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: 20.09.2016. 10:24

(MK) Izvođenje radova na izgradnji nove autoceste od Gradskog do petlje Drenovo, kao dio puta koridora X-D

Izvor: Official Journal of the European Union, 20.09.2016.

Former Yugoslav Republic of Macedonia-Skopje: IPA — Construction of road section Gradsko–interchange Drenovo as part of road corridor X-d

2016/S 181-324345

Works contract notice

Location — Europe (non-EU)

Please note that the awarding of the contract is subject to the condition of the prior conclusion of a financing agreement which does not modify the elements of the procurement procedure (this will be the case, for instance, if the budget initially foreseen is different or if the time-frame, the nature or the condition of the implementation are altered). If the precedent condition is not met, the contracting authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation.

1.Publication reference:
EuropeAid/138024/IH/WKS/MK.
2.Procedure:
Open.
3.Programme title:
Instrument for Pre-Accession Assistance II (IPA II).
4.Financing:
Commission Implementing Decision of 17.12.2014 adopting a multi-annual Action Programme for the former Yugoslav Republic of Macedonia on Environment and Climate Action and Transport for the years 2014–2016 (C(2014) 9850 final).
5.Contracting authority:

Ministry of Finance, Central Financing and Contracting Department (CFCD), Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA.


Contract specifications

6.Description of the contract:
The scope of this project is construction of new expressway from Gradsko to interchange Drenovo, as part of road corridor X-d. The actual length of this section is 15,5 km.
The contract for works will be in accordance with FIDIC conditions of contract (‘Red Book’ — first edition 1999, conditions of contract). Works contract will include activities related to: construction of new carriageway with length of 15,5 km, construction of 5 new viaducts with length from 70–200 m, 2 interchanges, 4 underpasses, 4 overpasses, several box and pipe culverts, dewatering and posting of traffic signs and road marking.
The contract shall ensure that the construction works are in accordance with all the requirements in the detailed design, technical standard for quality and quantities, work progress, implementation of the environmental criteria during the rehabilitation works and defect liability period.
7.Number and titles of lots:
1 lot only.


Terms of participation

8.Eligibility and rules of origin:
Participation is open to all natural persons who are nationals of, and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are effectively established in, a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action (CIR) for the applicable instrument under which the contract is financed (see also heading 23 below). Participation is also open to international organisations. All supplies under this contract must originate in 1 or more of these countries. However, they may originate from any country when the amount of the supplies to be purchased is below 100 000 EUR per purchase.
9.Grounds for exclusion:
Tenderers must submit a signed declaration, included in the tender form for a works contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the ‘Practical Guide’.
10.Number of tenders:
Tenderers may submit only 1 tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
11.Tender guarantee:
Tenderers must provide a tender guarantee of 600 000 EUR when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties.
12.Performance guarantee:
The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the contracting authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
13. Information meeting and/or site visit:
A mandatory information meeting will be held on 2.11.2016 (13:00) in the Public Enterprise for State Roads, Dame Gruev str. No 14, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA. All costs of attending must be met by the tenderers.
As proof of participation, tenderers will receive a certificate of their attendance which must be included in the tender offer.
A site visit will not be organised by the contracting authority.
14.Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period.
15.Period of implementation of tasks:
The period of implementation of tasks under this contract is 730 calendar days from the commencement date. It is followed by a 730-calendar day defects liability period.


