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: 10.06.2022. 09:55

Izvođenje radova na izgradnji autoputa na Koridoru Vc, dionica Medakovo - Poprikuše, poddionica Medakovo - Ozimice

Izvor: Dnevni Avaz, 10.06.2022.

Contract notice

Works

 

Legal Basis:

Regulation (EU, Euratom) No 2018/1046

This contract will be financed by European Investment Bank (EIB) and is subject to the EIBs Guide to

 

Procurement

 

Section I: Contracting authority

I.1)       Name and addresses

Official name: PC Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar

Postal address: Hamdije Kresevljakovica 19

Town: Sarajevo

NUTS code: BA Bosnia And Herzegovina

Postal code: 71 000

Country: Bosnia and Herzegovina

Contact person: Jasmina Olovcic

E-mail: o.jasmina@ipautoceste.ba

Telephone: +387 33277921

Fax: +387 33277901

Internet address(es):

Main address: https://www.jpautoceste.ba/

 

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at: https://www.jpautoceste.ba/

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted to the abovementioned address

 

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity: Road Management         

 

Section II: Object

II.1) Scope of the procurement

II.1.1) Title:

Construction of Motorway on Corridor Vc, Section Medakovo - Poprikuše, Subsection Medakovo - Ozimice

Reference number: EIB-GtP/MOB 20190751-03

II.1.2)    Main CPV code

45233110 Motorway construction works

II.1.3)    Type of contract

Works

II.1.4)    Short description:

The subject of this Contract is construction of 21.3 km long section of Motorway on Corridor Vc between Medakovo and Ozimice. The works include one interchange, two two-sided rest areas, eight bridges and viaducts, two overpasses, fifteen (15) underpasses and one tunnel 2200 m long.

II.1.5) Estimated total value

Value excluding VAT: 160 000 000.00 EUR

II.1.6) Information about lots

This contract is divided into lots: no

 

II.2) Description

II.2.3) Place of performance

NUTS code: BA Bosnia And Herzegovina Main site or place of performance:

The works are expected to be delivered on the construction site, on motorway sub-section Medakovo - Ozimice between towns Doboj and Žepče (Bosnia and Herzegovina).

 

II.2.4)    Description of the procurement:

A Contractor will be selected in accordance with the EIB Guide to Procurement, September 2018: https://www.eib.org/en/publications/guide-to-procurement. The applicable law is the law of FBiH.

The construction works are expected to be financed through the Loan agreement signed with European Investment Bank (EIB) and Grant funds from the Western Balkans Investment Framework.

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 Contract JPAC 1397-B-138-22, Subsection: Medakovo - Ozimice (from km 0+300,00 to km 21+230) in total length of 21.3 km

Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

The procurement procedure to be applied is a single stage, two-envelope tendering procedure. The Tenderers will submit Tender containing two envelopes: one envelope with the Technical Tender and another envelope with the Price Tender. Technical Tender will be evaluated first, and only if Technical Tender is determined to be substantially responsive "and the Tenderer qualified, the Tenderer's Price Tender will be opened.

The Employer shall award the Contract to the Tenderer whose Tender has been determined to be the lowest evaluated Tender and is substantially responsive to the Tender Document, provided further that the Tenderer is determined to be qualified to perform the Contract satisfactorily.

Bidders are allowed to ask clarifications no later than 21 days prior to the deadline for submission of Tenders by sending an email to the relevant address above.

The FIDIC Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (edition 1999) will be used for the Contract.

Tender documents may be obtained from the address below upon payment of a non-refundable fee of EUR 200.00.

Upon receipt of appropriate evidence of payment of the non-refundable fee, if requested, 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 the Bill of Quantities) can be dispatched electronically. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. All Tenders must be accompanied by one, single tender security of EUR 3,000,000.00.

II.2.5) Award criteria

Criteria below

Price

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30

This contract is subject to renewal: no

II.2.10) Information about variants

Variants will be accepted:  no

II.2.11) Information about options

Options:  no

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes

Identification of the project: WBIF

II.2.14) Additional information

 

Section III: Legal, economic, financial and technical information

III.1)  Conditions for participation

III.1.1)    Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The Candidates shall provide a trade licence or professional registers in their Country of Establishment.

The Tenderer shall provide a statement confirming that he either possesses or will apply (within 10 working days after the issuance of the Letter of Acceptance, in the event he is awarded the contract), a License /Authorization for performing of construction works on the territory of the Federation of Bosnia and Herzegovina and License/Authorization for performing of site investigations for him or his subcontractor.

This license/Authorization is issued by the Federal Ministry of Physical Planning and is in accordance with law in Federation of Bosnia and Herzegovina (Article 38. of Decree on construction site organization, mandatory construction documents and construction actors; "Official Gazette of the Federation of Bosnia and Herzegovina" No. 48/09,16th July, 2009).

The possession of BiH national licenses is not a pre-condition for participation in the tender procedure.

III.1.2)   Economic and financial standing

List and brief description of selection criteria:

The tender dossier available from the Employer includes a comprehensive list of financial & economic criteria which Tenderers must fulfil to be considered to be qualified for opening of their financial bid. The criteria include the following:

a) The Tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 (five) years of not less than EUR 130 million equivalent.

b) The Tenderer 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 4 (four) months, estimated as not less than EUR 32 million equivalent, taking into account the applicant's commitments for other, contracts.

Note: The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shall prevail.

Minimum level(s) of standards possibly required:

 

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Tender Dossier available from the Employer includes a comprehensive list of technical criteria and criteria for JVCA which Tenderers must fulfil to be considered for opening of the financial proposal, and those criteria shall prevail. The criteria include the following:

(a) Successful experience as prime contractor (one contractor signed contract), lead partner, partner in JVCA/consortium or subcontractor in the execution of at least 2 (two) projects, of nature and complexity comparable to the proposed contract (construction of full profile motorway/expressway) within the last 5 years. The value of each contract should not be less than EUR 130 million.

In case that tenderer demonstrates successful experience in a role of subcontractor, the total value of that subcontract should not be less than EUR 130 million. In case of the multiple subcontracts (or contracts) on the same Project, the different (sub)contracts will be treated cumulatively as a whole. .The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Tender Dossier.

(b) At least one of the above required projects must include two four lane bridges/viaducts four lane structure in minimum length of 320 m and one double tunnel in minimum length of 1760 m. In case these projects do not include required bridges/viaducts, for the successful demonstration of this specific construction experience, tenderers can present another project, regardless of its contract value, which includes a four lane bridges/viaducts with the required length of 320 m and one double tunnel in minimum length of 1760 m.

Note: The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shall prevail.

 

III.2)  Conditions related to the contract

III.2.2) Contract performance conditions:

The FIDIC Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (edition 1999) will be used for the Contract. Payment for the Works shall be based on the interim payment certificates.

The selected Contractor shall be required to perform the Works in accordance with the laws and regulations of BiH and the Entity of the Federation of Bosnia and Herzegovina governing the field of construction and civil engineering and the latest ElB's Guide to Procurement, and in accordance with the Technical Specifications, Technical Descriptions, Main Design Drawings, Bill of Quantities and Conditions of Contract.

Environmental and Social Covenant to be signed and submitted as part of their technical proposal and appended into the resulting contract.

III.2.3)   Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

 

Section IV: Procedure

IV.l) Description

IV. 1.1)   Type of procedure

Open procedure

IV.1.3)   Information about a framework agreement or a dynamic purchasing system

IV.1.8)   Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no

IV.2)      Administrative information

IV.2.2)   Time limit for receipt of tenders or requests to participate

Date: 09/08/2022

Local time: 10:00

IV.2.4)   Languages in which tenders or requests to participate may be submitted:

English

IV.2.6)  Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7)    Conditions for opening of tenders

Date: 09/08/2022

Local time: 11:30

Place: Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina

Information about authorised persons and opening procedure:

Tenderers shall not have the option of submitting their tenders electronically

For Tender submission purposes only, the Employer's address is:

Attention: Mrs. Jasmina Olovcic"

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar

Hamdije Kreševljakovića 19, 71000 Sarajevo, Bosnia and Herzegovina

Tel: +387 33 277 921; Fax: +387 33 277 901;

E-mail: o.jasmina@jpautoceste

 

Section VI: Complementary information

VI.I)  Information about recurrence

This is a recurrent procurement: no

 

VI.3)  Additional information:

JPAC reserves its right to seek clarifications and verify submitted documents and use the information so obtained for evaluation purposes.

All costs related to participation in this procurement procedure shall be borne by tenderers. Pursuant to its Sanctions Policy, the EIB 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. The attention of candidates is drawn to the EIB Anti-Fraud Policy, EIB Exclusion Policy and ElB's definition of prohibited conduct.

Applicants must complete and sign a covenant of integrity as part of their tender. Failure to submit a properly completed and signed covenant may lead to rejection of the tender and other remedy under applicable EIB policies.

A standstill period shall apply after the technical and financial tenders are opened, as prescribed in the Tender Dossier. Unsuccessful bidders may, in a first step, seek a debriefing from the Employer and, in a second step if still not satisfied, file a complaint to the Independent Complaints Committee appointed by the Federal Ministry of Transport and Communication. Candidates should alert the Procuring Entity, with a copy to the European Investment Bank toprocurementcomplaints@eib.org , in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some tenderers.

Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Bank's Procurement Complaints Committee (PCC) as per Annex 8 of the ElB's Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org.

 

VI.4)   Procedures for review

Vl.4.1)  Review body

Official name: Independent Complaints Committee appointed by Federal Ministry of Transport

and Communications

Postal address: Braće Fejića bb

Town: Mostar

Postal code: 88000Country: Bosnia and Herzegovina

PRIKAŽI VIŠE TEKSTA

PODIJELI: