???????? ??????????? „?????????? ???????? „??????????? ??????????????“ has floated a tender for Contract notice: Railway construction works. The project location is Bulgaria and the tender is closing on 21 Nov 2019. The tender notice number is 403986-2019, while the TOT Ref Number is 35832184. 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 : Bulgaria

Summary : Contract notice: Railway construction works

Deadline : 21 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35832184

Document Ref. No. : 403986-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ???????? ??????????? „?????????? ???????? „??????????? ??????????????“
Office Name: ???????? ??????????? „?????????? ???????? „??????????? ??????????????“
Address: ???. „??????? ????? ?????“ ? 110
Town: Sofia
Postal Code: 1233
Contact Point: ??????? ??????

Phone: +359 2932-3875
Fax: +359 2931-0663
Bulgaria
Email :i.kitina@rail-infra.bg
URL :http://www.rail-infra.bg

Tender Details

Object of the contract
Railway construction works

Description: Contract notice: Railway construction works

Authority Type: Body governed by public law
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 45234100, 71311230, 45234100, 45234100, 71311230
CPV Description: Railway construction works.

Railway engineering services.

Modernization of the Sofia-Dragoman-Serbian railway line, Volujak-Dragoman section by lot

Lot 1 "Design of railway, contact network, facilities, construction and copyright supervision of Volujak section

Parchch.

Main Site: Sofia-Dragoman-Serbian Border Railway, Voluyak-Dragoman, Voluyak-Peturch km 9 200to km 21 412

Design of railway, contact network, facilities, construction and supervision of the Voluyak Petrch section, includes new Kostinbrod station and Kostinbrod station. Modernization of the railway line from Voluyak (km 9 200) to Peturch (km 21 306) incl .: Design and modernization of the track development and contact network (KM) at Kostinbrod Station; Design and modernization of the two-way railway, electrified section from Voluyak to Peturch; Design and upgrade of SCADA system; Design and construction of new platforms with accessible access (pedestrian subways / overpasses) for Kostinbrod Station and Kostinbrod Station; Design and modernization of existing facilities, construction (construction) of new facilities; Design and construction of a new drainage system (ditches and drains) for this purposefunnel plot; Design, including PMU / PPP and construction of 4 new road subways / overpasses, preventing the crossing of a railway line in a single level section; Design and modernization of KM and construction of a new two-way railway; Design and construction of a new pipeline network for the needs of signaling, telecommunications, energy and fiber optic installation systems; It all crossesrailway infrastructure facilities with facilities of other infrastructures are inspected and, if deviated from the regulatory requirements, reconstructed; Design and construction of noise protection equipment in urban areas and fences for the station areas; Design and construction of a new Kostinbrod reception building and Kostinbrod stop. Fence on both sides of the railway section to prevent passagethrough the railway line at the stations and between stations.

For OPs 1 and 2:

1. The participant must be entered in the Central Professional Register of Builders at the Bulgarian Construction Chamber for the execution of construction works of the second group: construction works from the transport infrastructure, according to Art. 5, para. 1, item 2 of the Rules for the order for registration and keeping of the Central Professional Register of Builderscategory of construction works, according to Art. 5, para. 6, item 2.1 of the PRVDPRS, and foreign persons in a similar register according to the legislation of the Member State in which they are established. in it, which will perform the relevant activity according to the distribution of the participation ofpersons when performing the activities stipulated in the document / agreement for the formation of the association.

Where the tenderer envisages the participation of subcontractors, compliance with the selection criterion shall also be proved by them, according to the type and share of the contract to be performed, and to them there are no grounds for removal from the procedure.

2. When submitting a bid, compliance with the "eligibility"shall be specified in Part IV" Selection Criteria ", Section A" Eligibility "of the EEOPP.

3. The following document shall be submitted to demonstrate compliance with the criterion: a certificate for entry in the Central Professional Register of Builders of the Bulgarian Construction Chamber, for execution of construction works of the second group: construction works of the transport infrastructure, in accordance with Article 5, paragraph 1, item 2 of the Rules of Proceduredesigning and keeping of the Central Professional Register of Builders (PRVPRSP), first category of construction works, according to Art. 5, para. 6, item 2.1. For foreign persons who fall within the scope of Art. 25a of the Law on the House of Builders (LCS) the document under Art. 25a, para. 2, item 1 of the LCS.

The document shall be submitted by the participant designated as a contractor in the case of Art. 112, para. 1, item 2 ofPPA

For OPs 1 and 2: 1. The tenderer must have realized during the last 3 financial years, depending on the date on which the participant was established or started its activity, min. Turnover in the area covered by the contract. For the purposes of this contract, turnover in the area covered by the contract is turnover from new construction and / or modernization and / or reconstruction of ironwholesale infrastructure within the meaning of the Railway Transport Act. No construction of metro and rail urban transport shall be accepted.

2. The participant must have professional liability insurance for design and professional liability insurance for construction, in accordance with Art. 171 and Art. 171a of the Spatial Planning Act (SPA). If the participant is a union, kthe other is not a legal entity, compliance with the selection criterion under item 1 is proved by the participant group, but under item 2. by each of the persons included in it, which will perform the respective activity according to the distribution of the participation of the persons in the performance of the activities provided for in the document / agreement establishing the merger. Where the tenderer envisages the participation of subcontractors, respectivelythe selection criterion is also proved by them according to the type and proportion of the contract they will fulfill and that there are no grounds for their removal from the procedure. Where a participant envisages the participation of third parties, they must meet the relevant requirements of the selection criterion for which the participant relies on their capacity and for which reasons are not availableto be removed from the procedure. When submitting the offer, compliance shall be indicated in Section B Economic and Financial Condition of Part IV: EEOPE Selection Criteria.

3. The following documents shall be submitted for proof in connection with the requirements laid down: under item 1. - certificates from banks or annual financial statements or their constituent parts, when their publication is required by lawthe nationality of the country in which the tenderer is established or a reference to turnover in the area covered by the contract, in a model; under item 2. Evidence of the existence of Professional Liability Insurance for design and Professional Liability Insurance for construction, or equivalent. The documents shall be submitted under the conditions of Art. 67, para. 5 of the Public Procurement Act and Art. 112, para. 1, item 2 of the Public Procurement Act.

A participant who meets the conditions of Art. 10, para. 1 of the PPA and the requirements of the unit. There is no condition for establishing a legal entity under Art. 10, para. 2 of the PPL. The term shall remove a participant for whom the grounds under Art. 54, para. 1, items 1-7 of the Public Procurement Act, Art. 55, para. 1, item 1, item 4 and item 5 of the Public Procurement Act and Art. 107 of the PPA, as well as the circumstances under Art. 3, item 8 and art. 4 of ZIFODRIUPRKLTDS and existence of a district under art. 69 of the CITAA. Any non-legal entity member, subcontractors and third parties must meet the selection criteria and have no grounds for removal from the procedure. According to Art. 67, para. 1 of the PPA, when submitting a tender, the tenderer declares no grounds for removal and compliance with the selection criteria by submitting a tender.EEDOP. When the participant is a non-legal entity, a separate EEOP is presented for each member of the association. A separate EEDOP is also provided for subcontractors and third parties. The documents proving the information specified in the EEOPP shall be submitted under the conditions of Art. 67, para. 5 of the Public Procurement Act and Art. 112, para. 1, item 2 of the Public Procurement Act. The documents shall be submitted by each member of the association, whois subcontracted to third parties, if any. Tenderers may obtain the necessary information on tax and social security obligations, environmental protection, employment protection and working conditions in the country in force and relevant to the subject matter of the contract, as follows:

- taxes and social security - NRA, www.nap.bg/, - environmental protection - MOEW, www.moew.government.bg/,

— employment protection - EA, https://www.az.government.bg/,

— working conditions in the country - EA GIT, www.gli.government.bg/.

At the conclusion of the contract, the tenderer designated as a contractor presents a guarantee for securing the performance of the contract at a rate of 5% of the contract price excluding VAT. The guarantee is presented in one of the forms in accordance with Art. 111, para. 5 of the PPL. The conditionsand the deadlines for submission, retention, assimilation and approval. the guarantees are governed by the contract for the award of the contract.

Final payment guarantee (unconditional and irrevocable bank guarantee in the original amount of 100% of the amount of the final payment with validity period set by the contracting authority): the contractor may, after signing a statement of fact establishing the suitabilityfor acceptance of the construction, annex 15, to submit to the contracting authority a request for final payment and at the discretion of the contracting authority, payment must be made prior to the issuance of a DNSC permit for the use of the site and a positive EC certificate for verification of structural subsystems within the scope of the contract. For collateral. fulfillment of the contractor`s obligations within the reporting period of the defectand within 10 days from the date of issuance of the final statement of object for the site to establish the suitability for acceptance of the construction pursuant to Ordinance No. 3, the contractor must provide a bank guarantee for securing its obligations within the deadline for reporting defects for an amount of 5% of the contract price with an initial term of validity of 12 months. When there are unforeseen RAsAs a result, the amount of the bank guarantee is 5% of the sum representing the sum of the contract price and the realized contingency costs of the contract excluding VAT. The guarantee shall be released within 15 working days of the defective reporting deadline. The insurance coverage for the warranty period with the insurance coverage is 3, 5% of the value of the construction works carried out. When there isrealized unforeseen expenses, the amount of the insurance coverage is 3, 5% of the sum representing the sum of the value of the construction and construction works performed and the unforeseen expenses realized.

According to the terms of Art. 114 of the Public Procurement Act, the implementation of the contract begins, respectively, the deadlines for the execution of the assigned works begin to run after securing financing by the contracting authority, for whichthe contracting authority shall notify the consultant and the contractor in writing
Internet address (URL): http://www.rail-infra.bg

Documents

 Tender Notice