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: 26.07.2017. 09:47

Poziv za pretkvalifikaciju za izgradnju autoputa na Koridoru Vc, Područje Poprikuše-Zenica sjever (Donja Gračanica), podsekcija Ponirak-Vraca

Izvor: Official Journal of the European Union, 26.07.2017.

Bosna i Hercegovina-Sarajevo: EIB - Izgradnja autoceste

2017/S 141-289054

INTERNATIONAL INVITATION FOR PREQUALIFICATION

CONSTRUCTION OF MOTORWAY ON CORRIDOR Vc, SECTION POPRIKUŠE-ZENICA NORTH (DONJA GRAČANICA), SUBSECTION PONIRAK-VRACA, JPAC 851-B83-17

Public company “Autoceste Federacije Bosne i Hercegovine” Ltd. Mostar on behalf of Government of Federation of Bosnia and Herzegovina

 

The Bosnia and Herzegovina (hereinafter referred to as “the Borrower”) has received a loan from the European Investment Bank – EIB (hereinafter referred to as “the Bank”) – towards the cost of the construction of priority sections of the motorway on the route of Pan European Corridor Vc through Bosnia and Herzegovina. This International Invitation for Prequalification relates to the contract for „Construction of motorway on Corridor Vc, Section Poprikuše- Zenica north (Donja Gračanica), Subsection Ponirak - Vraca.“

 

This contract will include:

 

• Contract No. JPAC 851-B83-17: Construction of motorway on Corridor Vc, Section Poprikuše-Zenica north (Donja Gračanica), Subsection Ponirak - Vraca in total length of 2,65 km

 

Subsection starts on the western Drenovac hillside, above the Ponirak settlement. At the length of about 90 m, the alignment runs in steeply inclined slope and it is expected that for the purpose of slope stabilization, special geotechnical solutions will have to be applied. Route then crosses over a steady stream and access road to settlement of Ponirak (construction of the watercourse regulation and underpass, which enables communication with the hinterland is foreseen). At 0+150 m alignment enters into the northern portal of the tunnel Zenica. At the southern tunnel exit alignment runs in steep slope approximately at the chainage km 2+610. Section ends on the Gaje hillside, east from the settlement Donja Vraca, at km 2+650. The total length of the open alignment on this subsection is about 150 m and the tunnel length is approximately 2500 m or 94% of the works. Main structure on this subsection is Tunnel “Zenica”. Left tunnel tube starts at the chainage 0+135 and has a length of 2475m while right tunnel tube starts at the chainage 0+136 and has a length of 2420 m. Axis of the tunnel tubes are designed at a distance of 25 m.

 

This contract is expected to be implemented from Q2 2018 and its estimated duration is 30 months.

 

The criteria to be used in the tender evaluation are:

 

 1.General Experience

 

The applicant shall meet the following minimum criteria:

The applicant shall have an average annual turnover in construction works as a contractor over the last five (5) years of EUR 50 million.

The turnover value in other currencies than the defined currency should be recalculated into that currency based on the exchange rate as of the 31st of December of each year reported, as set by Central Bank of Bosnia and Herzegovina.

 

 2.Specific Experience

 

The applicant shall meet the following minimum criteria:

(a) successful experience as a contractor (sole contractor, JVCA member or subcontractor) in the execution of at least two (2) contracts of magnitude, nature and complexity comparable to the proposed contract (construction of full profile motorway) within the last five (5) years.

For assessment purposes, the values of each of the referred contracts shall be not be less than the equivalent of EUR 43 million. In the case of the multiple subcontracts (or contracts) on the same Project, the different (sub) contracts will be treated cumulatively as a whole.

b) successful experience as a contractor (sole contractor, JVCA member or subcontractor) in the execution of at least one (1) contract of a nature and complexity comparable to the proposed contract (construction of a twin tube motorway tunnel) within the last five (5) years.

For assessment purposes the referred contracts shall include construction of a twin tube full profile motorway tunnel with minimum length of 2400 m, or 2 single tube tunnels, with installed ITS, with minimum length of 2400, or 1 single tube tunnel with installed ITS, with minimum length of 4800 m. In case of the multiple structures (tunnels or tunnel stages) being constructed as a part of the same Project, the cumulative size of different tunnels or tunnel stages shall be taken into account for the purpose of assessment.

(c) In addition, applicant shall demonstrate the annual execution of following specific operations and construction works experience over the last five (5) years, in a role of sole contractor, JVCA member or subcontractor:

• Earthworks 150.000 m³

• Concrete works 20.000 m³

• Asphalt works 40.000 t

 

 3.Personnel Capabilities

 

The applicant shall provide suitably qualified personnel to fill the positions listed below. For each position applicants shall supply information in the relevant form (Section III, Prequalification Forms) on a main candidate and an alternate, each of whom should meet the experience requirements specified below:

Position; Total work experience (years); Experience on similar projects (years); Experience as manager/team coordinator on similar projects (years):

Project Manager; 15; 10; 5

Site Manager; 12; 8; 5

Tunnel Manager 1; 12; 8; 5

Tunnel Manager 2; 10; 7; 3

Quality Assurance Manager 12 8 5

Electrical Manager; 10; 7; 3

Mechanical Manager; 10; 7; 3

 

 4.Equipment Availability

 

The applicant 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 they will be available for use in the Contract.

The applicant 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 Min. capacity: 100 ton/h Max. distance from constr. site: 50 km; less than 10 years old; 1 piece

Tracked asphalt paver Min. blade width: 8,00 m; Min. laying capacity: 500 ton/hour; less than 7 years old; 2 pieces

Concrete batching plant Min. output capacity: 60 m³/h Max. distance from constr. site: 20 km; less than 10 years old; 1 piece

Face drilling jumbo rig (Boomer) Min. power:150 kW Min. number of booms: 2; less than 10 years old; 2 pieces

Tunnel excavator with backhoe and hydraulic hammer; less than 10 years old; 2 pieces

Mobile shotcrete sprayer; less than 10 years old; 2 pieces

Rock bolt drilling, installation and grouting rig; Rock bolt drilling, installation and grouting rig; 2 pieces

Self-moving platform for steel mash installation; less than 10 years old; 2 pieces

Tunnel ventilation system Min. diameter of axial flow fan: Ø = 1600 mm; less than 10 years old; 4 pieces

Hydraulic tunnel formwork; less than 10 years old; 2 pieces

Articulated truck Min. capacity: 18 tonnes Min. power: 250 kW; less than 7 years old; 8 pieces

Tipper truck Min. capacity: 20 tonnes Min. power: 250 kW; less than 7 years old; 10 pieces

Mobile concrete pump Min. throughput capacity: 90 m³/h Min. vertical boom reach: 40 m Min. horizontal boom reach: 35 m; less than 7 years old; 2 pieces

Wheeled loader Min. bucket capacity: 5 m³ Min. power: 230 kW; less than 7 years old; 2 pieces

Backhoe excavator with hydraulic hammer Min. power: 90 kW; less than 7 years old; 2 pieces

Crawler Dozer Min. blade capacity: 5 m³ Min. power: 150 kW; less than 7 years old; 2 pieces

Mobile crane Min. load capacity: 45 t Min. boom length: 35 m; less than 7 years old; 1 pieces

Motor grader Min. blade width 3,5 m Min. power: 120 kW; less than 7 years old; 1 pieces

Laboratory equipment for earth, asphalt and concrete works; —; 1 set

 

 5.Financial Position

 

The applicant shall 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 three (3) months, estimated as not less than EUR 8.000.000 equivalent, taking into account the applicant's commitments in other contracts.

In case the applicant uses other currency, the calculations shall be based on the exchange rate, as set by Central Bank of Bosnia and Herzegovina on the date of publication of the Invitation for Prequalification.

The submitted annual financial statements for the last five (5) years (2016, 2015, 2014, 2013 and 2012) 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.

To facilitate the assessment of information the applicants shall submit a summary of assets and liabilities, expressed in an equivalent of EUR converted based on the exchange rate reported as of the 31st of December of each year, as set by Central Bank of Bosnia and Herzegovina.

Based upon known commitments, the applicants shall also provide a summary of the projected assets and liabilities for the next two (2) years, expressed in its equivalent of EUR converted based on the exchange rate as of the date of publication of the Invitation for Prequalification, as set by Central Bank of Bosnia and Herzegovina, unless the withholding of such information is justified by the Applicant to the satisfaction of the Employer.

Where necessary, the Employer may make inquiries with the applicant's banks.

 

 6.Non-performance History

 

The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five (5) years. A consistent history of litigation and/or arbitration awards against the applicant or any partner of a joint venture or their non-performance under the contracts may result in failure of the application.

Moreover, if an applicant is formally debarred from contracting activities by the law or official regulation of the Employer’s country or by the Bank, and the Employer may not enter into a contract with such applicant, the Employer reserve the right to reject such application during the evaluation process.

 

 7.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 Employer 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.

 

 8.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) Lead Partner shall meet not less than 60 % percent of all the qualifying criteria for the turnover and the availability of the financial means as per the criteria specified under general experience and financial position above

(c) Each partner shall meet not less than 30 % percent of all the qualifying criteria for the turnover and the availability of the financial means as per the criteria specified under general experience and financial position above.

Each partner shall satisfy the requirements with regard to the soundness of the financial position and non-performance history, specified above.

(d) Both partners of the JVCA shall demonstrate that they collectively satisfy the Specific experience qualifying criteria in its entirety. The value and physical size of executed contracts, required under the Article 22.1, 2. Specific Experience (a) and (b), shall not be split between the JVCA partners for the purpose of satisfying the requirement.

Both partners of the JVCA shall demonstrate that they satisfy the Specific experience qualifying criteria, specified under the Article 22.1, 2. Specific Experience (c), collectively.

The prequalification of a JVCA does not mean that any of its partners individually, or as a partner in any other JVCA, are prequalified.

The applicant’s subcontractors shall meet the following minimum criteria:

(a) successful experience as a contractor (sole contractor, member of JVCA or subcontractor) in the execution of at least two (2) contracts of a magnitude, nature and complexity comparable to the works proposed for subcontracting within the last five (5) years.

A consistent history of litigation and/or arbitration awards against the subcontractor, related to their non-performance under the contracts may result in failure of the application.

Moreover, if a subcontractor is formally debarred from contracting activities by the law or official regulation of the Employer’s country or by the Bank, and the Employer may not enter into a contract with such applicant, the Employer may reject such application.

Should a subcontractor be determined to be unqualified or otherwise unacceptable, the application shall not be rejected, but the applicant shall be required to substitute an acceptable subcontractor.

In accordance with the EIB’s Guide to Procurement, the prequalification is open to firms and joint ventures from all countries. Firms and joint ventures may not be eligible to tender in application of exclusion procedures published on the EU Sanction lists.

Interested eligible applicants may obtain further information from, and inspect the prequalification document at:

Contact Persons: Ms. Lejla Hodžić and Ms. Sanela Kosovac, Public company “Autoceste Federacije Bosne i Hercegovine” Ltd. Mostar, Dubrovačka 6, 71000 Sarajevo, Bosnia and Herzegovina, Tel: Tel: +387 33 277 922; +387 33 277 921, Fax: +387 33 277 901; E-mail: h.lejla@jpautoceste.ba  and k.sanela@jpautoceste.ba

A complete set of prequalification documents may be purchased on the submission of an application to the above address, and upon payment of a non-refundable fee of EUR 200,00 or equivalent in a convertible currency in accordance with the following payment instructions:

Beneficiary Bank: Raiffeisen Bank d.d. Bosnia and Herzegovina

Swift Code: RZBABA2S

IBAN Code: BA391611200000709894, (for payments in Euro) 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: OUR (Applicant covers all costs and fees related to the transfer of funds to the Beneficiary’s account)

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 be promptly dispatched by courier; however, no liability can be accepted for their loss or late delivery.

In addition, PQ Documents in electronic format (pdf file) will be made available to all prospective applicants who purchased original (hard copy) version of PQ Documents, upon their request and free of charge.

The prequalification documents bearing the mention “Bid for Construction of motorway on Corridor Vc, Section Poprikuše-Zenica north (Donja Gračanica), Subsection Ponirak – Vraca“ must be duly completed and delivered to the address below, on or before 22nd September 2017 at 12 pm (local time). Documents which are received late may be rejected and returned unopened.

Public company “Autoceste Federacije Bosne i Hercegovine” Ltd. Mostar, Dubrovačka 6, 71000 Sarajevo, Bosnia and Herzegovina

PRIKAŽI VIŠE TEKSTA

PODIJELI: