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.

Nabavka usluga izrade preliminarne studije i dizajna za poboljšanje ceste na Jugoistočnom Evropskom pravcu 2a: Lašva–Jajce–Ugar (entitetska granica — IEBL)–Banja Luka–zaobilaznica Banja Luka

Izvor: Official Journal of the European Union, 17.09.2014.

Bosnia and Herzegovina-Banja Luka: IPA — Preparation of preliminary studies and designs for improvement of the road on the SEETO route 2a: Lašva–Jajce–Ugar (inter-entity boundary line — IEBL)–Banja Luka–Banja Luka bypass

2014/S 178-313735

Service contract notice

Tender No EC/BIH/TEN/14/002

1.Publication reference:
EuropeAid/135472/DH/SER/BA.
2.Procedure:
Restricted.
3.Programme title:
IPA 2012.
4.Financing:
BGUE-B2014-22.020200-C8-ELARG DELBIH.
5.Contracting authority:

European Union, represented by the European Commission, on behalf of and for the account of the beneficiary country, Banja Luka, BOSNIA AND HERZEGOVINA.


Contract specification

6.Nature of contract:
Global price.
7.Contract description:
The assignment aims to facilitate access to the loan funds of IFIs for construction of the respective road section, the present bottleneck on the SEETO comprehensive network route 2a. The assignment shall consist of 2 separate components, concerning:
i. component 1: main roads M5 and M1: Lašva–Jajce–Ugar–IEBL.
ii. component 2: main roads M5 and M16: IEBL–Ugar–Banja Luka–Banja Luka bypass.
The project shall provide for:
— conceptual designs and preliminary studies for the betterment/reconstruction/construction of road sections,
— technical documentation required for the tender procedure for provision of the preliminary and the main design.
Specific expected results to be achieved by the consultant are, in principle:
— technical report on the current status of the road, expressed through the indicators concerning the specific road elements,
— analysis and identification of elements which will be subject to consideration for betterment/reconstruction in the preliminary designs and studies,
— preliminary solutions/conceptual designs with supporting studies that shall result in the first phase in development of a number of variants of the conceptual design (at least 5 for all sections-subsections) to improve the existing road and the related facilities. In the second phase, by analysing the relevant preliminary solutions and comparing those using standard methodologies in this field, at least 2 preliminary solutions will be selected to be elaborated in the subsequent phases of the project,
— technical study,
— traffic study,
— multi-criterion analysis,
— pre-feasibility study,
— preliminary environment impact assessment for each of the sections in case a new road section construction (new alignment) would be considered,
— environment management plan, for each of the sections in case existing road reconstruction (realignment) would be considered,
— preliminary socio-economic impact assessment for betterment/reconstruction of the road,
— terms of reference for provision of preliminary and main design.
8.Number and titles of lots:
No, 1 lot only.
9.Maximum budget:
1 000 000 EUR.
10.Scope for additional services:
The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to a maximum not exceeding the length and value of the initial contract. Any extension of the contract would be subject to satisfactory performance by the contractor.


Conditions of participation

11.Eligibility:
Participation is open to all legal persons (participating either individually or in a grouping (consortium) of candidates) which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see also item 29 below). Participation is also open to international organisations. The participation of natural persons is governed by the specific instruments applicable to the programme under which the contract is financed.
12.Candidature:
All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
13.Number of applications:
No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14.Shortlist alliances prohibited:
Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see 'Practical Guide' — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
15.Grounds for exclusion:
As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
16.Subcontracting:
Subcontracting is allowed.
17.Number of candidates to be shortlisted:
On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


Provisional timetable

18.Provisional date of invitation to tender:
November 2014.
19.Provisional commencement date of the contract:
May 2015.
20.Initial period of implementation of tasks:
12 months.


Selection and award criteria

21.Selection criteria:
Same criteria for legal and natural persons.
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided:
Criteria for legal and natural persons:
a. average annual turnover of the candidate for the previous 2 financial years shall be at least 1 000 000 EUR.
2) Professional capacity of candidate (based on items 4 and 5 of the application form):
a. possession of the 2 licences for design of civil engineering facilities ('projektiranje objekata niskogradnje'), preferably design of roads ('cesta'/'puteva'), valid under the laws of Federation of Bosnia and Herzegovina and Republika Srpska, shall be mandatory for the applicant, or at least 1 member of the applicant consortium at the time of application. Copies of both licences must be attached to the application;
b. the candidate shall have at least 15 staff currently working for the candidate in fields related to this contract.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
a. the candidate shall have successfully completed in the 36 months prior to submission deadline conceptual/preliminary and/or main design for at least a total of 50 km of categorised paved roads subject to design (excluding: motorways, city streets and non-categorised local roads), not necessarily subject to a single project. Proportion carried out by legal entity in preparation of the conceptual/preliminary and/or main design of the specific road section shall be at least 60 % for each of the referenced projects.
Only projects which have included, together with design, provision of both:
i. pre-feasibility/feasibility study; and
ii. preliminary environment impact assessment (PEIA)/environment impact assessment (EIA)/environment management plan (EMP),
shall be taken into consideration.
The length of the respective road sections for which the designs were produced by the legal entity shall be measured start-to-end-point of the respective section, regardless being single or double carriageway.
Please clearly indicate the date (dd/mm/yy) of completion of the respective road design, length of the respective road section, and category of the road subject to design. Please also indicate if pre-feasibility/feasibility study and preliminary environment impact assessment/environment impact assessment/environment management plan have been part of the respective project. Lengths of the relevant road sections subject to design shall be added, and selection based on the total length of designed road sections.
This means that the project the candidate refers to could have been completed at any time during the indicated period, but it does not necessarily have to be started during that period, nor implemented during the entire period.
Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
a. the total length of the road sections considered relevant as per criterion 21.3.a;
b. the total length of the road sections considered relevant as per criterion 21.3.a in IPA countries.
22.Award criteria:
Best value for money.


Application

23.Deadline for receipt of applications:
20.10.2014 (16:30), Central European Time.
Any application received by the contracting authority after this deadline will not be considered.
24.Application format and details to be provided:

Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: http://ec.europa.eu/europeaid/prag/annexes.do?group=B

Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration, except the 2 licences requested as mandatory under point 21.2.a above.
25.How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority either by recorded delivery (official postal service) to:
Procurement Team, Delegation of the European Union to Bosnia and Herzegovina, Skenderija 3a, 71000 Sarajevo, BOSNIA AND HERZEGOVINA,
or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:

Procurement Team, Delegation of the European Union to Bosnia and Herzegovina, Skenderija 3a, 71000 Sarajevo, BOSNIA AND HERZEGOVINA. Tel. +387 33254700. Fax +387 33666037. E-mail: delegation-bih@ec.europa.eu

The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
Applications submitted by any other means will not be considered.
26.Alteration or withdrawal of applications:
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.
27.Operational language:
All written communication for this tender procedure and contract must be in English.
28.Date of publication of prior information notice:

2014/S 30-047471 of 12.2.2014.

29.Legal basis:
IPA, Council Regulation (EC) No 1085/2006 of 17.7.2006 establishing an Instrument for Pre-Accession Assistance (IPA).
30.Additional information:
Not applicable.

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: