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: 29.11.2022. 12:08

Nabavka konsultantskih usluga izrade idejnog i glavnog projekta sa istražnim radovima i pregledom projektne dokumentacije za poddionicu Tunel Kvanj-Buna

Izvor: Official Journal of the European Union, 30.11.2022.

 

Bosna i Hercegovina-Sarajevo: Usluge javnog cestovnog prijevoza

2022/S 231-667163

Obavijest o nadmetanju

Usluge

Pravna osnova:

This contract will be financed by European Investment Bank 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: 71 000
Država: Bosna i Hercegovina
Osoba za kontakt: Jasmina Olovčić
E-pošta: o.jasmina@jpautoceste.ba
Telefon: +387 33277921
Internetska(-e) adresa(-e): 
Glavna adresa: https://www.jpautoceste.ba

I.3)Komunikacija

Pristup dokumentaciji o nabavi je ograničen. Više informacija dostupno je na: https://www.jpautoceste.ba/

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:

Preliminary and Main Design for the motorway subsection Tunnel Kvanj-Buna

Referentni broj: EIB-GtP/MOB 20150773-07

II.1.2)Glavna CPV oznaka

60112000 Usluge javnog cestovnog prijevoza

II.1.3)Vrsta ugovora

Usluge

II.1.4)Kratak opis:

The selected Consultant is expected to provide the following services:

Consultancy services for Development of Preliminary and Main Design with investigation works and review of the Design Documentation for the subsection Tunnel Kvanj-Buna

II.1.5)Procijenjena ukupna vrijednost

Vrijednost bez PDV-a: 2 000 000.00 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. The main site will be Mostar at the construction site Tunnel Kvanj – Buna. The Services will be provided to the Employer.

II.2.4)Opis nabave:

A Consultant will be selected in accordance with the EIB Guide to Procurement, September 2018: https://www.eib.org/en/publications/guide-to-procurement

The Services are expected to be financed through a loan agreement with European Investment Bank.

A Consultant shall be selected through an open competitive procedure, with bidders required to submit their proposals in two envelopes as further described in the Request for Proposals available from the Procuring Entity. A Consultant shall be selected on the basis of the most economically advantageous tender, subject also to being qualified.

The Procuring Entity, PC Motorways of Federation of Bosnia and Herzegovina Ltd. Mostar (JPAC), now invites all consultants (individuals and firms, including JVCAs and their individual members) from all countries interested to offer consulting services for Bank-financed projects, unless otherwise provided in the RfP.

Interested consultants must provide information indicating that they are qualified to perform the Service. Consultants shall contact the JPAC to obtain a copy of the Request for Proposal (RfP) template that must be used to submit proposals. Only proposals using the correct template will be accepted. The RFP includes the terms of reference which fully describes the services to be rendered under the contract. 

Prospective consultants are allowed to ask clarifications up 15 days prior the deadline for submission by sending an email to the relevant address above. 

JPAC’s evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, sub-criteria, and point system specified in the RfP. In addition, Technical Proposals shall demonstrate the bidder’s compliance with the professional, financial and technical qualifying criteria set down in the RFP, and as summarised below. 

Corporate services are required. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. In the event that a natural or legal entity submits or forms part of more than one proposal, all proposals in which that entity has participated will be excluded. 

II.2.5)Kriteriji za dodjelu

Cijena nije jedini kriterij za sklapanje ugovora i svi kriteriji su navedeni u dokumentaciji za nabavu

II.2.6)Procijenjena vrijednost

II.2.7)Trajanje ugovora, okvirnog sporazuma ili dinamičkog sustava nabave

Početak: 06/03/2023

Završetak: 06/09/2023

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: ne

II.2.14)Dodatni podaci

Odjeljak III: Pravni, gospodarski, financijski i tehnički podaci

III.1)Uvjeti sudjelovanja

III.1.1)Sposobnost obavljanja profesionalne djelatnosti, uključujući zahtjeve koji se odnose na upis u strukovne ili obrtne registre

Popis i kratki opis uvjeta: 

The Client is seeking for a skilful and experienced Consultancy firm/JVCA who will be able to exercise the role of the Designer and capable to ensure successful Assignment delivery and completion. A consulting firm engaged for this assignment and is expected to procure the services of a multidisciplinary team of both international and local experts as appropriate.

The Consultant is expected to have relevant expertise and experience from similar assignments involving design services in the transport sector (motorway design). 

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

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

III.1.2)Ekonomska i financijska sposobnost

Popis i kratki opis kriterija za odabir: 

List and brief description of selection criteria:

The Consultants shall simultaneously comply with the following minimum criteria:

a) The audited financial statement and balance sheets for the past five (5) years (2017, 2018, 2019, 2020 and 2021) must demonstrate the soundness of the consultant’s financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the disqualification of the Consultant.

b) The Consultant shall have Minimum average annual turnover 4 million EUR (four million EUR) equivalent for the past 5 years (from 2017 until 2021).

The above selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture (JV), the JV shall collectively meet set criteria. Individual partners must each satisfy the requirements for soundness of financial position. 

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. The financial qualifying criteria are further specified in the RFP and those shall prevail.

III.1.3)Tehnička i stručna sposobnost

Popis i kratki opis kriterija za odabir: 

List and brief description of selection criteria:

Candidates must meet the following criteria: 

i. The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of proposals, at least two (2) major contracts for the preparation of Preliminary and Main Design of a motorway section 5 km long or more, which includes design of two separate carriageways with at least two traffic lanes with separate drainage systems for clean and polluted water/fluids. The value of the project shall be at least EUR 1.6 million.

ii. The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of proposals, at least two (2) Main Designs of two-hundred-meter motorway bridges (200 m or longer)

iii. The Consultant has successfully completed in the past five (5) years (2017, 2018, 2019, 2020, 2021) counting from the deadline for submission of applications Main Design of five-hundred-meter motorway two-tubes tunnel (500 m). Design of the motorway tunnel shall be in accordance to EU standards. 

Criteria i, ii and iii can be fulfilled by two or more separate contracts.

The Joint venture or Consortium must satisfy collectively all set criteria.

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. 

III.2)Uvjeti povezani s ugovorom

III.2.2)Uvjeti izvršenja ugovora:

The selected Consultant shall be required to perform the Services 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 EIB’s Guide to Procurement.

The winning bidder shall be required to fulfil certain obligations in terms of local licenses, at the firm and individual levels, as it is specified in the Request for Proposals. This requirement will be required from the winning tenderer only; it is not a condition of participation in the competition. 

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

III.2.3)Podaci o osoblju odgovornom za izvršenje ugovora

Obveza navođenja imena i stručnih kvalifikacija osoblja zaduženog za izvršenje ugovora

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: 27/01/2023

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: 4 (od isteka roka za dostavu ponuda)

IV.2.7)Uvjeti za otvaranje ponuda

Datum: 27/01/2023

Lokalno vrijeme: 10:30

Mjesto: 

JP Autoceste Federacije BiH d.o.o. Mostar – Ured u Sarajevu

Hamdije Kreševljakovića 19 

71 000 Sarajevo

Bosnia and Herzegovina

Podaci o ovlaštenim osobama i postupku otvaranja: 

JP Autoceste Federacije BiH d.o.o. Mostar – Ured u Sarajevu 

Procurement Department: n/r Mrs. Jasmina Olovčić

Hamdije Kreševljakovića 19, 71 000 Sarajevo

Bosnia and Herzegovina

Tel: + 381 33 277 921

E-mail: o.jasmina@jpautoceste.ba

Odjeljak VI: Dopunski podaci

VI.1)Podaci o obnavljanjima

Ova nabava će se ponavljati.: ne

VI.3)Dodatni podaci:

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

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

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 EIB's definition of prohibited conduct.

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. 

The complaint procedures are specified in the RFP and shall include request for debriefing, followed, as necessary, by formal complaint to the Review Body stated below.

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.

VI.4)Postupci pravne zaštite

VI.4.1)Tijelo nadležno za postupak pravne zaštite

Službeni naziv: Federal Ministry of Transport and Communications
Poštanska adresa: Adema Buća bb
Mjesto: Mostar
Poštanski broj: 88 000
Država: Bosna i Hercegovina

VI.5)Datum slanja ove obavijesti:

25/11/2022

  

PRIKAŽI VIŠE TEKSTA

PREUZMI DOKUMENT:

PODIJELI: