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.

Izvođenje radova na završetku Sarajevske zaobilaznice Lot 2: Butila - Briješće - Stup

Izvor: Official Journal of the European Union, 02.09.2014.

Bosnia and Herzegovina-Sarajevo: EIB - Road rehabilitation

2014/S 167-297198

Bosnia and Herzegovina, Federation of Bosnia and Herzegovina

JP CESTE FEDERACIJE BiH

Construction of Sarajevo Bypass Works for Completion Lot_2 / 2014/W

Contract notice

Works

Directive 2004/18/EC


Section I: Contracting authority

I.1)Name, addresses and contact point(s):

JP Ceste Federacije BiH d.o.o. Sarajevo, Terezija 54, 71000Sarajevo, BiH, Tel: +387 33 250 377, Fax: +387 33 250 387

Internet address(es):

General address of the contracting authority: http://www.jpcfbih.ba E-mail. pit@jpcfbih.ba

Further information can be obtained from:

The above mentioned contact point

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:

The above mentioned contact point.

Tenders or requests to participate must be sent to:

The above mentioned contact point

I.2)Type of the contracting authority:

Body governed based on public law – Public company for Road management
I.3)Main activity:
General Public Services – Main Roads Management
I.4)Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No


Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Works for Completion of Sarajevo Bypass LOT_2 No: BA/SABYPASS/W/LOT_2/01/14.
II.1.2)Type of contract and location of works, place of delivery or of performance:
Works
Sarajevo Bypass Lot_2 Butila – Briješće – Stup
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract award.
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Works for Completion of Sarajevo Bypass LOT_2:
- Completion construction viaduct Briješće (constructed 10 span, tender is offer 42 span)
- Completion of the road pavement,
- Roundabout Briješće,
- Signalling and equipment,
- lightning and installation
- Rehabilitation of roads and bridge out of the alignment.
II.1.6)Common procurement vocabulary (CPV):
45233100-0 45221100-3
II.1.7)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: no
II.1.9)Information about variants:
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
II.2.2)Information about options:
Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration of the contract or time limit for completion:
Duration in months: 12 months from the award of the contract)


Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
- All tenders must be accompanied by a Tender Security of BAM 520.000 or its equivalent in a convertible currency.
- The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The following way of deferred payment transfer within 90 days.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Yes
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
To be qualified for the award of a contract, Tenderers must satisfy the following minimum criteria:
• Average annual turnover in the amount of BAM 50.000.000 (or equivalent) in the last three years
• Liquid assets in the amount of BAM 5.000.000(or equivalent EUR)
III.2.2)Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Balance sheet report and data from the income statement for the last 3 years.
Minimum level(s) of standards possibly required: Balance sheet report and data from the income statement for the last 3 years.

III.2.3)Technical capacity:

Information and formalities necessary for evaluating if the requirements are met:
• the Tenderer shall provide a statement confirming that they either possess, or will obtain promptly in the event that they are awarded the contract, Authorization for performing construction business on the territory of Federation of Bosnia and Herzegovina issued by the Federal Ministry of Physical Planning pursuant to the Provision no. 619 as published through the Official Gazette of Federation BiH no. 34 dated 11th June 2008.
• Specific experience as contractor or management contractor in at least two (2) similar contracts within last 5 years, each with the value of at least BAM 20.000.000(or equivalent).
• Construction of reinforced pre-stressed concrete structures, the deck cross section, built on the scaffolding, with spans longer than 30m1
• supply and laying different type of asphalt mixture in quantity 40.000 T in one year
• Adequate personnel and equipment pursuant to Tender Document available for use on the contract
No.; Position; Total Work Experience (years); Total Work Similar Experience (years):
1; Project Manager; 15; 10
2; Alternate; 15; 10
3; Site manager; 10; 5
4; Alternate; 10; 5
5; Quality Assurance Manager; 10; 5
6; Bridges Manager; 15; 5
7; Superintendent Asphalt Works; 15; 10
No.; Equipment Type and Characteristics; Minimum Number required:
1; Fully automatic asphalt drying and mixing plant min capacity 120 Tons per hour with valid licence of usage issued by responsible authority. Max.distance 70 km from the start of the road section.*; 1
2; Fully automatic asphalt drying and mixing plant min capacity 80 Tons per hour with valid licence of usage issued by responsible authority. Max.distance 70 km from the start of the road section.*; 1
3; Wheeled asphalt paver with electronic guided grade device, Blade width: 8,20 m; min laying capacity: 100 ton/hour; 2
4; Equipment for Jet Grouting; 1
5; Support means (heavy bridge scaffold) and concrete formwork in accordance with requested time schedule and time for completion; -

6; Concrete batching plant Minimum capacity: 120 m3/h; 1

7; Other (specific requirements for road construction specified in the Guidelines for design, Construction, maintenance and supervision Sarajevo 2005.www.jpcfbih.ba); -

III.2.4)Information about reserved contracts:
N/A
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession:
N/A
III.3.2)Staff responsible for the execution of the service:
N/A


Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure:
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria:
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BA/SABYPASS/W/LOT_2/01/14
IV.3.2)Previous publication(s) concerning the same contract:
No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of BAM 300 or equivalent in a convertible currency.
The method of payment will be as follows:
a) For payment within Bosnia and Herzegovina, in BAM
Payment will be done through Intesa SanPaolo Bank d.d Bosnia and Herzegovina account no. 1540012000213981 in favor of JP Ceste FBH vrsta prihoda/income code: 722539 indicating purchase of Tender Document for the “Sarajevo Bypass Completion Lot_2”.
b) For payment in a freely convertible currency from abroad:
Payment in a freely convertible currency will be done through intermediary bank LHB International Bank AG Frankfurt AM Main SWIFT code: LHBIDEFF, account with institution /000 9867 300 Intesa SanPaolo Bank d.d BIH SWIFT code: UPBKBA22, Beneficiary customer: IBAN: BA391540012000213884 JP Ceste FBH doo indicating purchase of Tender Document for the “Sarajevo Bypass Completion Lot__2”.
Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. In addition, 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.
IV.3.4)Time limit for receipt of tenders or requests to participate:
14.10.2014 - 11:00 Sarajevo time
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:
English and Bosnian(BHS) language.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender:
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders:
Date: 14.10.2014 - 11:00
Place:
JP Ceste Federacije BiH
Address: Terezija 54, 71000 Sarajevo, BiH
Persons authorised to be present at the opening tenders: Yes


Section VI: Complementary information

VI.1)Information about recurrence:
This is a recurrent procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
Financing from EIB Loan 20515 and OPEC Fund for International Development Loan no.1077 B
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures:
Appeal Committee, Federal Ministry of Transport and Communications, Braće Fejića bb, 88000 Mostar, BIH, fax:+387 36 55 00 24
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Federal Ministry of Transport and Communications, Braće Fejića bb, 88000 Mostar, BIH, fax:+387 36 55 00 24
VI.5)Date of dispatch of this notice:
25.8.2014

 

PRIKAŽI VIŠE TEKSTA

PODIJELI: