loading
  • RS Belgrad
  • 22.08.2017
  • Ausschreibung
  • (ID 2-266688)

EIB - Design, supply, and installation of mechanical, electrical, power and IT equipment for tunnels (RS-Belgrade)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.08.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Ingenieurbauwerke / Technische Ausrüstung
    Adresse des Bauherren RS-Belgrad
    TED Dokumenten-Nr. 200029-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Serbia-Belgrade: EIB - Design, supply, and installation of mechanical, electrical, power and IT equipment for tunnels

      2017/S 101-200029

      SPECIFIC PROCUREMENT NOTICE

      Corridor X Highway Project

      Procurement of Plant Design, Supply, and Installation of Mechanical, Electrical, Power and IT Equipment for Sarlah, Sopot and Bancarevo Tunnels, E80 Highway, Corridor X

      Project name: Corridor X Highway Project

      Country: Republic of Serbia

      Business sector: Transport

      Funding source: EIB

      Type of contract: Design, Supply, and Installation

      Type of notice: Invitation for Bids

      Issue date: May 15, 2017

      Closing date: August 22, 2017

      This Invitation for Bids follows the General Procurement Notice for this project which was published in the Official Journal of the European Union No.124 on 30 June 2010, under reference: 2010/S 124-188674.

      Koridori Srbije d.o.o. Beograd (hereinafter referred to as the Employer), intends using part of the proceeds of a loans from the World Bank (WB), European Bank for Reconstruction and Development (EBRD) and European Investment Bank (EIB) towards the cost of Corridor X Highway Project.

      Employer now invites sealed bids from eligible bidders for:

      Procurement of Plant Design, Supply, and Installation of Mechanical, Electrical, Power and IT Equipment for Sarlah, Sopot and Bancarevo Tunnels, E80 Highway, Corridor X

      Entire Plant and Installation services under this contract shall comprise of, but not be limited, to the following: Fire protection system; Telecommunication system; Traffic information system; Tunnel lighting; Tunnel power supply; Tunnel ventilation system; Design of Control and Management Plans; Tunnel information system; Electronic communications network.

      Time for Completion shall be 180 days for the whole of the Facilities at Sarlah Tunnel and Sopot Tunnel and 280 days for Completion of the whole of the Facilities at Bancarevo Tunnel.


      Qualification requirements are given in the Bidding Documents and include among other:

      Average Annual Turnover
      Minimum average annual turnover, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years, of: thirteen (13) mil. EUR.
      Financial Resources
      The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:
      (a) following cash-flow requirement: two and a half (2.5) mil. EUR.
      (b) overall cash flow requirements for this contract and its current commitments.
      General Experience
      Construction experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline and with activity in at least nine (9) months in each year, is required.
      Specific Experience
      (a) Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last five (5) years, each with a value of at least six (6) mil. EUR, that have been successfully and substantially completed and that are similar to the proposed Plant and Installation Services. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Employer’s Requirements of bidding documents.
      (b) For the above or other contracts executed during the period stipulated in Specific Experience (a) above, a minimum construction experience in the following key activities:
      - Design and installation of Mechanical equipment with a value of one (1) mil. EUR in a tunnel.
      - Design and installation of Electrical systems and equipment with a value of three (3) mil. EUR in a tunnel.
      - Design and installation of computerized control systems and equipment (IT) with a value of five (5) hundred thousand EUR in a tunnel.
      Bidding will be conducted through the international competitive bidding procedure for Procurement of Plant Design, Supply and Installation (Two-Stage Bidding) as specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, (May 2004, revised October 2006 and May 2010), and is open to all eligible bidders as defined in the Guidelines.
      A two-stage bidding process will be used which will proceed as follows:
      (a) The first stage bid will consist of a technical bid only, without any reference to prices, but including a list of any deviations to the technical and commercial conditions set forth in the bidding documents and/or adding any alternative technical solutions a Bidder wishes to offer, and a justification therefor, always provided that such deviations or alternative solutions do not change the essential requirements specified in the bidding documents. Following the evaluation of first stage bids, a Bidder that adequately meets the minimum acceptable qualification criteria and has submitted a sufficiently technically responsive bid may be invited to attend a clarification meeting(s), during which the Bidder's bid will be reviewed. Any required bid-specific changes, additions, deletions and other adjustments will be noted and recorded in a memorandum, or, if amendments are of a general nature, will be promulgated via an addendum to the bidding documents. Bidders may not be invited to submit second stage bids, if their first stage bids contain departures from the requirements in such numbers or of such nature that making the bids fully responsive in the remaining time for the two-stage process cannot reasonably be expected. All other suitably qualified and eligible Bidders, however, shall receive invitations to submit second stage bids.
      (b) The second stage bid will consist of: (i) the updated technical bid incorporating all changes required as recorded in the bidder-specific memorandum, and/or as necessary to reflect any addenda to the bidding documents issued subsequent to the first bidding-stage; and (ii) the commercial bid.
      Interested eligible bidders may obtain further information and inspect the bidding documents from the Employer at the address below, during office hours i.e. 10:00 to 15:00, local time (GMT+1). A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of 37.000 RSD or 300 EUR. The method of payment will be direct deposit to:
      Recipient: Koridori Srbije d.o.o. Beograd
      Account No. 160-318918-33, code of payment 221
      Reference: CORRX.E80.EIB-EQ.ICB
      Bank: Banca Intesa AD Belgrade
      Instructions for payment of the amount in foreign currency:
      FIELD 32A: VALUE DATE-EUR-AMOUNT
      FIELD 50K: ORDERING CUSTOMER
      FIELD 56A (INTERMEDIARY): BCITITMM
      FIELD 57A (ACC. WITH BANK): DBDBRSBG
      FIELD 59 (BENEFICIARY): RS35160005010021688104
      FIELD 70: DATAILS OF PAYMENT
      The documents will be sent by airmail for delivery outside Serbia and surface mail for local delivery. If specifically requested by the interested eligible bidders, the documents will be sent by courier service. Firms, specifically requesting courier dispatching, will organize and pay additionally for such delivery.
      First stage bids must be delivered to the address below, at or before August 22, 2017 12:00 hours, local time (GMT+1). First stage Bids will be opened immediately thereafter, in the presence of bidders’ representatives, who choose to attend, at the address below. Late bids will be rejected. Electronic submission of bids is not allowed.
      For the second stage, bids must be accompanied by a bid security of 150.000 EUR (or equivalent in a freely convertible currency).
      Address:

      Koridori Srbije d.o.o. Beograd, Procurement Department, 21, Kralja Petra Street, 11000 Belgrade, Serbia, Tel: +381 11 33 44 174, Fax: +381 11 32 48 682, E-mail: MjE1YWNgVGZjVl5WX2UxXGBjWlVgY1pkY1NaW1YfY2Q=, Web site: www.koridorisrbije.rs

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.05.2017
Zuletzt aktualisiert 29.05.2017
Wettbewerbs-ID 2-266688 Status Kostenpflichtig
Seitenaufrufe 42