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: 17.02.2020. 11:27

Nabavka usluga projektiranja i izgradnje obilaznice Doboj: dionica Most Rudanka (uključujući i most) -tunel Putnikovo Brdo 2

Izvor: Akta.ba, 17.02.2020.

Corridor Vc through Republic of Srpska – Doboj Bypass Project

 

Procurement ref: 9579-IFT-50603

Location: Bosnia and Herzegovina

Business sector: Transport

Project number: 50603

Funding source: EBRD

Contract type: Project goods, works and services

Notice type: Invitation for tenders

Issue date: 17 Feb 2020

Closing date: 04 May 2020   at  12:00   Banja Luka

 

INVITATION FOR TENDERS

Bosnia and Herzegovina / Republic of Srpska

Corridor Vc through Republic of Srpska: Doboj Bypass

INVITATION FOR FIRST STAGE PROPOSALS

Design and Construction of Doboj Bypass: section Bridge Rudanka (including the Bridge)-tunnel Putnikovo Brdo 2 

 

This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (http://www.ebrd.com/pages/workingwithus/procurement/project.shtm ) on July 30th, 2019.

Procurement will be carried out in accordance with the EBRD “Procurement Policies and Rules” (PPR), which are published on the Bank’s website.

Public Company “Republic of Srpska Motorways” ltd, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of preparation of Detailed Design (based on the existing Main Design) and Construction of motorway on Corridor Vc through Republic of Srpska – Doboj Bypass, section Bridge Rudanka (including the Bridge) - tunnel Putnikovo Brdo 2.

The Employer now invites sealed tenders from Contractors for the Design and Construction of the following Works to be funded from part of the proceeds of the loan:

Main Works: Construction of 5,6 km of new Motorway including all related local roads and following major structures:

  • Dual tube tunnel “Putnikovo Brdo 1” in total length of 1,6 km
  • Dual tube tunnel “Putnikovo Brdo 2” in total length of 700m (This section includes the last 150 metres of the tunnel that are located within the FBH)
  • Bridge “Rudanka” over river Bosna
  • Viaduct “Putnikovo Brdo”

 

General description

Design and Construction of 2+2 lane motorway (with central median and emergency lanes) which may include some or all of the following:

  • Earthworks / Embankments
  • Road Pavements
  • Bridgeworks
  • Piling works
  • Tunnelling works
  • Interchanges and link roads
  • Steel / Concrete vehicle Safety Barriers
  • Local Road works : under/overpasses
  • Local road re-alignments, diversions, closures
  • Drainage, culverts and river protection Works
  • Provision of Motorway communications, emergency telephones
  • Lighting
  • Fencing
  • Lining, signing, variable message signs
  • Electrical Works
  • Environmental Works
  • Meteorological stations
  • Toll Stations and associated pavements, buildings, highway links
  • Motorway Compounds and associated pavements, buildings, highway links
  • Weigh-in-motion sites

 

Expected duration of the Contract is 1095   days (three years) plus  Defect Notification Period of 730 days (two years) 

Tender Documents

Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of Euro 750 or equivalent in a convertible currency. The potential Tenderers shall bear the cost of additional commissions, taxes or any other expenses created by the Banks as a result of payment of non-refundable fee.

Non refundable fee should be paid with reference to the Invitation to Tenders No. RS/EBRD-2019/W.

Instruction for payment in local currency [KM]:

Account Nr. 5620998073966893 with NLB Razvojna banka AD Banja Luka, or

Instruction for payment in foreign currency [Euro]:

Bank: NLB Razvojna banka AD Banja Luka

Adress: 4 Milan Tepića St, 78 000 Banja Luka

BIC RAZBBA22XXX

IBAN: BA39 5620 9980 8433 4641

Korisnik: JP “Autoputevi RS“ d.o.o. Banja Luka

Adresa: Vase Pelagića 10, 78 000 Banja Luka

Upon receipt of appropriate evidence of payment of the non-refundable fee in the amount of EUR 750, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. If requested, the documents can be dispatched electronically after presentation by the prospective Tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

 

Tender

A two stage Tendering Procedure will be adopted for the procurement of the above-named Contract and will proceed as follows:

  1. the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions a tenderer wishes to offer, and a justification therefor, provided always that such deviations or alternative solutions do not change the basic objectives of the project.  Following evaluation by the Employer of the First Stage tenders, the Employer will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting.  The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum.  Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a Second Stage tender.
  1.  The Second Stage Tender will consist of an updated Proposal incorporating all additions and modifications as may be agreed between the Employer and Tenderer and recorded in the Memorandum to the clarification meeting; and the commercial Tender as well as the Tender Security.

 

Qualification

To qualified for the award of the Contract, the applicant must demonstrate to the Client that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position and litigation history, specified below:

  1. General Experience: The Tenderer shall have an average annual turnover as prime contractor over the last 5 (five) years (2014, 2015, 2016, 2017, 2018) of not less than EURO 80 million equivalent. The turnover value in other currencies than the defined currency should be recalculated into that currency based on the exchange rate as of the 1st of July of each year reported, as set by Central Bank of Bosnia and Herzegovina.

However, as a part of the required average annual turnover, the applicant   shall have an average annual turnover in road construction works of at least Euro 50 million. To demonstrate the revenue in the road construction, the applicant has to submit the list of referenced projects containing the description of works, value and implementation period. This list, where available, should be accompanied by completion certificates/reference letters issued and signed by the contracting authorities and mentioning the above data. If a completion certificate or reference letter is not obtained from the contracting authority, the applicant shall submit a sworn statement that the certificate or letter was properly requested.

  1. Specific Experience: The Tenderer shall demonstrate that it has successful experience as prime contractor, lead partner, partner in JVCA or subcontractor in the execution of at least 2 (two)  Design and Construction projects with a minimum value of EUR 90 million of a nature and complexity comparable to the proposed contract within the last 5 (five) years. For assessment purposes the referred projects shall include following:
  1. Construction of at least one full motorway bridge, preferably constructed by incremental launching method, min 400 m length, within the last 5 (five) years;
  2. Construction of at least one full motorway viaduct, min 300 m length, within the last 5 (five) years; and,
  3. Construction of at least one tunnel, min 1500 m length within the last 10 (ten) years,
  4. Construction of retaining wall in total length of  1000 m and average  height of 5,0 m
  5. 400.000 m3 of earthworks executed in one calendar year within the last 5 (five) years;
  6. 50.000 tons of asphalt placed in one calendar year within the last 5 (five) years;
  7. 80.000 m3 of structural concrete produced and placed in one calendar year within the last 5 (five) years;
  8. 600 m of Tunnel excavation works in one calendar year within last 5 (five) years
  1. Personnel Capabilities: The Tenderer shall provide suitably qualified personnel to fill the following positions. For each position the Tenderer will supply information on a first choice candidate and an alternate, each of whom should meet the experience requirements specified below:

 

PERSONNEL FOR WORKS

Position

 

Total work experience (years)

In similar

works

(years)

Project Manager

20

10

Site Manager

20

10

Tunnel Construction Manager

15

10

Tunnel Equipment Manager

15

10

Quality Assurance manager

15

8

Bridges Manager

15

10

Earthworks Manager

15

8

Pavement Works Manager

15

10

Occupational Health and Safety Manager

10

8

Electrical Manager (Light current)

10

8

Electrical Manager (Heavy current)

10

8

 

 

 

PERSONNEL FOR DESIGN

Highway Design Engineer

15

10

Bridge/Viaduct Design Engineer

15

10

Tunnel Design Engineer

15

10

Geotechnical/Geomechanical Design Engineer

15

10

Environmental Design Engineer

10

5

 

  1. Equipment Availability: The tenderer 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, based on known commitments, they will be available for use in the proposed contract.  The Tenderer may also list alternative equipment which he would propose to use for the contract, together with an explanation of the proposal.

 

   No.      Equipment Type and Characteristics                    Minimum

         Number required

 

    1.   Hot asphalt mixing plant                                                           1 piece    

Minimum capacity: 200 ton/hr

(At construction stage, distance from

site shall be max 20 km)

  1. Set of equipment for asphalt placing (bitumen                      3 sets

        emulsion sprayer, water tank, set of tandem

       rollers min 2, min 7, min 9, roller with

       pneumatic wheels 14t)

  1. Tracked Asphalt paver, electronically/laser                         3 pieces

guided blade min. width 8m, laying capacity

  1. Concrete batching plant

           Minimum capacity: 100m3/h                                                  1 piece

          (At construction stage, distance from site

          shall be max 20 km)

     5.   Hydraulic drilling jumbo                                                             4 pieces

Power min 150 KW

 

  1. Tunnel excavator with bucket and hydraulic                       3 pieces
  1. Tunnel shotcrete equipment                                                    4 pieces
  1. Equipment for rockbolt drilling, installation                         3 pieces

and grouting

  1. Axial flow fan Ø min 1600 mm                                                 2 sets
  1. Tunnel formwork, hydraulic                                                      3 pieces
  1. Articulated truck min 18 t                                                        4 pieces
  1. Loaders                                                                                        20 pieces
  1. Bulldozers                                                                                   10 pieces
  1. Trucks                                                                                          20 pieces
  1. Excavator                                                                                   10 pieces
  1. Concrete mixer truck                                                              10 pieces
  1. Piling machine (casagrande)                                                   3 pieces

 

  1. Financial Resources: The Tenderer shall complete Form FIN-3, Financial Resources , provided in Section V, Tender Forms, and 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 6 (six) months, estimated as not less than EURO 15 million equivalent, taking into account the applicant's commitments for other contracts.
  1. Historical Financial Performance: The audited balance sheets for the last 5 years (2014, 2015, 2016, 2017,2018) shall be submitted and must demonstrate the soundness of the tenderer's financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the tenderer's bankers.
  1. Historical Non-Performance and Litigation History: A consistent history of historical non-performance (within the last ten (10) years and/or all pending  litigation awards (not more than ten percent (10%) of the Tenderer’s net worth)  against the Tenderer or any partner of a joint venture may result in the rejection of the Tender
  1.  Design Experience : The Tenderer shall demonstrate that it has suitably qualified and experience highways, tunnels and buildings design staff, knowledgeable of the standards described within the Employers requirements and, successful experience as a designer with the satisfactory execution and Client approval of at least 1 (one) project of a nature and complexity comparable the proposed contract within the last 5 (five) years and minimum works value of EUR 100 million.  If the Tenderer does not have the design experience in-house, the Tenderer may rely on a named specialist sub-contractor to satisfy this criterion.

 

 Note: Term “within the last 5 years” means that projects that have been completed in the period starting from the beginning of 2014 will be also taken into consideration.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

Joint Venture Partnerships

Joint Ventures must satisfy the following minimum qualification requirements:     

a) The lead partner shall meet not less than 60% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above.

b) The other partners shall meet not less than 40% percent of all the qualifying criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience as specified above.

c) The joint venture must satisfy collectively the criteria for Average Annual Turnover, Financial Resources, Construction and Design Experience, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. 

If the lead partner of the Joint Venture does not possess in house design experience, experience of proposed specialist subcontractors will be acceptable. Notwithstanding, the lead Joint Venture Partner shall demonstrate proven experience in execution of at least one project involving single point responsibility for the design and construction.

Individual members must each satisfy the requirements for audited balance sheets and litigation.

Submission of Tenders

The First Stage Proposal must be delivered to the office at the address below on or before May 5th _  2020 by 12:00 hours local time, at which time they will be opened in the presence of those Tenderers’ representatives who choose to attend.

All Second Stage tenders must be accompanied by a Tender Security of EUR  1,500,000.00 or its equivalent in a convertible currency, and must be delivered to the address below on or before the time and date of the submission deadline specified in the Letter of Invitation to submit Second Stage tenders, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.

The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R) (November 2017) which are available on the following website: http://www.ebrd.com/cs/Satellite?c=Content&cid=1395266160617&d=&pagename=EBRD%2FContent%2FDownloadDocument

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:

 

Contact Person: Mr. Davor Vuckovic, Eng. for Motorway Construction

Public Company “Autoputevi Republike Srpske” ltd.

10 Vase Pelagića St, 78000 Banja Luka

Tel: +387-51-233 670

Fax: +387-51-233 700

e-mail: dvuckovic@autoputevirs.com ; info@autoputevirs.com

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: