Obras - 174273-2019

Mostrar versión reducida

15/04/2019    S74

Serbia-Belgrado: BEI - Preparación del emplazamiento y construcción de las infraestructuras de apoyo en Besna Kobila

2019/S 074-174273

International Invitation for Bids

Project Name: SMATSA Upgrade of System for Air Navigation – SUSAN Programme

Promoter: Serbia and Montenegro Air Traffic Services SMATSA Llc, Belgrade, SERBIA

The Serbia and Montenegro Air Traffic Services SMATSA Llc (hereinafter referred to as “the Borrower”) has received a loan from the European Investment Bank – EIB (hereinafter referred to as “the Bank”) – towards the part of the cost of the Project — SMATSA Upgrade of System for Air Navigation.

This international invitation for bids relates to the contract for the project component — construction of facility and supporting infrastructure for Besna Kobila radar station. Within the radar station facility, it is planned to build antenna tower with radome and radar station building which accommodates radar system, power supply, telecommunication and IT equipment, system for fire protection, video surveillance system and other auxiliary systems, as well as associated infrastructure to connect the facility to local infrastructure systems. The radar station building is designed as one-storey building (G+1) in the area around the antenna tower with radome, while the tower with radom is designed as 5-storey bulding with radome (G+5+R). The gross area of facility is 1010.45 m2.

This contract is expected to be implemented from September 2019 to November 2020.

All firms are invited to participate in the tender.

Qualification requirements are specified in detail in the tender documents and include among other:

1) that the bidder is registered with a competent authority, i.e. entered in an appropriate register;

2) that neither the bidder, nor any other person, including the bidder’s directors, employees, agents, subcontractors, if any, when working in the name of the bidder and holding the relevant power of attorney or according to the best knowledge or consent of the bidder, or with the support from the bidder, is included or shall be included in any prohibited conduct (as defined by the Bank) in relation to the bids’ submission process or in execution or delivery of any works, goods or services for the Procurement of works in the construction of facility and supporting infrastructure of Besna Kobila Radar Station;

3) that the bidder has paid due taxes, contributions and other forms of public charges in compliance with the regulations of the country where the bidder’s registered address is located;

4) that, in the respective procurement procedure, the Bidder has complied with all applicable laws governing labour, obligations arising from the regulations concerning occupational safety, national and international standards in the field of environmental protection, occupational health and safety, as well as to any other relevant national and international standards and regulations including those included in any relevant Convention of the International Labour Organisation (ILO), and international agreements on environmental protection, as well as that no ban has been imposed upon him relating to conducting business activity which is in force at the time of submission of the bid;

5) that the bidder possess or will obtain within twenty-eight (28) calendar days from receipt of the decision on contract award, a valid permission issued by the competent authority authorizing him to conduct the business activity which is subject of the procurement:

(i) Valid authorization for design and construction of stable Fire Extinguishing Systems (Licence B1) and valid authorization for design and construction of stable Fire Alarm Systems (Licence B2), issued by a competent authority: Ministry of Interior of the Republic of Serbia – Sector for Emergency Situations, Directorate for Prevention Protection, in line with the Law on Fire Protection in force in the Republic of Serbia;

(ii) Valid decision issued by a competent authority – the Republic Geodetic Authority, for conducting the business activity that is subject to this Procurement, as prescribed by the Rulebook on licence for operation of a geodetic organisation and on geodetic licence (“Official Gazette of the Republic of Serbia”, No. 33/10 and 2/15) and/or the valid licence for operation of a geodetic organisation, and specifically for compiling technical documentation for geodetic works and expert supervision over execution of geodetic works, for which compiling of main design is envisaged, as well as compiling of projects of geodetic marking in the field of urban planning, execution of geodetic works for which compiling of main design is envisaged, execution of geodetic works in the real estate cadastre maintenance procedure and utility cadastre maintenance, as well as realisation of projects relating to geodetic marking in the field of urban planning and compiling of geodetic surveying maps in engineering and technical fields for which no main design is to be compiled.

6) Financial capacity:

(i) that, over the past year, the bidder made in total the operating income which is at least equivalent to the double amount of the estimated value of the procurement; and

(ii) that the bidder did not recorded days of blocked accounts over the past 12 months preceding the publication of the international invitation for bids.

7) Business capacity:

(i) that the bidder has, over the past 5 years preceding the publication of the international invitation for bids, successfully completed the works for the previous buyers/investors – entities for which the facility was constructed and in the name of which the construction permit was issued — on construction of a minimum 3 facilities with accompanying electric power and telecommunications installations and equipment (substation and/or power generator and continuous power supply and/or telecommunications installations and equipment), in total value of 5 200 000,00 EUR, of which one facility must be in the value of at least 2 600 000,00 EUR;

(ii) that the bidder has, over the period of 3 years preceding the publication of the international invitation for bids performed for the previous buyers/investors – entities for which the facility was constructed and in the name of which the construction permit was issued — the works on construction of a minimum of 50 km of 10(20)kV cable lines, one project of which at the minimum was related to construction of a cable line of more than 5 km;

(iii) that the bidder has, over the period of 3 years preceding the publication of the international invitation for bids, delivered, installed and put into operation for the previous buyers – end users of equipment – a minimum of 10 UPS devices with the minimum power of 60 kVA;

(iv) that the bidder has, over the period of 3 years preceding the publication of the international invitation for bids, delivered, installed and put into operation for the previous buyers – end users of the equipment – a minimum of 10 power generation units of the minimum power of 200kVA; and

(v) that the bidder holds a certificate in compliance with ISO 9001 standard – quality management system, ISO 14001 standard – Environmental protection management system and OHSAS 18001 – Occupational protection and safety system, which are issued by an accredited organisation.

8) Technical capacity: that at the moment of submitting the bid, the bidder has at his disposal (that he is the owner or that he has leased) the following fully operational heavy equipment vehicles and machinery:

(i) 1 truck with the transport capacity of 7-9 tons;

(ii) 1 backhoe – a backhoe loader for excavation and loading;

(iii) 1 bucket wheel excavator – an excavator with the capacity up to 5 tons;

(iv) 1 skid-steer (loader) on wheels;

(v) 1 compressor;

(vi) 1 truck for road transport of workers and materials;

(vii) Type scaffold of minimum 2 000 m2;

(viii) 1 crane, with the dipper arm minimum length of 40 m;

(ix) 1 stationary concrete mixer with the minimum capacity of 750 litres;

(x) 2 diesel electric power generating unit with minimum power of 3 000 W;

(xi) 2 transporter vehicles with 4х4 drive, with the minimum of 5 seats and with minimum carrying capacity of 0,5 tons;

(xii) 1 cargo carrying motor vehicle with 6х6 drive, with minimum carrying capacity of 13 tons; and

(xiii) 2 tipper trucks with minimum carrying capacity of 7 tons.

(9) Personnel capacity:

That, the bidder employs the following personnel based on employment contracts for indefinite period of time, who shall be engaged on contract execution:

(i) a graduate architectural engineer, holding the valid 400 licence – responsible person for the performance of the works on facilities and interior plumbing and sanitation installations and/or holding the valid 401 licence – responsible person for the performance of works on architectural and construction structures and construction and craftsman works on construction facilities, who worked over the past 5 years as the responsible person for the performance of works on a minimum of 2 facility of the V category, with the minimum floor area of 1 000 m2, in compliance with the rulebook on classification of facilities;

(ii) a graduate construction engineer, holding the valid 410 licence – responsible person for the performance of works on construction structures and construction and craftsman works on construction facilities, civil engineering facilities and hydraulic engineering and/or the valid 411 licence – responsible person for the performance of works on construction structures and construction and craftsman works on construction structures, who worked over the past 5 years as the responsible person for the performance of works on a minimum of 2 facility of the V category, with the minimum floor area of 1 000 m2, in compliance with the rulebook on classification of facilities;

(iii) a graduate mechanical engineer, holding the valid 430 licence – responsible person for the performance of thermo-technical, thermal energetics, process and gas technical works, who worked over the past 5 years as the responsible person for the performance of works on a minimum of 2 facility of the V category, with the minimum floor area of 1 000 m2, in compliance with the rulebook on classification of facilities;

(iv) a graduate of electrical engineering, holding the valid 450 licence – responsible person for the performance of works on low and medium voltage power installations, who worked over the past 5 years as the responsible person for the performance of works on a minimum of 2 facility of the V category, with the minimum floor area of 1 000 m2, in compliance with the rulebook on classification of facilities;

(v) a graduate of electrical engineering, holding the valid 453 licence – responsible person for the performance of works on telecommunications networks and systems, who worked over the past 5 years as the responsible person for the performance of works on a minimum of 2 facility of the V category, with the minimum floor area of 1 000 m2, in compliance with the rulebook on classification of facilities;

(vi) a graduate geodetics engineer, holding the valid 471 licence – responsible person for the performance of geodetic works and/or holding the geodetic licence of the first order issued based on a decision of the Republic Geodetic Authority;

(vii) a graduate engineer holding a licence for design and construction of special fire protection systems and measures which cover the field of drafting of projects for stable fire alarm systems and construction of these systems;

(viii) a graduate engineer holding a licence for design and construction of special fire protection systems and measures which cover the field of drafting of projects for stable fire extinguishing systems and construction of these systems;

That the bidder employs the following personnel based on employment contracts, service contract or a contract on temporary and occasional jobs, which shall be working on execution of procurement contract in question:

(i) a minimum of 20 persons with high school degrees in construction works;

(ii) a minimum of 10 persons with high school degrees in mechanical works, of which a minimum of one (1) person must hold a certificate for handling of F-gases and a minimum of one (1) certified brazer holding a valid ISO 13585 standard welding certificate;

(iii) a minimum of 10 persons with high school degrees in electrical works, of which a minimum of 1 person must hold a certificate of successful completion of training for assembling of a low voltage 0.4kV and 1 person holding a certificate of successful completion of training for assembling of a medium voltage 10(20)kV cable connectors and assemblies;

(iv) a minimum of one person who is an attested welder.

Possession of stated licenses with respect to the bidder’s personnel capacity is not mandatory at the time of bid submission and only the winning/successful bidder will be requested to furnish valid personnel licenses within twenty-eight (28) calendar days from receipt of the decision on contract award.

Where a bid is submitted by a group of bidders, each bidder from the group of bidders must fulfil the mandatory requirements referred to in points (1) through (4). The requirements referred to in point (5) shall be fulfilled by the bidder from a group of bidders that has been entrusted with the execution of the respective part of the procurement for which compliance with the requirement is mandatory. The bidders from the group shall fulfil the additional requirements referred to in points (6) to (9) jointly, except for the requirements referred to in point (6)ii. and (7)v. which must be fulfilled by each member of the group of bidders individually.

The criterion for the bid evaluation is the lowest total offered price of the compliant and responsive bids.

Interested eligible bidders may obtain further information from, and inspect the tender documents at the following address, on Serbian working days, 9:00 a.m. – 1:00 p.m. local time:

Contact person: Milica Vujic

Serbia and Montenegro Air Traffic Services SMATSA Llc,

Trg Nikole Pasica 10, 11000 Belgrade, Republic of Serbia

Tel: +381 11 321 8017

Fax: +381 11 324 0456

e-mail: rg.susanrsbk@smatsa.rs

Interested eligible bidders must make announcement one working day in advance by sending application for inspection of the tender documents at the borrower’s e-mail address indicated above, with the attached appropriately signed Non-Disclosure Statement that is available at the following link: http://www.smatsa.rs/SUSAN/Statement-RSBK.pdf. The bidder’s representative shall present the appropriate authorization for inspection of the tender documents.

A non-refundable fee for purchase of tender documents amounts to:

(1) one hundred (100 eUR) EUR if it is personally taken over at the address indicated above; or

(2) two hundred (200 EUR) EUR if delivery by a courier is requested.

Or equivalent of appropriate amount in RSD which is calculated by using middle exchange rate of the National Bank of Serbia valid on the date of publication of this International Invitation for bids in the Official Journal of the European Union.

Instructions for RSD payments:

Recipient: Serbia and Montenegro Air Traffic Services SMATSA Llc

Recipient’s Bank Banca Intesa AD, Beograd

Account No 160-888-31

Reference tender fee for SUS-RSBK-2018

Instructions for EUR payment:

Recipient Serbia and Montenegro Air Traffic Services SMATSA Llc

/RS35160005010001380863

Recipient’s Bank DBDBRSBG

Banca Intesa AD, Beograd

Milentija Popovića 7B, Belgrade

Republic of Serbia

Intermediary BCITITMM

Intesa Sanpaolo SpA, Milano, Italy

Reference tender fee for SUS-RSBK-2018

In case of personal takeover of the tender documents at the borrower’s address indicated above, interested eligible Bidder has to make announcement 2 working days in advance, by sending application for provision of the tender documents at the borrower’s e-mail address indicated above with the attached evidence of the remittance of a non-refundable fee. Application for provision of the tender documents has to include the name of the prospective bidder and contact details of the person who will be official recipient of all the communication in the procurement procedure (name and surname of the contact person, position in the company, e-mail and phone number), as well as signed Non-Disclosure Statement that is available at the following link: http://www.smatsa.rs/SUSAN/Statement-RSBK.pdf. When obtaining the tender documents, the bidder’s representative shall provide the appropriate authorization.

In the case of the tender documents submission via courier, interested eligible bidder must send an application for the submission of the tender documents via courier service, to the above indicated borrower’s e-mail, with the attached evidence of the remittance of a on refundable fee. Application for provision of tender documents has to include name of the prospective bidder and contact details of the person who will be official recipient of all the communication in the procurement procedure (name and surname of the contact person, position in the company, e-mail and phone number) as well as signed Non-Disclosure Statement that is available at the following link: http://www.smatsa.rs/SUSAN/StatementRSBK.pdf. The borrower bears no responsibility for the delivery in this case.

Submission of or taking over the tender documents is conditional upon remittance of a non-refundable fee and delivery of signed Non-Disclosure Statement.

A bid can be submitted only by a bidder which has signed the Non-Disclosure Statement in the capacity of a bidder or a participant in a joint bid.

A bid Bond of 78 000,00 EUR or equivalent, fulfilling the conditions indicated in the tender documents must accompany all bids.

All bids must be delivered in closed envelopes or boxes bearing the mention “Bid for procurement of works for construction of facility and supporting infrastructure for Besna Kobila radar station – do not open”, not later than 30.5.2019 at 10:00 a.m. local time at the following address:

Serbia and Montenegro Air Traffic Services SMATSA Llc,

Trg Nikole Pasica 10, 11000 Belgrade, Republic of Serbia

Bids will be opened immediately in the presence of bidders’ representatives who chose to attend.