Selection and award criteria

16.Selection criteria:
In order to be considered eligible for the award of the contract, tenderers must provide evidence that they meet the selection criteria. This evidence must be provided by tenderers in the form of the information and documents described in subclause 12.1 of the ITT and in whatever additional form tenderers may wish to utilise.
In the case of a tender submitted by a joint venture/consortium, unless specified, these selection criteria will be applied to the joint venture/consortium as a whole.
The selection criteria for each tenderer are as follows:
16.1. Economic and financial capacity of candidate:
16.1.1. the annual turnover of the candidate for each of the last 3 financial years closed and audited up to the date of submission of tender (pt. 19 below) must be at least 18 000 000 EUR and the candidate's current assets must be higher than current liabilities in at least 2 out of the last 3 financial years closed and audited up to the date of submission of tenders (point 19 below).
The above requirements must be proven by the financial statements of the tenderer over the last 3 financial years up to the submission deadline (point 19 below) closed and audited by an independent auditor;
16.1.2. the tenderer shall demonstrate, by a bank statement that, he has available or has access to lines of credit or any other credit facilities sufficient to meet the construction cash flow (other than pre-financing) for the duration of the contract of not less than 2 000 000 EUR, in addition to the tenderer's commitments for other contracts. The statement must clearly demonstrate that the credit facility is available specifically for this project;
16.1.3. in the case of a joint venture/consortium the leader shall meet at least 50 % of the criteria regarding the annual turnover and his current assets must be higher than his current liabilities in at least 2 out of the last 3 financial years closed and audited up to the date of submission of tenders.
16.2. Technical and professional capacity of candidate:
16.2.1. the tenderer must be a registered firm or natural person legally capable of carrying out the specified works (applicable to: each sole tenderer, each member of a joint venture/consortium and each subcontractor);
16.2.2. the tenderer shall have a professional licence, certificate (or right), in accordance with the laws of the country in which he is established, or equivalent, for the execution of the construction works (applicable to: each sole tenderer, each member of a joint venture/consortium);
16.2.3. the tenderer must have successfully completed at least 1 works contract for construction of highway/motorway/expressway in an amount of at least 35 000 000 EUR within the last 8 years up to the submission deadline of this tender (as indicated in point 19 below). The contracts are considered completed if the certificates of acceptance or equivalent certificates are issued by the employers/contracting authorities/engineer/beneficiary, clearly indicating the date of issuing of the aforementioned certificates. Completion means that the contract the tenderer refers to could have been started/implemented/completed at any time during the indicated period but it does not necessarily have to be started during that period, nor implemented within the entire period.
For the purpose of this criterion:
• ‘highway’/‘motorway’ is defined as a public road specially designed and built for motorised traffic, indicated by traffic signs, with physically separated carriageways in each direction, which has at least 2 lanes and 1 lane for emergency stop in each direction, with grade separated intersections, without crossing with another road, railroad or pedestrian path, on which traffic can be accessed or left only at designated exits and specially constructed connections to public roads on a specified highway lane, and that is protected from any access outside these areas, and resting places for travellers and for vehicle servicing,
• ‘expressway’ is a public road specially built and intended for motor vehicle traffic, designated with a specified traffic sign, having minimum 1 driving lane for each direction plus a stop lane, and that can be accessed or exited by traffic exclusively at designated and specially built interchanges or junctions, and that is protected from being accessed outside such interchanges or junctions.
In the case of a joint venture/consortium the leader shall present the reference project;
16.2.4. the contractor's representative (project manager) must have at least 10 years of appropriate general experience, with diploma of civil engineering and to be fluent in English. The contractor's representative (project manager) must have at least 1 completed project of highway/motorway/expressway construction as contractor's representative (project manager).
17.Award criteria:
The most economically advantageous tender is the technically compliant tender with the lowest price.


Tendering

18.How to obtain the tender dossier:

The tender dossier, (without the drawings) is available for downloading on the EuropeAid website at: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome, and on the CFCD website: http://cfcd.finance.gov.mk/english/Tenders.html

The complete tender dossier (including drawings) is also available in CD format only (to be collected by hand or to be sent by express courier service-transport collect), upon prior submission of a written request sent by fax or email (stating the tender's number and title, company's name, address and contact tel/fax numbers and e-mail address). The complete tender dossier in CD format can be collected from CFCD at the following address:
Ministry of Finance, Central Financing and Contracting Department (CFCD), Str. Dame Gruev 12, 1000 Skopje (Ministry of Finance building), THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA.
The contracting authority will send the tender dossier by express courier service — transport collect upon prior submission of a written request sent by fax or e-mail (stating the tender's number and title, company's name, address and contact tel/fax numbers and e-mail address).
The contracting authority does not accept any responsibility for late delivery of the tender dossier by the courier service. Payment for the courier service will be done by the recipient as stated above (transport collect).
Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.

Tenderers with questions regarding this tender should send them in writing to Ministry of Finance, Central Financing and Contracting Department (CFCD), Str. Dame Gruev 12, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA on fax +389 2 3255 723, or via e-mail: cfcd@finance.gov.mk (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and on the CFCD website: http://cfcd.finance.gov.mk/english/Tenders.html

19.Deadline for submission of tenders:
20.12.2016 (12:00), Central European Time (which is same as local time) at:
Ministry of Finance, Central Financing and Contracting Department (CFCD), Str. Dame Gruev No 12, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
20.12.2016 (14:00), Central European Time (which is same as local time) at:
Ministry of Finance, Central Financing and Contracting Department (CFCD), Str. Dame Gruev No 12, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA.
The person who will attend the tender opening session should be authorised by the tenderer and should deliver an authorisation letter duly signed by the tenderer.
21.Language of the procedure:
All written communication for this tender procedure and contract must be in English.
22.Repetition of similar works:
Subsequent to the initial contract resulting from the current tender procedure, new works consisting in the repetition of similar works, up to the estimated amount of 3 000 000 EUR, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new works are in conformity with the same basic project.
23.Legal basis:
Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-Accession Assistance (IPA II) (OJ L 77, 15.3.2014).

PRIKAŽI VIŠE TEKSTA

PODIJELI: