Works - 69307-2023

Submission deadline has been amended by:  169960-2023

Unrevised Machine Translation

03/02/2023    S25

Poland-Szczecin: Construction work for highways, roads

2023/S 025-069307

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Generalna Dyrekcja Dróg Krajowych i Autostrad ul. Wronia 53, 00-874 Warszawa, Prowadzący postępowanie: Generalna Dyrekcja Dróg Krajowych i Autostrad Oddział w Szczecinie
Postal address: al. Bohaterów Warszawy 33
Town: Szczecin
NUTS code: PL Polska
Postal code: 70-340
Country: Poland
Contact person: Iwona Gabska
E-mail: igabska@gddkia.gov.pl
Telephone: +48 914325320
Internet address(es):
Main address: www.gddkia.gov.pl
Address of the buyer profile: www.gddkia.gov.pl
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://gddkia.eb2b.com.pl/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://gddkia.eb2b.com.pl/
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: Zarządzanie drogami krajowymi

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Construction of the road S11 Koszalin – Szczecinek, section in Bobolice (without the intersection) in Szczecinek North (with no interchange).

Reference number: GDDKiA O.Sz.D-3.2410.1.2023
II.1.2)Main CPV code
45233100 Construction work for highways, roads
II.1.3)Type of contract
Works
II.1.4)Short description:

Construction of the road S11 Koszalin – Szczecinek, section in Bobolice (without the intersection) in Szczecinek North (with no interchange).

Under this contract, the Contractor will be required to perform the design services, the works and the decision on the authorisation to use.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45100000 Site preparation work
45220000 Engineering works and construction works
45231000 Construction work for pipelines, communication and power lines
45231300 Construction work for water and sewage pipelines
45232120 Irrigation works
45233120 Road construction works
45233131 Construction work for elevated highways
45233290 Installation of road signs
71330000 Miscellaneous engineering services
71320000 Engineering design services
II.2.3)Place of performance
NUTS code: PL42 Zachodniopomorskie
II.2.4)Description of the procurement:

The subject-matter of the contract is the design (including the development of a technical design, an executive project, on the basis of an approved construction project and obtained by decision authorising road investment No 19/2022 of 28 November 2022) and the construction of an express road, the S11 road, as part of the project entitled: “Construction of the S11 road on the Koszalin – Szczecinek section. Section: “Bobolice” node/without node/– node “Szczecinek North”/with node/”. Section 1: Construction of the road S11 Koszalin – Szczecinek, the ‘Boblice’ interchange (without the interchange) – the ‘Wierzchowo’ interchange (with node) – from km 49+ 287 to km 60+ 200 and Section 2: Construction of the road S11 Koszalin – Szczecinek, “Wierzchowo” interchange (without the interchange) – the “Szczecinek North” interchange (with node) – from km 60+ 200 to km 73+ 660 for the contract outside section 1", (connection at km 74 + 057) and the necessary connection to existing and planned roads of DV No 172.

The above section forms part of the S11 expressway and is located in the Zachodniopomorskie Province, in the Kokolaly districts, in the municipalities of Bobolice, Szczecinek and Szczecinek. Any change to the solutions of the Construction Project must not lead to the need to change the resulting ZRID decision. The contract covers the performance of all necessary works for the proper functioning of the S11 expressway, as required by the Contracting Authority. Carry out all necessary design studies, obtain, on behalf of and on behalf of the Contracting Authority, the necessary technical opinions and conditions, any arrangements, permits, permits, decisions and consents necessary for the performance of the Contract in accordance with the Contracting Authority’s requirements and the Terms and Conditions, carry out the works and obtain, in the name and on behalf of the Contracting Authority, decisions authorising use for the entire scope of the investment. Total estimated order of contract value: more than EUR 20 000 000.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Przedłużenie Okresu Gwarancji Jakości na następujące elementy: ekrany akustyczne wraz z ich posadowieniem, instalacje zasilające, konstrukcje wsporcze / Weighting: 20
Quality criterion - Name: Przedłużenie Okresu Gwarancji Jakości na obiekty mostowe wraz ich z wyposażeniem, tj. w zakresie: konstrukcji pomostu, konstrukcji dźwigarów głównych, przyczółków, filarów, łożysk, izolacji wodoszczelnych, zabezpieczenia przerw dylatacyjnych, konstrukcji schodów i pochylni / Weighting: 20
Quality criterion - Name: Zagospodarowanie na Placu Budowy pozyskanego destruktu asfaltowego / Weighting: 5
Price - Weighting: 55
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 29
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

The contract is intended to be co-financed from funds from the European Union and from funds at the disposal of the Director-General for National Roads and Motorways.

II.2.14)Additional information

1. The Contractor is required to lodge a security of PLN 11 000 000,00.

2. The Contractor must lodge a performance guarantee for an amount equal to 10 % of the gross price quoted in the tender.

3. The contracting authority allows an advance payment of 10 % of the gross value of the contract to be made and will then request the lodging of a security for the advance.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Not applicable.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

1. The contractor must show the average annual revenue for the last three financial years as defined below and, if the business period is shorter, for that period (on the basis of the ‘Profit and Loss Account’ item ‘Net income from sales of products, goods and materials’ or ‘Net turnover and income treated with it’).

2. The contractor must demonstrate financial resources or creditworthiness of the amount specified below.

3. In order to confirm the Contractor’s compliance with the economic and financial conditions of participation in the procedure, the Contractor shall submit:

(a) part of the financial statements, the profit and loss account, where the accounts are required by the laws of the country in which the contractor is established and, if audited by an audit firm in accordance with accounting legislation, respectively with the audit report, and in the case of contractors not required to draw up financial statements, other documents specifying, in particular, income and assets and liabilities, for a period not exceeding the last 3 financial years, or, if the period of activity is shorter, for that period;

(b) information from the bank or cooperative savings and credit bank confirming the amount of funds held or the economic operator’s creditworthiness, not earlier than 3 months prior to its submission.

Minimum level(s) of standards possibly required:

1. The average annual revenue for the last three financial years and, if the business period is shorter, for that period (based on the “Profit and Loss Account” item “Net income from sales of products, goods and materials” or “Net turnover and equivalent”) of not less than PLN 606 000 000,00.

2. Have financial resources or creditworthiness of not less than PLN 151 700 000,00.

3. The values given in the documents in currencies other than those indicated by the Contracting Authority must be converted:

— for ‘revenue’, at the average exchange rate of the NBP at the end of the financial year,

— for ‘financial resources/creditworthiness’ held, at the average exchange rate of the NBP at the date of issue of the document.

In the case of contractors jointly applying for the award of the contract, the fulfilment of the conditions of the Contractor shall be cumulative.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

1. The contractor must demonstrate the following knowledge and experience, in performance (completed) in the last 7 years before the deadline for the submission of tenders and, if the duration of the activity is shorter, during that period, of tasks consisting of the construction or reconstruction of roads or streets and bridge structures, with the parameters set out below.

2. The contractor must identify the persons who will be involved in the performance of the contract, possessing professional qualifications and experience appropriate to the functions to be assigned to them. The contractor shall, for the function listed below, indicate which person he must have at the stage of performance of the contract and who meets the requirements set out below.

3. The contractor must indicate the tools, plant equipment and technical equipment available at the stage of performance of the contract which meet the requirements set out below.

4. In order to confirm that the Contractor complies with the technical or professional conditions of participation in the procedure, the Contractor shall submit:

(a) a list of the works carried out not earlier than within the last 7 years and, if the period of activity is shorter, during that period, with an indication of their type, value, date and place of performance and of the entities on whose behalf they were carried out and accompanied by evidence showing whether those works have been duly carried out, the evidence in question being references or other documents drawn up by the entity on whose behalf the works were carried out or, if the Contractor is unable to obtain those documents for reasons beyond his control, other relevant documents. The period of 7 years referred to above shall be counted backwards from the closing date for the submission of tenders;

(b) a list of persons directed by the economic operator to perform a public contract, in particular those responsible for the provision of services, quality control or management of the works, together with information on their professional qualifications, powers, experience and education necessary for the performance of the public contract, as well as the scope of the activities they perform and the basis for their disposal;

(C) a list of the tools, plant equipment or technical facilities available to the contractor for the performance of the public contract, together with information on the basis for the disposal of those resources.

Minimum level(s) of standards possibly required:

1. The contractor must demonstrate knowledge and experience, in performance (completed) in the last 7 years before the deadline for receipt of tenders/requests to participate, and, if the duration of the activity is shorter, during that period, at least:

(a) 1 task consisting of the construction or reconstruction of roads or streets with a road class or min. street of the two-carriage group with a net value of at least PLN 200 million

(b) the construction or conversion of 3 bridge structures loaded for Class A or Class I,

(C) the construction or conversion of 3 bridge structures with a load for Class A or Class I and a total length of at least 50 m measured between extreme dilatations of the facility,

(D) the construction or conversion of 2 bridge structures with a load for Class A or Class I and a theoretical range of at least 50 m of the bay.

2. The contractor must identify a person who will be involved in the performance of the contract, possessing professional qualifications and experience appropriate to the functions to be entrusted to him.

The contractor shall indicate, for the function listed below, a person who must be available at the stage of performance of the contract and who meets the following requirements:

(a) a person proposed to act as Head of Construction:

number of persons required: 1

Work experience:

Minimum 12 months of experience during the construction works for 1 or 2 tasks involving the construction or reconstruction or supervision of the construction or conversion of roads or min-class streets of the PG with a net value of works of at least PLN 200 million each at the post/stations:

Head of Construction

or

Manager of Road Works for a section with a length of at least 4 km

or

Most Rot Manager for the construction or conversion of at least 2 bridge structures loaded for Class A or Class I and a theoretical range of at least 50 m of the bay

or

Contract Engineer

or

Resident engineer.

3. The contractor must have available at the stage of performance of the contract the following tools, plant equipment and technical equipment meeting the following requirements:

(a) mineral-aphalt mix plants (fixed or mobile) with a capacity of at least 240 Mg/h: minimum quantity – 1

(b) a concrete node (stationary or mobile) with a capacity of at least 30 m³/h, a minimum quantity of one.

(C)a pavement layout with a paving width of not less than 10.5 m – minimum number – 2 units.

In the case of contractors jointly applying for the award of the contract, the fulfilment of the conditions of the Contractor shall be cumulative.

Due to the limited number of characters that can be inserted in the Call, the remaining information is included in the PCIs available with this notice on the Platform. https://gddkia.eb2b.com.pl/.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

1. The performance of the contract is subject to Polish law, including in particular the Construction Act of 7 July 1994, the Civil Code of 23.4.1964 and the Public Procurement Act of 11 September 2019.

2. The conditions for the implementation of the contract, the permissible amendments to the contract and the definition of the conditions for amendments were included in the ToR.

3. The requirements for the engagement by the Contractor or subcontractor on the basis of the employment relationship of persons performing the tasks specified by the Contracting Authority in relation to the performance of the contract are set out in the ToR – in particular in Toma II.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/03/2023
Local time: 10:50
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Polish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20/07/2023
IV.2.7)Conditions for opening of tenders
Date: 23/03/2023
Local time: 11:00
Place:

Tenders will be opened via the shopping platform at the following address: https://gddkia.eb2b.com.pl/

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Communication in the proceedings shall be made using the Platform. The contractor must have a free account on the Platform. Technical requirements: permanent internet access with guaranteed speeds of not less than 4/1 mbps; PC or MAC class computer configuration: a minimum 8 GB RAM memory, a dual processing unit with min, 2.4 GHz, one of MS Windows operating systems, Mac OS, Linux with up-to-date technical support of the manufacturer (suggested not older than 3 years from the date of initiation of the proceedings); any web browser suggested latest versions: Chrome, Safari, Edge, Firefox, Opera; JavaScript enabled; installed software supporting the Contractor’s file formats (e.g.: Acrobat Reader for “pdf” files). The case file is available on the Platform. See point 14 of Volume I of the EWZ.

2.The contracting authority will apply the procedure referred to in Article 139 (1) of the PPL.

3.The Contractor must declare with the Tender that they are not excluded and fulfil the conditions for participation in the procedure in the form of the European Single Procurement Document (ESPD).

4.In the event of joint procurement by Contractors, the EAD shall be submitted by each of the Contractors. These declarations confirm the absence of grounds for exclusion and the fulfilment of the conditions for participation in the procedure, in so far as each of the Contractors demonstrates that they fulfil the conditions for participation in the procedure.

progressive.

5.Where the Contractor relies on the capacities or the situation of the entities providing resources, in order to demonstrate that there are no grounds for exclusion against them and that the conditions for participation in the procedure are not met, the Contractor shall submit an EAD which also applies to those entities in so far as the Contractor relies on their resources.

6.For ‘Part IV Selection criteria’, the Contractor may confine himself to completing the alpha section, in which case the Contractor shall not complete any of the other sections (A to D) in Part IV of the EAD.

7.Progress shall be excluded from the Contractor in respect of whom any of the circumstances referred to in Article 108(1) and (2) and Article 109(1)(1), (2) (a) and (3) as regards points 2(a), (4) to (10) of the PPL apply, as well as the Contractor in respect of whom the circumstances referred to in Article 7(1) of the Act of 13.4.2022 on special arrangements to combat support for aggression against Ukraine and to protect national security and Article 5k of the Regulation apply. Council (EU) No 833/2014 of 31.7.2014 concerning restrictive measures in view of Russia’s actions destabilising the situation in Ukraine.

8.On request, order. The economic operator is required to submit the personal means of proof referred to in Section 2(1)(1)-(7) of the Regulation of the Minister for Development, Labour and Technology of 23 December 2020 on the entity providing evidence and other documents or statements which the contracting authority may request from the economic operator.

9.If the Contractor has a registered office or a place of residence outside Poland, he is obliged to submit the personal means of proof referred to in Section 4 of the Regulation referred to in point. 8 above.

10.Where the Contractor relies on the capacities or the situation of the entities providing resources, he is required to submit personal evidence concerning those entities in accordance with §5 of the Reg. referred to in point. 8 above.

11.The project and work must be completed within a period of no more than 29 months from the date of conclusion of the contract, together with a decision on the authorisation to use it. Winter periods are not taken into account for the duration of the work. Winter periods shall be included in the design time.

12.The contracting authority shall provide for the possibility of awarding contracts referred to in Article 214. 1(7) of the PPL to the extent described in the ToR.

13.The contracting authority provides for the possibility of cancelling a procurement procedure on the basis of Article 257 of the PPL if the funds which the contracting authority intended to use to finance all or part of the contract are not awarded to it.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Prezes Krajowej Izby Odwoławczej
Postal address: ul. Postępu 17a
Town: Warszawa
Postal code: 02-676
Country: Poland
Telephone: +48 224587801
Fax: +48 224587800
Internet address: http://www.uzp.gov.pl
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

1. An economic operator, as well as another entity, if it has or has had an interest in obtaining the contract and has suffered or is likely to suffer harm as a result of an infringement by the contracting authority of the provisions of the Public Procurement Act, is entitled to the remedies provided for in Section IX of the Public Procurement Act. The organisations included in the list referred to in Article 469(15) of the Public Procurement Act and the Ombudsman for Small and Medium-sized Enterprises are also entitled to legal remedies against the contract notice and the procurement documents.

2. An appeal may be brought only against actions taken by the Contracting Authority in the present procurement procedure which do not comply with the provisions of the Public Procurement Act, including draft contract provisions and failure to act which the Contracting Authority was required to do under the Public Procurement Act.

3. The appeal should contain the information referred to in Article 516 of the Public Procurement Act.

4. Appeals shall be lodged with the President of the Chamber in writing or in electronic form or in electronic form bearing a trusted signature.

5. The appellant shall forward a copy of the appeal to the Contracting Authority before the expiry of the time-limit for bringing an appeal in such a way that the latter may become acquainted with it before the expiry of that period. The contracting authority is presumed to have been able to acquaint itself with the content of the appeal before the expiry of the time-limit for lodging the appeal if the transmission of a copy of the appeal took place before the expiry of the time-limit for lodging the appeal by electronic means. A copy of the appeal should be sent to the contracting authority via the Platform. After being notified for proceedings, select ‘My Proceedings’ in the ‘Proceedings’ tab, select this procedure and use the ‘Questions/Information’ tab, ‘New/Send’ and then ‘Add question/comment’ submit the content of the appeal or upload files.

6. Time limits for lodging an appeal:

(1)A notice of appeal must be lodged within 10 days of the date on which the information on the contracting authority’s action on which it is based is sent – if the information was provided using electronic means of communication or within 15 days – if it was transmitted by other means;

2.Appeal against the contract notice or the contract documents shall be made within 10 days of the date of publication of the notice in the Official Journal of the European Union or publication of the procurement documents on the Platform;

(3)Appeal against acts other than those referred to in subparagraph. (1) and (2) above shall be made within 10 days of the date on which the circumstances giving rise to the claim were known or could reasonably have been made known.

(4)If the Contracting Authority has not sent the Contractor notice of the selection of the most advantageous tender, an appeal shall be lodged no later than:

(a)30 days from the date of publication of the contract award notice in the Official Journal of the European Union;

(b)6 months from the date of conclusion of the contract if the Contracting Authority has not published a contract award notice in the Official Journal of the European Union;

7. The detailed rules of procedure following an appeal are laid down in the relevant provisions of Section IX of the Public Procurement Act.

8. An appeal may be brought before the Sąd Okręgowy w Warszawie (Regional Court in Warsaw, the public procurement court) against the decision of the National Chamber of Appeal, the parties and the parties to the appeal proceedings.

9. The complaint shall be submitted through the President of the National Appeal Board within 14 days of service of the judgment of the National Board of Appeal or of the decision of the President of the Chamber referred to in Article 519 paragraph. 1 of the Public Procurement Act, while sending a copy of it to the opponent of the complaint. The lodging of a complaint at the post office of the operator designated within the meaning of the Postal Act of 23 November 2012 or sending it to the address for electronic service referred to in Article 2(1) of the Electronic Service Act of 18 November 2020 is equivalent to lodging it.

10. An appeal on a point of law may be lodged with the Supreme Court against a judgment of a court or a final decision in a case.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Urząd Zamówień Publicznych - Biuro Odwołań
Postal address: ul. Postępu 17a
Town: Warszawa
Postal code: 02-676
Country: Poland
E-mail: odwolania@uzp.gov.pl
Telephone: +48 224587801
Fax: +48 224587700
Internet address: http://www.uzp.gov.pl
VI.5)Date of dispatch of this notice:
30/01/2023