works Experience (years)

1.

Project manager

15

10

2.

Site manager

13

10

3.

Quality Assurance manager

13

10

4.

Bridges manager

13

10

5.

Tunnel Manager

13

10

6.

Earthworks manager

10

7

7.

Electrical manager

10

7

8.

Mechanical manager

10

7

9.

Occupational health and safety manager

10

7

 

- 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

Age

Minimum number required

Hot asphalt mixing plant; Minimum capacity: 100 t/h, less than 50km distance from site

less than 10 years old

 

1 piece

Hot asphalt mixing plant; Minimum capacity: 60 ton/h, less than 50km distance from site

less than 10 years old

1 piece

Tracked asphalt paver; Blade width: 8,20 m; Laying capacity more than 500 t/h;

less than 7 years old

 

2 pieces

Concrete batching plant; Minimum capacity: 100 m³/h On the site

less than 7 years old

 

1 piece

Concrete batching plant; Minimum capacity: 60m³/h On the site

less than 10 years old

 

1 piece

Stationary concrete pump; Minimum capacity: 50 m³/h

less than 7 years old

3 pieces

Mobile concrete pump; Minimum capacity: 50 m³/h

less than 7 years old

6 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;

less than 10 years old

 

6 pieces

Tower crane; Minimum length of the hand: 40 m Minimum bearing capacity: 1,5 t

less than 10 years old

 

2 pieces

Mobile crane; vertical reach 80 m Minimum bearing capacity: 45 t

less than 7 years old

2 pieces

Mobile crane; vertical reach 30 m Minimum bearing capacity: 20 t

less than 7 years old

3 pieces

Self-driving telescopic formwork carriage for tunnels; Minimum lining length: 12 m

less than 7 years old

2 sets

Self-driving platform for steel net installation

less than 7 years old

4 pieces

Axial flow fan; Minimum fan diameter: ∅ 1000 mm

less than 7 years old

4 sets

Hydraulic drilling jumbo (Boomer); Minimum power rating: 150 kW;

less than 7 years old

4 pieces

Rock bolt drilling machine

less than 7 years old

2 pieces

Grouting machine

less than 7 years old

2 pieces

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

less than 7 years old

2 pieces

Tunnel shotcrete machine; Minimum capacity: 7m³/h;

less than 7 years old

2 pieces

Formwork equipment for bridges

 

8.100 m²

Scaffolding for bridges

 

7.000 m² (max. height 22 m)

Scaffolding for Počitelj bridge

 

2.500 m² (max. height 50 m)

Articulated truck; Minimum loading capacity: 18-25 t

less than 7 years old

30 pieces

Motor grader

less than 7 years old

4 pieces

Crawler dozer up to 20t; 200 kW

less than 7 years old

4 pieces

Crawler dozer > 20t; > 200 kW

less than 7 years old

6 pieces

Wheel loader; Minimum power rating: 320 kW

less than 7 years old

10 pieces

Backhoe excavator with hydraulic hammer; Minimum power rating: 75 -120 kW

less than 7 years old

20 pieces

Bored piling machine; Φ 1500 mm

less than 7 years old

2 pieces

Laboratory equipment for earth, asphalt and concrete works;

 

1 set

 

- 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 joint venture's total capacity.

b. The lead partner shall meet not less than 60% percent of all 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 EURO 48.000.000 equivalent

2. The lead partner shall complete Attachment 2, 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 EURO 8.100.000 equivalent, taking into account the applicant's commitments for other contracts.

c. The other partners shall meet not less than 30% 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 EURO 24.000.000 equivalent.

2. The other partners shall complete Attachment 2, 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 EURO 4.050.000 equivalent, taking into account the applicant's commitments for other contracts.

Tender documents may be obtained from the address below upon payment of a nonrefundable 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 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, 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 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.

 

All tenders must be accompanied by a tender security of Euro 2.000.000.

 

Tenders must be delivered to the office at the address below on or before 17th July 2017, 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 Braće

Fejića bb, 88000 Mostar, Bosna i Hercegovina

 

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:

 

Contact Persons: Ms. Lejla Hodžić and Ms. Sanela Kosovac,

 

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar, Dubrovačka 6, 71000 Sarajevo, Bosnia and Hercegovina.

Tel: +387 33 277 922; +387 33 277 921.

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

Email: h.lejla@jpautoceste.ba and k.sanela@jpautoceste.ba

PRIKAŽI VIŠE TEKSTA

PODIJELI: