Proc Notice En s3

Total Page:16

File Type:pdf, Size:1020Kb

Proc Notice En s3

Document for completion and publication by the Contracting Authority.

WORKS CONTRACTNOTICE Hydrotechnical works on the area of Aljmaški rit Osječko-baranjska županija, Republic of Croatia

Publication reference EuropeAid/134846/M/WKS/HR Procedure Open Programme IPA Financing Budget line Contracting Authority Hrvatske vode Ulica grada Vukovara 220 10000 Zagreb Croatia CONTRACT SPECIFICATIONS Description of the contract Construction of three channels Aljmaški bogaz, Stankov bogaz and Malo Renovo total length 6,28 km. Removal of harmful deposits from Bjelobrdska bara. Reconstruction of culverts. Construction of 70 meters long operational bank and macadam road. Number and titles of lots No, one lot only

TERMS OF PARTICIPATION Eligibility and rules of origin Participation is open to all legal persons [participating either individually or in a grouping (consortium) of tenderers] which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see also heading 22 below). All works, supplies and services under this contract must originate in one or more of these countries. Participation is also open to international organisations. The participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.

2013.1 Page 1 of 4 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 contract procedures for EU external actions. Number of tenders Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier. Tender guarantee Tenderers must provide a tender guarantee of 100.000,00 HRK 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. Performance guarantee The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee 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. Information meeting and/or site visit The tenderer is obliged to attend the clarification meeting and to visit and inspect the site of the works and its surroundings for the purpose of assessing, at his own responsibility, expense and risk, factors necessary for the preparation of his tender and the signing of the contract for the works. Clarification meeting 8th August 2013 10:00 CET. Site visit 8th August 2013 12:00 CET. Clarification meeting and site visit would take place on 8th August 2013, at 10:00 and 12:00 CET at Hrvatske vode, VGO za Dunav i donju Dravu, Splavarska 2a, 31000 Osijek, Republic of Croatia, room 31. Tenderer is kindly asked to confirm the attendance to Mr. Nikola Bataković, Hrvatske vode, VGO za Dunav i donju Dravu, tel. 00385 031 252 800, fax 00385 031 252 899, e-mail: [email protected] Tender validity Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. Period of implementation of tasks From 1st October 2013. to 28th February 2014.

SELECTION AND AWARD CRITERIA Selection criteria The selection criteria for each tenderer are as follows: Economic and financial capacity of candidate:

2013.1 Page 2 of 4 a) The Tenderer must have an average annual turnover equivalent to or exceeding 15,0 million HRK over the 3 years (2010., 2011., 2012.), but not less than 5,0 million HRK for each of these years, b)The Tenderer must have access to sufficient credit and other financial facilities to cover the required cash flow for the duration of the contract. In any case, the amount of credit available must exceed the equivalent of 0,2 million HRK. Technical and professional capacity of candidate: a) The tenderer must be a registered company or natural person authorized for carrying out the specified works, b)The Tenderer must carry out at least 70% of the contract works by his own resources, which means that he must have the equipment, materials, human and financial resources necessary to enable him to carry out that percentage of the contract, c) The Tenderer must have successfully completed, as a main work contractor, at least 2 projects (total amount of projects of minimum 2,5 million HRK value) of the same nature and complexity comparable to the works concerned by the tender: - at least one (1) project of hydrotechnical works on restoration of river and channel systems including vegetation removal, excavations of bed material in rivers and channels, - at least one (1) project of concrete and reinforced-concrete works on construction of culvert and similar hydrotechnical structures over the last 5 years (2008.,2009.,2010.,2011.,2012.). The Tenderer must attach the copies of the respective certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned. d)If the Tenderer is the lead member of a joint venture/consortium, it must have the ability to carry out at least 50% of the contract works by its own means. e) If the Tenderer is a partner of a joint venture/consortium (i.e. not the lead member) it must have the ability to carry out at least 10% of the contract works by its own means. f) All its key personals: Contract Project Manager and Building Site Organization Managers must have at least 3 years' appropriate experience and proven qualifications relevant to works of a similar nature to this project. Award criteria Price

TENDERING How to obtain the tender dossier The tender dossier is available from Hrvatske vode, VGO za Dunav i donju Dravu, Splavarska 2a, 31000 Osijek, Republic of Croatia upon payment of 500,00 HRK at bank account Zagrebapčka banka d.d., , Account. No.: 2360000-1101425545, IBAN: HR7723600001101425545 which excludes courier delivery.

2013.1 Page 3 of 4 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 to e-mail [email protected] or postal code: Hrvatske vode, VGO za Dunav i donju Dravu, Splavarska 2a, 31000 Osijek, Croatia (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. Deadline for submission of tenders 12:00 Central European Time on 10th September 2013. Any tender received after this deadline will not be considered. Tender opening session Tender opening session is at Hrvatske vode, VGO za Dunav i donju Dravu, Splavarska 2a, 31000 Osijek, Croatia, room 31 in 12.00 CET. Language of the procedure All written communications for this tender procedure and contract must be in English.

Legal basis Council Regulation (EC) No. 1085/2006 of 17 July 2006 establishing an Instrument for Pre- Accession Assistance (IPA).

2013.1 Page 4 of 4

Recommended publications