Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Dienstleistungen - 70952-2023

03/02/2023    S25

Bosnien und Herzegowina-Sarajewo: Beratung im Bereich Straßenbau

2023/S 025-070952

Auftragsbekanntmachung

Dienstleistungen

Rechtsgrundlage:

EIB Guides to procurement.

Abschnitt I: Öffentlicher Auftraggeber

I.1)Name und Adressen
Offizielle Bezeichnung: PC MOTORWAYS OF THE FEDERATION OF BOSNIA AND HERZEGOVINA LTD Mostar
Postanschrift: Hamdije Kreševljakovića 19
Ort: Sarajevo
NUTS-Code: BA Bosnia And Herzegovina
Postleitzahl: 71000
Land: Bosnien-Herzegowina
Kontaktstelle(n): Jasmina Olovčić
E-Mail: o.jasmina@jpautoceste.ba
Telefon: +387 033277921
Fax: +387 033277901
Internet-Adresse(n):
Hauptadresse: https://www.jpautoceste.ba/
I.3)Kommunikation
Der Zugang zu den Auftragsunterlagen ist eingeschränkt. Weitere Auskünfte sind erhältlich unter:
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen
I.4)Art des öffentlichen Auftraggebers
Einrichtung des öffentlichen Rechts
I.5)Haupttätigkeit(en)
Andere Tätigkeit: Road Management

Abschnitt II: Gegenstand

II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Geological and Geotechnical Advisory Support Service

Referenznummer der Bekanntmachung: EIB-GtP/MOB 20190751-09
II.1.2)CPV-Code Hauptteil
71311210 Beratung im Bereich Straßenbau
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:

The selected Consultant shall provide geological and geotechnical advisory support to the Procuring Entity, on a part time and “as and when needed” basis over a 4.5-year period, across the 115km long Corridor VC motorway in the Federation of BiH.

II.1.5)Geschätzter Gesamtwert
Wert ohne MwSt.: 400 000.00 EUR
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.3)Erfüllungsort
NUTS-Code: BA Bosnia And Herzegovina
Hauptort der Ausführung:

The main place of performance will be the Vc motorway construction sites across the FBiH. A min of 20% of key staff inputs shall be performed in FBiH, while the balance can be performed outside FBiH.

II.2.4)Beschreibung der Beschaffung:

A Consultant will be selected in accordance with the EIB Guide to Procurement, September 2018: https://www.eib.org/en/publications/guide-to-procurement

The Services are expected to be financed through a grant from the EIB loan and/or Western Balkans Investment Framework.

A Restricted Procurement procedure with an international call for expression of interest will be followed.

The Procuring Entity, PC Motorways of Federation of Bosnia and Herzegovina Ltd. Mostar (JPAC), now invites eligible consultants to indicate their interest in providing the Services. Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

Interested consultants must provide information indicating that they are qualified to perform the Service. Consultants shall contact the JPAC to obtain a copy of the template that must be used to submit any Expression of Interest. Only applications using the correct template will be accepted. Applications shall be submitted in hard copy only, one original English version and one copy, all in a single envelope with text on the outside of the envelope as follows “EOI for Consultancy Services for Geotechnical consultancy services for construction of motorway sections”. Not to be opened until [Date and time for opening stated further below in this notice].”

Candidates are allowed to ask clarifications up 15 days prior the deadline for submission by sending an email to the relevant address above.

JPAC intends to shortlist up to six eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be sent. In the event that more than six firms fulfil all the qualifying criteria below, JPAC shall use the criteria identified below to rank the applicants and the top six shall be invited to submit proposals.

Corporate services are required. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. In the event that a natural or legal entity submits or forms part of more than one application, all applications in which that entity has participated will be excluded.

Subsequently, following a standstill period of 10 calendar days, the JPAC will send Requests for Proposals (RFP) to the shortlisted selected applicants (maximum 6). Proposals shall be evaluated in two stages on basis of the Most Economically Advantageous Offer.

See also “Additional information” in “Section VI: Complementary information” below

II.2.5)Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems
Laufzeit in Monaten: 54
Dieser Auftrag kann verlängert werden: nein
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Mindestzahl: 2
Höchstzahl: 6
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:

In the event that more than six firms fulfil all the qualifying criteria below, the following criteria shall be used to rank the applicants and the top six shall be invited to submit proposals.

(i) The number of similar contracts in a field related to these Services brought as reference in para III.1.3(i).

(ii) In a second step as necessary, the number of similar contracts in a field related to these Services brought as reference in para III.1.3(i) that were performed inside the EU.

II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: ja
Projektnummer oder -referenz:

Western Balkans Investment Framework.

II.2.14)Zusätzliche Angaben

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:

The Candidates shall provide a trade licence or professional registers in their Country of Establishment.

The Candidates shall meet the following criteria:

• The minimum total permanent staff number, employed by the candidate in ground engineering in the sector of transport should be at least 10 (ten) for the last three (3) years preceding the submission deadline. In case of a JV, the minimum permanent staff of the lead partner, in the field related to this contract, must be at least seven (7) for last three (3) years. Aggregate minimum total permanent staff number between all JV members must be at least 10 (ten) for the last three (3) years preceding the submission deadline.

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

The Candidates must meet the following criteria:

a) The average annual turnover must be at least 180,000.00 EUR for the last 3 financial years (2020, 2021 and 2022).

b) Positive financial results in the last three years (2020, 2021 and 2022), which shall be assessed as follows: (i) net worth shall be positive in each year; and (ii) liquidity ratio shall be more than 1 (one) in each Year.

The above selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture (JV), the JV shall collectively meet criterion (a), while the lead partner shall meet not less than 60% of criterion (a) and other partners shall meet not less than 40%. All JV partners shall meet criterion (b).

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Candidates must meet the following criteria:

i. The candidate has implemented and completed, but not necessarily commenced, during the last five (5) years up to the deadline for the receipt of applications indicated below, at least two service contracts for ground engineering – site investigation and/or geotechnical design – for linear civil engineering projects, with a minimum value of EUR400,000 each. Such service contracts can either be standalone or be a component of a wider service contract; in the latter case, the application shall provide evidence that the ground engineering component meets the minimum value. The applicant shall demonstrate that it had a participation of minimum 50% in each contract / component brought as reference.”;

The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.

Applicants are encouraged to include all prior experience meeting the criteria above.

III.2)Bedingungen für den Auftrag
III.2.2)Bedingungen für die Ausführung des Auftrags:

The selected Consultant shall be required to perform the Services in accordance with the laws and regulations of BiH and the Entity of the Federation of Bosnia and Herzegovina governing the field of construction and civil engineering and the latest EIB’s Guide to Procurement.

Environmental and Social Covenant to be signed and submitted as part of their technical proposal and appended into the resulting contract.

Payment for the Services shall be on time based/reimbursable basis.

Abschnitt IV: Verfahren

IV.1)Beschreibung
IV.1.1)Verfahrensart
Nichtoffenes Verfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
IV.2)Verwaltungsangaben
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 03/04/2023
Ortszeit: 11:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
Tag: 24/04/2023
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können:
Englisch
IV.2.6)Bindefrist des Angebots
Laufzeit in Monaten: 12 (ab dem Schlusstermin für den Eingang der Angebote)

Abschnitt VI: Weitere Angaben

VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.3)Zusätzliche Angaben:

JPAC reserves its right to seek clarifications and verify submitted references and use the information so obtained for evaluation purposes.

All costs related to participation in this procurement procedure shall be borne by applicants.

Clause 1.5 of the EIB Guide to Procurement in relation to conflict of interest applies. The arrangements for rejecting a proposal on the basis of conflict of interest will be specified in the Request for Proposals.

Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter. The attention of candidates is drawn to the EIB Anti-Fraud Policy, EIB Exclusion Policy and EIB's definition of prohibited conduct.

Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@eib.org, in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some candidates.

Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org.

VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Federal Ministry of Transport and Communications
Postanschrift: Adema Buća bb
Ort: Mostar
Postleitzahl: 88000
Land: Bosnien-Herzegowina
VI.5)Tag der Absendung dieser Bekanntmachung:
31/01/2023