PUBLIC COMPANY “REPUBLIC OF SRPSKA MOTORWAYS” LIMITED has floated a tender for Construction of Motorway on Corridor VC. The project location is Bosnia and Herzegovina and the tender is closing on 13 Feb 2020. The tender notice number is 9565-EOI-50603, while the TOT Ref Number is 39633684. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Bosnia and Herzegovina

Summary : Construction of Motorway on Corridor VC

Deadline : 13 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 39633684

Document Ref. No. : 9565-EOI-50603

Competition : ICB

Financier : European Bank for Reconstruction and Development (EBRD)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PUBLIC COMPANY “REPUBLIC OF SRPSKA MOTORWAYS” LIMITED
Davor Vu?kovi? Vase Pelagi?a br. 10 78000 Banja Luka, Republic of Srpska Tel: +387 51 233 670
Bosnia and Herzegovina
Email :dvuckovic@autoputevirs.com / info@autoputevirs.com

Tender Details

Expression of Interest are invited for Construction of Motorway on Corridor VC

Corridor VC - Doboj Bypass Project

Procurement ref:

9565-EOI-50603

Location:

Bosnia and Herzegovina

Business sector:

Transport

Project number:

50603

Funding source:

EBRD

Contract type:

Consultancy Services

Notice type:

Invitation for expressions of interest (loan or grantfunded)

Issue date:

13 Jan 2020

Closing date:

13 Feb 2020 at 11:00 CET



Procurement Notice - Corridor Vc - Doboj Bypass Project

Two Stage Open Competitive Selection - Invitation to

submit Expressions of Interest

1. The State Bosnia and Herzegovina has received financing from the European Bank for Reconstruction and Development (the “Bank”) in the form of a loan toward the cost of Construction of motorway on Corridor Vc through Republic of Srpska - Doboj Bypass, section Bridge Rudanka (including the Bridge) - tunnel Putnikovo Brdo 2. The Republic of Srpska (the “Beneficiary”), and Republic of Srpska Motorways (the "Client"), intends to apply a portion of the proceeds of this Loan to eligible payments under the contract for which this Invitation to Submit Expressions of Interest is issued.

2. The Client now invites expressions of interest ("EoIs") to provide the consulting services described in this Notice and (hereinafter called the “Services”):

Following this invitation for Expressions of Interest, a shortlist of qualified firms will be formally established on the basis of the shortlisting criteria set out in this Procurement Notice. Only the shortlisted consultants will be invited to submit proposals.

3. A shortlist of qualified firms will be established under QBS procedures in accordance with the policies of the European Bank for Reconstruction and Development detailed in the EBRD Procurement Policies and Rules (“PP&R”) and the Guidelines for Clients Managing Donor or Loan Funded Consultancy Assignments (“Guidelines”) which can be found at the following website: www.ebrd.com, this procurement notice, and the Instructions to Consultants: https://drive.google.com/file/d/12dP_n0PaKMGIMLSd-CODVpxl6yycH1fD/view?usp=sharing

4. Executing Agency (Client):

Public Company “Republic of Srpska Motorways” ltd.

Vase Pelagica st. 10

The Client Contact Person:

Mr. Davor Vuckovic

Public Company “Republic of Srpska Motorways” ltd.

Vase Pelagica st. 10

dvuckovic@autoputevirs.com; info@autoputevirs.com

00387 51 233 670

All communications and all Expressions of Interest shall be sent by E-mail to the Contact Person(s) above.

5. Project Description:

The Client has requested the European Bank for Reconstruction and Development (the “EBRD” or the “Bank”) to provide funding to finance Construction of motorway on Corridor Vc through Republic of Srpska - Doboj Bypass, section Bridge Rudanka (including the Bridge) - tunnel Putnikovo Brdo 2 (the “Project”).

6. Assignment Description:

The Client now intends to establish a shortlist of qualified and competent consultants, with a view to inviting proposals from the shortlisted consultants, in relation to the Assignment.

The expected outcome of the Assignment is engaging consultants to assist in works supervision for the design and 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 FbiH plus cca 200 m after the tunnel)

• Bridge “Rudanka” over river Bosna

• Viaduct “Putnikovo Brdo”.

The main objective of the assignment shall be to perform the duties and assume the authority of ‘the Engineer- in accordance with the contract conditions which will be based upon the “Conditions of Contract for Plant and Design - Build” (FIDIC, Yellow Book), First Edition 1999, published by the Fédération Internationale des Ingénieurs-Conseils (FIDIC), and, in respect of contract administration procedures, ensure compliance with EBRD Procurement Rules and Policies (November 2017).

The consultant shall act in the role of the Engineer and its outputs shall have to comply with current local Laws and regulations concerning the design, construction, supervision, construction works quality control and environmental protection (Spatial Planning and Construction Law of the Republic of Srpska, Guidelines for Road Designing, Construction, Maintenance and Supervision, Environmental Protection Law in the Republic of Srpska, etc)

The selected Consultant is expected to provide the following services:

Undertake the duties of the ‘Engineer-, as required by the relevant clauses of FIDIC, Yellow Book and the particular contract conditions as determined within the Construction Contracts,
Undertake a full review of the Contractors design proposals and make recommendations as to their compliance or otherwise with the Employers requirements. Approve or otherwise in consultation with the Employer,
Review and approve as require the contractors documents.
Regularly inspect and accurately record the Contractors progress against his Construction programme; monitor and ensure the Contractors timely progress including all actions to retain progress. Ensure proper programming, recording, measurement and accounting of the works by means of appropriate management and measurement techniques
Regularly inspect all design and construction works in progress in order to monitor and observe the Contractors compliance with all required design, construction, environmental, and safety standards, as well as good engineering practices.
Determine the value of approved and accepted work and materials for interim and final payments to the Contractor
Maintain up to date financial, works, labour, plant, safety and all associated daily site records. Provide all associated reports.
Furnish timely assistance and direction to the Contractors in all matters including clarifications, unforeseen works, quality control, testing and the like
Provide verification of site demarcation and compliance with required permits issued by competent local authorities, including for any asphalt plants and quarries, prior to the issue of the commencement order;
Agree the contractors test programme; witness and approve tests of materials and completed works, and order re-tests as required;
Order removal of sub-standard work and materials
Assist in preparation of completion and handing over certificates, defects liability certificate and acceptance certificates
Monitor the contractors compliance in meeting all Environmental obligations during both design and construction
7. Assignment Start Date and Duration: The Assignment is expected to start on July 2020 and has an estimated overall duration of 36 months plus 24 months of DNP.

8. Cost Estimate for the Assignment: EUR 6, 000, 000.00 (exclusive of VAT).

9. Eligibility: There are no eligibility restrictions based on the consultant's country of origin.

For the information of Consultants, at the present time firms, goods and services from the following countries are excluded from this selection:

Under the ITC 5.3.2 (a): none

Under the ITC 5.3.2 (b): none

A consultant cannot be awarded the contract if the consultant has been convicted of an intentional crime, or an affiliate of the consultant has been convicted of an intentional crime, and any such criminal conviction is final in the relevant national jurisdiction, with no more than ten years having lapsed between the date on which the criminal conviction became final and the date of eligible assessment, and the Bank concludes that the judicial proceedings provided for adequate due process acceptable to the Bank.

10. Consultant Profile: Corporate services are required. The Consultant shall preferably comply with the following minimum requirements:

The Consultant shall have experience (as a sole consultant or JV member) in the capacity of „the Engineer“ according to FIDIC Conditions of Contract in supervision of works on construction of at least 1 (one) motorway/road tunnels, each with a length of:
- preferably 2, 000 m per tube in case of twin tube motorway tunnel project; or

- preferably 4, 000 m of overall tunnel length in case of road tunnel, where the tunnel has been equipped with ITS (in accordance withDirective 2004/54/EC of the European Parliament and of the European Council on minimum safety requirements for tunnels in the Trans-European Road Network)

The referenced project(s) shall be completed within the last 10 years from the date of submission of the Expression of Interest.

The Consultant shall have experience (as a sole consultant or JV member) in the capacity of „the Engineer“ according to FIDIC Yellow Book Conditions of Contract on at least 1 (one) works supervision contract related to the design and build of full profile motorway. The value of the works supervision contract shall be preferably 5 million Euro.
The referenced project must have been successfully completed within the last 5 years from the date of submission of the Expression of Interest..

The annual turnover of the applicant for each of the past 3 years when accounts were audited must exceed EUR 5 million; and
In case of JV or Consortium, the Leading Company shall meet not less than 60% and other partners shall meet not less than 40% of the qualifying financial criterion (a) given above
11. Submission Requirements: In order to determine the capability and experience of Consultants seeking to be shortlisted, the information submitted should include the following:

Completed Consultant Declaration and Contact Sheet (TECH-1)
Company/group of firms- profile, organization and staffing (max. 2-4 pages) a

Documents

 Tender Notice