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: 17.01.2024. 09:52

Izvođenje radova izgradnje autoceste na Koridoru Vc, dionica tunela Kvanj-Buna

Izvor: Official Journal of the European Union, 17.01.2024.

Bosna i Hercegovina-Sarajevo: Građevinski radovi na autocesti

2024/S 012-031851

Obavijest o nadmetanju

 

Radovi


Pravna osnova:

 

 

 

 

This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement.

 

 

Odjeljak I: Javni naručitelj

 

I.1)Naziv i adrese
Službeni naziv: PC Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar
Poštanska adresa: Hamdije Kreševljakovića 19
Mjesto: Sarajevo
NUTS kod: BA Bosnia And Herzegovina
Poštanski broj: 71000
Država: Bosna i Hercegovina
Osoba za kontakt: Nemanja Kulina
E-pošta: k.nemanja@jpautoceste.ba
Telefon: +387 033277971
Telefaks: +387 033277901
Internetska(-e) adresa(-e):
Glavna adresa: www.jpautoceste.ba
I.3)Komunikacija
Pristup dokumentaciji o nabavi je ograničen. Više informacija dostupno je na:
Dodatne informacije dostupne su na prethodno navedenoj adresi
Ponude ili zahtjevi za sudjelovanje moraju se podnijeti na prethodno navedenu adresu
I.4)Vrsta javnog naručitelja
Tijelo kojime se upravlja na temelju javnog prava
I.5)Glavna djelatnost
Druga djelatnost: Road Management

 

Odjeljak II: Predmet

 

II.1)Opseg nabave
II.1.1)Naziv:

 

Construction of motorway on Corridor Vc, section Tunnel Kvanj-Buna

 

Referentni broj: EIB-GtP/20150773-08
II.1.2)Glavna CPV oznaka
45233110 Građevinski radovi na autocesti
II.1.3)Vrsta ugovora
Radovi
II.1.4)Kratak opis:

 

The subject of this contract is Construction of a new approx. 5,25 km long motorway section including major structures: Tunnel Kvanj, Viaduct Rotimski potok, and overpass Rujevice.

 

II.1.5)Procijenjena ukupna vrijednost
Vrijednost bez PDV-a: 150 000 000.00 EUR
II.1.6)Podaci o grupama
Ovaj ugovor podijeljen je na grupe: ne
II.2)Opis
II.2.3)Mjesto izvršenja
NUTS kod: BA Bosnia And Herzegovina
Glavna lokacija ili mjesto izvršenja:

 

Bosnia and Herzegovina, motorway sub-sectionTunnel Kvanj-Buna

 

II.2.4)Opis nabave:

 

Procurement will follow open procedure.

In the Tender Process, Tenderers shall submit a tender providing information essential to evaluate the tenderer’s qualification subject to the terms and conditions of the Tender document (TD). The TD is available from the Procuring Entity as described above. Only tenderers submitted in the format of a TD shall be accepted; any other tenders shall be rejected. TD will be issued only to Tenderers who directly contact the Procuring Entity through the address above. All clarifications and any amendments or addenda will be communicated in writing with all Tenderers who have properly obtained the Tender document.

The Procuring Entity shall undertake the evaluation of tenders in accordance with the terms of the TD.

The Procuring Entity shall award the Contract to the Applicant whose Tender has been determined to be the lowest price of the compliant and technically responsive tender providing also the Tenderer meets the tender capacity constraint that may be set down in the TD.

The contract will be financed with the proceeds of a loan from the European Investment Bank (“the Bank” or the “EIB”) and a grant from the Western Balkans Investment Framework (WBIF).

The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU,UN, US and/or UK 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 and EU sanctions giving effect to UN Security Council resolutions that impose sanctions.

Firms originating from all countries of the world are eligible to tender. However, applicants shall not be in conflict of interest or have been declared ineligible by the Bank.

The applicable law is the law of BiH. The applicable procurement rules are the EIB’s Guide to Procurement (GtP) which can be downloaded at: https://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf

The EIB Anti Fraud Policy and EIB Exclusion Policy apply. Tenderers 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.

The remedy mechanism is described in the TD.

 

II.2.5)Kriteriji za dodjelu
Niže navedeni kriteriji
Cijena
II.2.6)Procijenjena vrijednost
II.2.7)Trajanje ugovora, okvirnog sporazuma ili dinamičkog sustava nabave
Trajanje u mjesecima: 30
Ovaj ugovor podložan je obnavljanju: ne
II.2.10)Podaci o varijantama
Varijante su dopuštene.: ne
II.2.11)Podaci o opcijama
Opcije: ne
II.2.13)Podaci o fondovima Europske unije
Nabava je povezana s projektom i/ili programom koji se financira iz fondova Europske unije: da
Broj ili uputa na projekt:

 

Western Balkans Investment Framework

 

II.2.14)Dodatni podaci

 

Odjeljak III: Pravni, gospodarski, financijski i tehnički podaci

 

III.1)Uvjeti sudjelovanja
III.1.2)Ekonomska i financijska sposobnost
Popis i kratki opis kriterija za odabir:

 

The Tenderers must meet the following criteria:

Historical Financial Performance

a) Submission of audited balance sheets, or if not required by the law of the applicant’s country, other financial statements acceptable to the Client

b) The Tenderer must not:

- be in bankruptcy,

- be in insolvency or in liquidation proceedings,

- have the assets administered by a liquidator or by the court of law or

- have the commercial activity suspended or in any other similar situation which results from a similar procedure according to the laws and national regulations

c) Tenderers shall demonstrate that they have no tax and assimilated legal contributions obligations (pensions, health fund, insurances, and other similar mandatory obligation) in the country where their business is registered or in case they are also having registered offices in the Employer’s country, that they are also meeting the tax obligations and assimilated legal contributions obligations in the Employer’s country. In case these obligations are re-structured by the tax authority (agreed to be paid in instalments) the Tenderer should submit the proof of such agreement with the tax authority

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined.

Average Annual Turnover

Minimum average annual turnover as prime contractor over the last 3 (three) years (2020, 2021 and 2022) of not less than EUR 120 million equivalent.

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined with minimum 50% of the requirement by Lead partner, and minimum 25% of the requirement by each other partner.

Financial Resources

A Tenderer must demonstrate access to, or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

(i) the overall cash flow requirements for this contract taking into account its current commitments and pending awards for the entire duration of the contract; and

(ii) the estimated cash-flow requirements for 4 (four) months: EUR 20 million equivalent, as per Section III, Evaluation Methodology

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined with minimum 50% of the requirement by Lead partner, and minimum 25% of the requirement by each other partner.

 

III.1.3)Tehnička i stručna sposobnost
Popis i kratki opis kriterija za odabir:

 

The Tenderers must meet the following criteria:

General experience

The Tenderer shall demonstrate that it has successful experience as contractor (sole contractor, lead partner or partner in a JV) in the execution of:

(a) at least two (2) motorway or expressway projects (with a minimum value of EUR 120 million each)

(ii) at least one (1) of proposed project shall be executed under FIDIC conditions of contract or similar

To be considered successfully and/or substantially completed (equal or more than 95% of original contract), the Tenderer shall demonstrate that for the contract cited as experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference).

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined.

Specific Experience

For the above, or other contracts, experience as a main contractor (sole contractor or lead partner in JVCA) in the execution at least 1 (one) contract for construction of full profile motorway or expressway containing a twin tube tunnel in length more than 2000m (two thousand). The tunnel shall be designed and executed in accordance with EU directive 2004/54/EC on minimum safety requirements for tunnels in the trans-European road network

To be considered successful completed, the Tenderer shall demonstrate that for the contract cited as experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference).

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined.

Specific Experience – Design

- Experience as a designer (in the role of sole designer or lead partner in a JVCA), in the execution at least 2 (two) contracts in main design of motorway/expressway, that have been successfully completed.

- For the above contracts, experience in execution the following specific activities and works:

At least 1 (one) of the above required contracts shall include main design, based on EU legislative, of full profile motorway/expressway which include twin – tube tunnel in length more than 2000 m and bridge/viaduct in length more than 300m. Main design of tunnel shall be in line with EU directive 2004/54/EC on minimum safety requirements for tunnels in the trans-European road network.

Note: Criteria under 4.3.2. Specific Experience-Design can be met through a sub-contractor.

Note: This criterion to be meet by single entity, or in a case of JV/Consortium/Association by all partners combined.

 

III.2)Uvjeti povezani s ugovorom
III.2.2)Uvjeti izvršenja ugovora:

 

(1) License – Authorization for performing construction works on the territory of Federation Bosnia and Herzegovina and Authorization for performing site investigations for them or their subcontractor. This 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. 25a/22, and 42/22).

(2) Licence – Authorization to perform designing, i.e. shall be entities registered to perform such services and licenced by the FB&H Ministry of Physical Planning (Pursuant to the Decree on construction site establishment, mandatory site documents and parties involved in construction (Official Gazette of the Federation of B&H, No. 25a/22, and 42/22)

Note: This Licence can be provided by the sub-contractor.

 

 

Odjeljak IV: Postupak

 

IV.1)Opis
IV.1.1)Vrsta postupka
Otvoreni postupak
IV.1.3)Podaci o okvirnom sporazumu ili dinamičkom sustavu nabave
IV.1.8)Podaci o Sporazumu o javnoj nabavi (GPA)
Nabava je obuhvaćena Sporazumom o javnoj nabavi: ne
IV.2)Administrativni podaci
IV.2.2)Rok za dostavu ponuda ili zahtjeva za sudjelovanje
Datum: 02/04/2024
Lokalno vrijeme: 10:00
IV.2.3)Procijenjeni datum slanja poziva na dostavu ponuda ili na sudjelovanje odabranim natjecateljima
IV.2.4)Jezici na kojima se mogu dostaviti ponude ili zahtjevi za sudjelovanje:
Engleski
IV.2.6)Minimalni rok valjanosti ponude
Trajanje u mjesecima: 6 (od isteka roka za dostavu ponuda)
IV.2.7)Uvjeti za otvaranje ponuda
Datum: 02/04/2024
Lokalno vrijeme: 10:30
Mjesto:

 

PC Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar

Hamdije Kreševljakovića 19

Bosnia and Herzegovina

 

 

Odjeljak VI: Dopunski podaci

 

VI.1)Podaci o obnavljanjima
Ova nabava će se ponavljati.: ne
VI.3)Dodatni podaci:

 

All costs related to participation in this procurement procedure shall be borne by tenderers.

Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@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 candidates.

Any Candidate who is not satisfied with the Client’s debriefing has the right to file a Complaint to the independent Complaints Committee at the address: Independent Complaints Committee appointed by Federal Ministry of Transport and Communications.

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 EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org.

Any requests for clarification of the tender document must be submitted in written 14 days prior to the deadline for submission of tenders, stating the title and reference number of the tender procedure.

 

VI.4)Postupci pravne zaštite
VI.4.1)Tijelo nadležno za postupak pravne zaštite
Službeni naziv: Independent Complaints Committee appointed by Federal Ministry of Transport and Communications
Poštanska adresa: Braće Fejića bb
Mjesto: Mostar
Poštanski broj: 71 000
Država: Bosna i Hercegovina
VI.5)Datum slanja ove obavijesti:
12/01/2024

PRIKAŽI VIŠE TEKSTA

PODIJELI: