INTERNATIONAL INVITATION FOR TENDERS PROZOR-RAMA MUNICIPALITY

INTERNATIONAL INVITATION FOR TENDERS PROZOR-RAMA MUNICIPALITY

INTERNATIONAL INVITATION FOR TENDERS
 
DESIGN AND CONSTRUCTION OF
PROZOR WASTEWATER TREATMENT PLANT,
PROZOR-RAMA MUNICIPALITY
 
Promoter:
PROZOR-RAMA MUNICIPALITY, BOSNIA AND HERZEGOVINA
 
No: 20060272 - S040

Federation Bosnia and Herzegovina (hereinafter referred to as “the Borrower”) has received a loan from the European Investment Bank - EIB (hereinafter referred to as “the Bank”) - towards the cost of the project Water and Sanitation Federation BiH. This International Invitation for Tenders relates to the contract for the Design and Construction of Prozor WasteWater Treatment Plant (WWTP) in Prozor -Rama promoted by the Municipality of Prozor-Rama, FBiH (hereinafter referred to as “the Employer”).
 
The contract will include:
§  Preparation of design documentation as required by the Employer to obtain necessary approvals and permits for the construction and commissioning of the works.
§  Construction of the WWTP (capacity 3,000 PE – I phase) including testing, start-up and trial operation.
 
This Contract is expected to commence in  September 2017 with the period for completion of 25 months.
 
Qualification Criteria
To be qualified for the award of the contract, Tenderers must satisfy the following minimum criteria:
 
1.         Annual Turnover
 
The Tenderer shall have an average annual turnover as prime contractor or lead partner in JVCA (defined as billing for works in progress and completed) over the last five (5)) years of not less than EURO 1.2 million equivalent.
 
2.         Financial Capacity
 
The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real estate, lines of credit and other financial assets sufficient to meet the construction cash flow for the contract for a period of 4 (four) months, estimated at not less than the equivalent amount of EURO 400,000 (four hundred thousand) equivalent, taking into account the applicant's commitments for other contracts.
 
3.         Experience
 
The Tenderer shall demonstrate that it has successfully completed experience under contracts in the role of contractor in the last five (5) years prior to the applications submission deadline, and with activity in at least nine (9) months in each year.
 
Participation as contractor or management contractor in at least 2 (two) wastewater treatment plant design and construction projects within the last five (5) years, each with a value of at least EURO 1,000,000 (one million), that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics.
For  the above contracts executed during the period stipulated above, a minimum experience in  the following key activities:
i)              At least one of the WWTP shall have been designed for a capacity of minimum 3,000 population equivalent.
ii)             At least one of the WWTP shall have been based on activated sludge technology operated in flow-through mode, batch mode or a combination of the two (hybrid system).
 
 
4.         Personnel Capabilities
 
The Tenderer shall demonstrate availability of suitably qualified and professional key personnel to fill the following positions. Each candidate shall meet the experience requirements specified below:
 
No. Position Total Work
Experience (years)
In Similar Works Experience (years)
1. Project Manager (Civil Engineer) 15 10
2. Site Manager (Chartered Civil Engineer under legislation applicable in B&H) 10 6
3. Process Engineer (Specialist in wastewater treatment) 10 8
4. Mechanical Engineer 10 5
5. Electrical Engineer 10 5
 
 
5.         Equipment Capabilities
 
The Tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), at least the following key equipment in in full working order and safe, and must demonstrate that, based on known commitments, the equipment will be available for use in the proposed contract.
 
 
No.  Equipment Type and Characteristics Minimum Number required
1. Mobile crane minimum 50 tonnes 1
2 Excavators for the civil works 3
3 Mini excavator 3
4 Tracked dozer 2
5 Concrete trucks with conveyor bend and Concrete pumps 3
6 Vehicles and Trucks 5
 
 
 
6.         Litigation History
 
The Tenderer shall sign the Litigation History Form confirming that he is not involved in any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five years.
 
All firms are invited to participate in the tender.
 
 
Tender Evaluation
Evaluation of tenders shall be carried out in accordance with the European Investment Bank’s Guide to Procurement, version dated February 2004. The evaluation shall proceed in two steps (called the two-envelope procedure), each with a public opening
 
Award Criteria
The evaluation will proceed in two steps („two-envelope system“; technical evaluation and then financilal evaluation). The Employer shall award the Contract to the Tenderer whose offer has been determined to be the lowest evaluated tender of all substantially responsive tenders to the Tender Document. Tenders not achieving at least 75 percent of the available Technical Evaluation marks will be considered non-responsive and, in such cases, the Financial Offer shall not be opened.
 
In case of the joint venture / consortium an agreement shall be signed confirming joint and several liabilities of all members for Contract performance.
 
Interested eligible Tenderers may obtain further information from, and inspect and acquire the tender documents at the following office:
 
Contact person: Mr Ivica Tomić (Head of PIT)
The Project Implementation Team (PIT)
Prozor-Rama Municipality
Tel: +387 36 771 916
Email: [email protected]
 
The Tenderer shall provide a statement confirming that they either possess, or will obtain promptly in the event that they are awarded the contract, License – Authorization for performing design and construction of works within the territory of the Federation of Bosnia and Herzegovina. This Authorization is issued by the Federal Ministry of Spatial Pllaning and is in accordance with law in the Federation of Bosnia and Herzegovina.
 
Tender documents may be purchased on the submission of an application to the Prozor-Rama Municipality office (see address below), and upon payment of a non-refundable fee of EURO 300 (three hundred) or equivalent in a convertible currency. The methods of payment will be as follows:
 
(a)          For payment within Bosnia and Herzegovina in BAM:
 
Beneficary: Municipality Prozor-Rama; income code (vrsta prihoda):722449; Municipality 073; Budget organization:0000706
Beneficary Bank: UniCredit Bank d.d. Mostar , Bosnia and Herzegovina
Account No: 3382102200070547
Reference No: 20060272 - S040; indicating purchase of Tender Document for the “Design and Construction of Prozor-Rama WasteWater treatment Plant”.
 
(b)         For payment in a freely convertible currency from abroad:
Beneficary Bank: UniCredit Bank d.d. Mostar , Bosnia and Herzegovina
Account No: (EUR) 15000106101
SWIFT CODE:  UNCRBA22
IBAN:  BA393380604801191388
Reference No: 20060272 - S040; indicating purchase of Tender Document for the “Design and Construction of Prozor-Rama Wastewater Treatment plant“
Payment option is OUR which means that the Applicant will cover all Bank costs related to this payment and money transfer
 
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.
 
A Bid Security of EURO 15,000 (EUR fifteen thousand), or its equivalent in a freely convertible currency, must accompany all bids.
 
 
All bids must be delivered in closed sealed envelopes bearing the mention “Bid for Design and Construction of Prozor-Rama Wastewater Treatment Plant” not later than  29 May 2017, 11:00 local time to the address given below.
 
Bids will be opened immediately in the presence of Bidders’ representatives who choose to attend.
 
The address referred to above is:
Prozor-Rama Municipality
Adress: Kralja Tomislava bb
80440 Prozor-Rama
Bosnia and Herzegovina