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.
Na vaš mail će svaki dan stići Newsletter koji obuhvata informacije: potražnja i ponuda roba, usluga i radova, nekretnine, regulacioni planovi, rasprave, oglasi, ekološke dozvole, privatizacija, skupštine, imovina i kompanije u stečaju i sl. na području Bosne i Hercegovine, za granu privrede koja vas interesuje.
Pretraga tendera
Tendere i informacije možete pretraživati po grani privrede, a dodatni filteri vam omogućavaju da rezultate pretrage filtrirate po nazivu, po broju tendera, datumu objave i datumu važenja, riječniku javnih nabavki (JRJN), teritoriji, nazivu naručioca/isporučioca ili nekoj drugoj od ponuđenih opcija.
Ukoliko želite pregledati aktuelne i istekle tendere odaberite opciju PRETRAGA tendera.
Rezultat pretrage traženog tendera sadrži informacije o naručiocu i vrijednosti kao i datum raspisivanja i datum važenja tendera
Cijena paketa Tender na godišnjem nivou je 400 KM + PDV.
Nabavka usluga izrade idejnih projekata i studija za uklanjanje uskog grla željezničkog saobraćaja na području Ivan-Bradina (sekcije Visoko-Konjic i Mostar Teretna-Ortiješ)
Bosnia and Herzegovina-Sarajevo: IPA — Provision of preliminary designs and studies for removing the railway traffic bottleneck occurring at Ivan–Bradina
2014/S 102-177708
Service contract notice
Tender No EC/BIH/TEN/13/050
Western Balkans, Bosnia and Herzegovina, Federation of Bosnia and Herzegovina
European Union, represented by the European Commission, on behalf of and for the account of the beneficiary country, Sarajevo, BOSNIA AND HERZEGOVINA.
Contract specification
— Visoko–Konjic, and
— Mostar Teretna–Ortiješ.
On the stretch Visoko–Konjic, the contractor shall look for feasible solutions to remove the bottleneck due to the substandard profile of the 3 km-long tunnel at Ivan Mountain, and to reduce the gradient of 27 % to the required maximal 15 % at Bradina Ramp.
At Mostar, Ortiješ, the contractor shall look for feasible solutions to connect the Mostar International Airport to the railway in the Corridor Vc.
The outputs shall be fully in accordance with the laws applicable in Bosnia and Herzegovina and the respective entity Federation of Bosnia and Herzegovina, regulations inaugurated by the BH RRB, standards applicable in Bosnia and Herzegovina, design requirements, special requests of the employer, and international standards and recommendations (e.g., but not necessarily limited to: UIC, COTIF and Technical Specifications of Interoperability (TSIs)).
The contractor shall remain responsible for collecting relevant data and records available with respective authorities and institutions, as well as for provision and producing other data needed for this assignment to produce technically correct, financially and technically sustainable and financially acceptable outputs.
Conditions of participation
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
Provisional timetable
Selection and award criteria
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided:
Criteria for legal and natural persons:
a. average annual turnover of the candidate for the previous 2 financial years shall be at least 1 000 000 EUR.
2) Professional capacity of candidate (based on items 4 and 5 of the application form):
a. possession of licence for design of civil engineering structures ('projektiranje objekata niskogradnje'), or specifically railways ('željeznica'), valid under the law of Federation of Bosnia and Herzegovina, shall be considered mandatory for the applicant or at least 1 member of the applicant consortium at the time of application. The copy of the licence shall be attached to the application;
b. the candidate shall have at least 15 staff currently working for the candidate in fields related to this contract.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
a. the candidate shall have successfully completed in the 36 months prior to submission deadline conceptual/preliminary and/or main design (excluding as built design) for at least a total of 50 km of conventional railway track for combined freight + passenger, or prevailingly freight traffic (excluding high speed railways providing for speeds of over 160 km/h), not necessarily subject to a single contract. Proportion carried out by the legal entity in preparation of the conceptual/preliminary and/or main designs of the specific railway sections shall be at least 60 %.
The length of the respective railway sections for which the designs were produced shall be measured start to end point of the respective section. In case of design for double track railway section, the candidate may present the total length of both tracks (left track + right track) if subject to the design for the respective section.
Please clearly indicate the date (dd/mm/yy) of completion of the respective railway design, and the length of the respective railway section subject to design. The lengths of the relevant railway sections shall be added, and selection shall be based on the total length of the sections, not on the number, nor the price of such projects.
This means that the project, the candidate refers to, could have been completed at any time during the indicated period, but it does not necessarily have to be started during that period, nor implemented during the entire period.
Previous experience which would have led to breach of contract and termination by a contracting authority shall not be used as reference. This is also applicable concerning the previous experience of experts required under a fee-based service contract.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
a. the total length of the railway sections considered relevant as per criterion 21.3(a);
b. the total length of the railway sections considered relevant as per criterion 21.3(a) in IPA countries.
Application
Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: http://ec.europa.eu/europeaid/work/procedures/implementation/services/index_en.htm
Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.— either by recorded delivery (official postal service) to:
Procurement Team, Delegation of the European Union to Bosnia and Herzegovina, Skenderija 3a, 71000 Sarajevo, BOSNIA AND HERZEGOVINA,
— or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
Procurement Team, Delegation of the European Union to Bosnia and Herzegovina, Skenderija 3a, 71000 Sarajevo, BOSNIA AND HERZEGOVINA. Tel. +387 33254700. Fax +387 33666037. E-mail: delegation-bih@ec.europa.eu
The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.Applications submitted by any other means will not be considered.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.
PRIKAŽI VIŠE TEKSTA
-
Inter-Gradnja d.o.o. Ugljevik - Ćirila i Metodija bb 76330 Ugljevik
-
D.O.O. SANTOVAC Ulice br. 116 - Ulice 116 76000 Brčko Distrikt
-
AD PROJEKT Banja Luka - Ulica Veselina Masleše broj 1/IV 78000 Banja Luka
-
Cestra d.o.o. Beograd - Makenzijeva 57/VI floor 11000 Beograd
-
MONTMONTAŽA-PLINOVODOVOD d.o.o. BOSANSKI PETROVAC - Ibrahimpašića bb 77250 Bosanski Petrovac
-
Niskogradnja d.o.o. Laktaši - Ulica Karađorđeva broj 63 78250 Laktaši
-
Eptisa Servicios de Ingenieria SL Madrid - C/ Emilio Muñoz 35-37 28037 Madrid