Supported byOwner's Engineer
Clarion Energy banner

Works Procurement Notice Serbia: RS-Novi Sad: Water and wastewater works, sewerage works (EIB)

Supported byspot_img

 

 

Supported by

2012/S 1-000027

WORKS PROCUREMENT NOTICE

REHABILITATION OF SEWERAGE NETWORK: RUMENACKA STREET – GC2,

KISACKA STREET (V-351-398/11)

Supported by

Location -Novi Sad / Serbia

1. Publication reference

ViKNS – EIB – V-351-398/11 – W001

2. Procedure

Open

3. Programme

N/A

4. Financing

EIB loan proceeds

5. Contracting Authority

JKP VODOVOD I KANALIZACIJA Novi Sad, Contact Person: Mr. Radoica Stefanovic: Head of PMU, Contract Address: JKP VODOVOD I KANALIZACIJA, Masarikova 17, Novi Sad, Republic of Serbia.

CONTRACT SPECIFICATIONS

6.Description of the contract

This Works Contract, which will be procured under FIDIC Conditions of Contract for Building and Engineering Works Designed by the Employer (Red Book), will include the following works:

– The construction of approximately 3.5 km of new combined sewerage network in the centre of the City of Novi Sad (ranging from Ř600-1600mm DI pipe) complete with 51 no. manhole chambers, connections to existing secondary sewerage, the construction of approximately 250m of new secondary sewers, and the filling of 2.3 km of abandoned sewers and below ground structures. (Note: The Ř600-1600mm DI pipe will be supplied by others.)

– The supply and installation of mechanical raked coarse screens, the supply and installation of 5 wastewater monitoring stations, and the supply of sewerage survey and monitoring equipment.

– The implementation of field geodetic surveys, a bathymetric survey and geotechnical survey works.

The Contracting Authority has the right to cancel the procedure, suspend or modify the contract as appropriate.

7.Number and titles of lots

N/A

TERMS OF PARTICIPATION

8.Eligibility and rules of origin

Participation is open to all legal persons participating either individually or in a grouping (consortium) of tenderers.

9.Grounds for exclusion

Tenderers must submit a signed declaration, included in the Tender Form for a Works Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contracts procedures for EU external actions.

10.Number of tenders

Tenderers may submit only one tender. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.

11.Tender guarantee

Tenderers must provide a tender guarantee of EUR 75 000 (seventy five thousand euro) when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties.

12.Performance Security

The successful tenderer will be asked to provide a performance security of 10% of the amount of the contract at the signing of the contract. This security must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.

13.Information meeting and/or site visit

A mandatory information meeting and site visit will be held on 21.02.2012 at 10:00 a.m. in Novi Sad.

14.Tender validity

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.

15.Period of implementation of tasks

Period of execution: 365 days from the commencement date.

SELECTION AND AWARD CRITERIA

16.Selection criteria

The selection criteria for each tenderer are as follows:

1)The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.

2)Economic and financial capacity of candidate:

a) The average of annual turnovers over the past 3 years shall be minimum EUR 7 000 000 or equivalent.

For companies which were established within the last 3 (three) years but not less than 2 (two) years, only the average of the years since established will be taken into account which cannot be less than 2 (two) years.

The annual turnover (A) of a tenderer in that year equals the sum of the whole sales realized

(B) by the tenderer in that year + the share of sales realized (C) in a JV (joint venture) with third parties in that year.

Following formula will be used to calculate the annual turnover of a tenderer:

A = B + C

B = + net sales (income statement)

+ values of contracts in progress in year in question (balance sheet/ liabilities)

– values of contracts in progress previous year (balance sheet/ liabilities)

C = (% share of the tenderer in other JVs) x (sales realized by those JVs in that year)

This must be proven by the audited balance sheets and income statements of the tenderer for the last 3 financial years which were audited by a Certified Public (Sworn)/ Chartered accountant and any other document necessary to prove annual turnover values of the tenderer (e.g. Cover pages of the interim payment certificates, audited reports of the Certified Public Sworn accountant showing the incomes of the tenderer from each contract in each year, documents showing the share of the tenderer in JV, etc) The yearly income of a company coming from a project undertaken as JVs shall also be added to the turnover calculated, in proportion to the share of the particular company in JV.

b) Financial Resources:

The tenderer shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than; EUR 2,000,0000 equivalent, for a period of 6 months, in addition to the tenderer’s commitments for other contracts. The evidence shall clearly demonstrate that the financing is available for the concerned contract.

c) Financial Position

The Audited Financial Statements (audited balance sheets and income tables or, if not required by the law of the tenderer’s country, other financial statements acceptable to the Contracting Authority) as well as the report of Certified Public (Sworn) Accountant for the past 3 years shall be submitted and must demonstrate the soundness of the applicant’s financial position, showing long-term profitability.

The tenderer should be in positive profit account at least 2 of the 3 years (2008, 2009, 2010).

The Contracting Authority reserves the right to carry out such any further inquiry on the Tenderer’s financial standing as the Evaluation Committee may deem appropriate.

For purposes of converting another currency to Euro, the Conversion rates, published in the Official Journal of European Union shall be used, which can be found at: http://ec.europa.eu/budget/inforeuro/index.cfm?Language=en

For calculating annual turnovers in Euro, the rates for June of each year shall be used.

3)Technical and professional capacity of candidate:

a) Work Experience

The tenderer must have successfully completed similar contracts as defined below within the last five years up to the submission deadline of this tender (final or provisional acceptance certificates should indicate that the Works have been completed in the last five years):

— The tenderer shall have completed at least one construction contract as a prime contractor according to FIDIC Conditions of Contract,

— The tenderer shall have completed, as a prime contractor at least two projects for the construction of /2.0 km of sewers of / (or equal to) Ř600mm in central urban areas,

— The tenderer shall have completed, as a prime contractor at least one project for the construction of /1.0 km of sewers of / Ř1000mm in central urban areas,

— The tenderer shall have completed, as a prime contractor at least one project for the new construction and/or rehabilitation of public sewerage network with a minimum value (the total value of works the contractor was responsible for) of EUR 4 000 000 OR two projects each with a minimum value (the total value of works the contractor was responsible for) of EUR 2 000 000.

— The tenderer shall hold the following licences, as issued by the Government of the Republic of Serbia:

—— I071G3 – Execution of Works on Hydraulic Structures,

—— I071M2 – Execution of Mechanical Installations on Water Supply and industrial water facilities, hydraulic structures and hydroelectric plants.

Previous experience of the tenderer must be demonstrated by providing notarized copies (or originals) of provisional acceptance or final acceptance certificates signed by the project managers/Contracting Authority of the concerned projects, as well as a notarized copy of the tenderers IO71G3 and IO71M2 licences.

The Contracting Authority reserves the right to ask for originals of the respective certificates of provisional or final acceptance signed by the project managers/Contracting Authority of the concerned projects.

On-going works of the tenderer will not be taken into consideration.

If all of the works specified above have been performed within the scope of a single contract, it must satisfy each criterion separately.

If the similar past experience of a tenderer has been completed in a joint venture or consortium, the tenderers experience out of such works will be evaluated as that financial value will be the proportion of the partnership share of the tenderer in the JV/consortium.

Regarding the calculation of the contract amounts for the completed works of the tenderers, the values will be considered at the date of completion and should be converted to the official Euro rate from

http://ec.europa.eu/budget/inforeuro/index.cfm?Language=en

For purposes of converting another currency to Euro, the Conversion rates, published in the Official Journal of European Communities shall be used, which can be found at:

http://ec.europa.eu/budget/inforeuro/index.cfm?Language=en

The Contracting Authority reserves the right to carry out any further inquiry on the tenderer’s document as the Evaluation Committee may deem appropriate.

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. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must 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. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.

17.Award criteria

Price

TENDERING

18.How to obtain the tender dossier

The tender dossier is available from:

JKP VODOVOD I KANALIZACIJA Novi Sad

Contact Person: Mr. Radoica Stefanovic: Head of PMU

Contract Address: JKP VODOVOD I KANALIZACIJA

Masarikova 17

Novi Sad

Republic of Serbia

upon payment of 600 euros (courier fee excluded).

It is also available for inspection at the premises of the Contracting Authority, address as in point 5 above. The tender dossier is available (without drawings and technical specifications) at the following web sites:

1. The Contracting Authority website at: http://www.vikns.rs/tenderi

Interested tenderers, upon registering their company information and power of attorney of the person who receives the tender dossier and submitting a copy of the receipt for the payment of 600 euros to the below-mentioned bank account, can receive the tender dossier including drawings, from the Contracting Authority.

Bank Account for the payment for the Tender Dossier:

Beneficiary IBAN: RS35160005030000060304

Beneficiary Name & Address: JKP VODOVOD I KANALIZACIJA

MASARIKOVA 17

NOVI SAD – GRAD

Beneficiary Bank Name & Address: Banca Intesa AD, BEOGRAD

MILENTIJA POPOVICA 7B,

BEOGRAD, REPUBLIC OF SERBIA

The Contracting Authority will send the tender dossier by courier if a company located outside Serbia wants to receive it and declares its interest in written form to the Contracting Authority, by considering enough time and also recommending the appropriate courier service for the specific location. The Contracting Authority does not accept any responsibility for late delivery of the tender dossier by the courier service. Payment for the courier service will be done by the recipient. The payment for the tender dossier 600 euros will be provided to the bank account and the receipt for that amount will be submitted in the tenders as usual procedure for all interested companies.

Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.

Tenderers with questions regarding this tender should send them in writing by email to radoica.stefanovicZvikns.rs and by mail to:

Mr. Radoica Stefanovic: Head of PMU

JKP VODOVOD I KANALIZACIJA

Masarikova 17

Novi Sad

Republic of Serbia

(mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers’ questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on:

— The Contracting Authority website at: http://www.vikns.rs/tenderi

19.Deadline for submission of tenders

All tenders must be received at the address of the Contracting Authority i.e.:

JKP VODOVOD I KANALIZACIJA

Masarikova 17

Novi Sad

Republic of Serbia

10:00 a.m. (Local Time-Serbia) on 04.04.2012 (a working day at least 90 calendar days after the date of publication of this procurement notice)

Any tender received after this deadline will not be considered.

20.Tender opening session

10:30 a.m. (Local Time-Serbia) on 04.04.2012 at JKP Vodovod I Kanalizacija premises at the address:

JKP VODOVOD I KANALIZACIJA

Masarikova 17

Novi Sad

Republic of Serbia

21.Language of the procedure

All written communications for this tender procedure and contract must be in English.

Supported by

RELATED ARTICLES

Supported byClarion Energy
spot_img
Serbia Energy News
error: Content is protected !!