Radovi potražnja
ISTIČE: 27.02.2020.

Rehabilitation and construction of the Bulk and General Cargo Terminal of the Port of Smederevo

European Investment Bank

Serbia-Belgrade: EIB - Rehabilitation and construction of the Bulk and General Cargo Terminal of the Port of Smederevo
2019/S 233-570464
Smederevo, Republic of Serbia
Works Contract Notice

1.
Publication reference
404-02-00152/2019-2
2.
Procedure
Open
3.
Programme title
Serbian Inland Waterway Infrastructure
4.
Financing
Loan of the European Investment Bank-EIB (50 %) and National Budget (50 %)
Contracting authority
Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia, tel. +381 11 362 8874, fax +381 11 3616360

Contract specifications
5.
Description of the contract
Rehabilitation of the existing port area and quay of approx. 3,8 ha and 170 m respectively and construction of a new part of the port of an area of approx. 21 ha and a quay length of approx. 670 m, as downstream extension of the existing port area. The works include the access road and belonging infrastructure and utilities (e.g. internal roads and railways, sewerage, water, power supply). The port shall be operational during the works. The contract will be managed according to the FIDIC conditions of contract for construction for building and engineering works designed by employer (FIDIC RED Book, First Edition 1999).
6.
Number and titles of lots
1 lot only

Terms of participation
7.
Eligibility and rules of origin
Firms originating from all countries of the world are eligible to tender.
8.
Grounds for exclusion
Tenderers must submit:
(i) a signed declaration, included in the tender form (Annex 1a) for a works contract, to the effect that they are not in any of the situations listed in section 2.6.10.1 of the Practical Guide; and
(ii) the signed covenant of integrity of the EIB included also in the tender form (Annex 1b); and
(iii) the signed environmental and social covenant of EIB.
9.
Number of tenders
Tenderers may submit only 1 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 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
10.
Tender guarantee
Tenderers must provide a tender guarantee of 5 878 605 000 Serbian Dinars (RSD) when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties.
11.
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.
12.
Information meeting and/or site visit
A site visit at 9.00 on 17.12.2019 will be held by the contracting authority at the following address: ‘Nova Luka’, street Šalinačka BB, Smederevo (Serbia). Personal identification (ID card or passport) will be required to be presented at the entrance, as well as power of attorney on behalf of the tenderer for respective person(s) to participate at the site visit.
A clarification meeting at 1.30 p.m. will be held by the contracting authority on 17.12.2019 at the:
City of Smederevo, 1th floor, Room No 2, Omladinska 1, 11300 Smederevo, Serbia
13.
Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period.
14.
Period of implementation of tasks
Forty eight (48) months from the receipt of the signed contract with the performance guarantee by the contracting authority until issuance of the performance certificate; consisting of twenty four (24) months for the time for completion and 24 months for the defects notification period.

Selection and award criteria
15.
Selection criteria
Economic and financial capacity of candidate:
1) The average annual audited turnover of the tenderer (individual applicant or consortium members as a whole) together must, in 3 (three) previous financial years for which the accounts are closed and reported as required, be at least 5 878 605 000 Serbian Dinars (RSD)or local equivalent at date of individual yearly audits. Also included shall be the verified report of a legally acceptable accountant in their respective countries to demonstrate the annual turnover for these 3 previous financial years. In case of consortium, the consortium leader must meet at least 50 % while the other members have to meet each at least 10 % of the requirement;
2) The working capital (current assets less current liabilities) per year over the same 3-year period must be positive;
3) The candidate shall demonstrate that it has access to sufficient lines of credit and other financial facilities to cover the required construction cash flow (ignoring pre-financing advances) for a period of not less than 6 months. In any case, the amount of credit available must exceed the equivalent of 587 860 500 Serbian Dinars (RSD). The statement on available funds in RSD or equivalent in other internationally tradable currency must be provided by the bank named in the financial identification sheet or other financial institution. The statement must clearly indicate that the above-mentioned credit facility is available specifically for this named project.
Technical and professional capacity of candidate:
The tenderer must have completed in last 8 years from the submission date at least 1 contract for construction and/or reconstruction and/or extension of inland waterway ports including the relevant port infrastructure comparable to the scope of the subject contract (at least but not limited to quays, internal roads and utilities) and 1 contract for construction and/or reconstruction and/or extension of sea ports including the relevant port infrastructure comparable to the scope of the subject contract (at least but not limited to quays, internal roads and utilities). Minimum value of the reference projects shall be at least 1 763 581 500 Serbian Dinars (RSD) while at least 1 reference project shall have the value of not less than 5 878 605 000 Serbian Dinars (RSD) ‘Completed’ works contracts will be taken to mean that the candidate has in his possession, (and this must be verified by copies signed and stamped by the candidate as being authentic), taking over certificates (provisional acceptance certificates), performance certificates (final acceptance certificates or equivalent certificates), for a single works contract showing work certified of more than above defined values, signed by the contracting authority/employer, or equivalent, of the projects submitted for evaluation and included in Volume 1, section 4.6.4.
Regarding the calculation of the contracts amounts for the completed works of the tenderers, the values will be considered at the amount/date of the taking over or performance certificates and will not be carried to the date of the evaluation as ‘net present values’ and should be converted to the Serbian Dinar (RSD) rate from https://www.nbs.rs/export/sites/default/internet/english/scripts/ondate.html
If a candidate has implemented the project in a consortium, it should be clear from the documentary evidence (taking over certificate/provisional acceptance/performance certificate/final acceptance, final payment certificate) the percentage the candidate has successfully completed in fulfillment of the above criteria.
Exchange rate to be applied for administrative documents provided in currencies other than RSD.
In case of submission of administrative documents in currencies other than RSD, the exchange rate to be applied by the evaluation committee will be the official middle exchange rate of the National Bank of Serbia applicable on 27.2.2020.
16.
Award criteria
The most economically advantageous tender is the technically compliant tender with the lowest price.

Tendering
17.
How to obtain the tender dossier
The tender dossier is available from:
Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia, attn: Mr. Veljko Kovacevic or via email, using the address veljko.kovacevic@mgsi.gov.rs
It is also available for inspection at the premises of the contracting authority, address as in point 5 above. 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:
Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia, attn: Mr. Veljko Kovacevic, or via email, using the address veljko.kovacevic@mgsi.gov.rs
(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. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the website of DG International Cooperation and Development at
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome
18.
Deadline for submission of tenders
The tenderer"s attention is drawn to the fact that there are 2 different systems for sending tenders: 1 is by post or private mail service, the other is by hand delivery.
In the first case, the tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip (1), but in the second case it is the acknowledgment of receipt given at the time of the delivery of the tender which will serve as proof.
Deadline for submission of tenders is 27.2.2020, until 3.30 p.m.
Opening hours of the contracting authority is 7.30 a.m. until 3.30 a.m. on working days.
Any tender submitted to the contracting authority after this deadline will not be considered.
The contracting authority may, for reasons of administrative efficiency, reject any tender submitted on time to the postal service but received, for any reason beyond the contracting authority"s control, after the effective date of approval of the evaluation report, if accepting tenders that were submitted on time but arrived late would considerably delay the evaluation
Procedure or jeopardise decisions already taken and notified.
How tenders may be submitted
Tenders must be submitted in English exclusively to the contracting authority in a sealed envelope:
— either by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to: Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia, or
— hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to: Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia.
The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the contracting authority.
Tenders submitted by any other means will not be considered.
By submitting a tenderer accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the tender.
(1) It is recommended to use registered mail in case the postmark would not be readable.
19.
Tender opening session
The tender opening session will be open to the public and it will be held on 2.3.2020 at 10.00 a.m. at: Ministry of Construction, Transport and Infrastructure, Nemanjina 22-26, 11000 Belgrade, Republic of Serbia.
In the case that at the date of the opening session some tenders have not been delivered to the contracting authority but their representatives can show evidence that they have been sent on time, the contracting authority will allow them to participate in the first opening session and inform all representatives of the tenderers that a second opening session will be organised.
20.
Language of the procedure
All written communications for this tender procedure and contract must be in English.
21.
Repetition of similar works
Subsequent to the initial contract resulting from the current tender procedure, new works consisting in the repetition of similar works, up to 20 % of offered price may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new works are in conformity with the same basic project.
22.
Legal basis for financing
Finance contract between the Republic of Serbia and the European Investment Bank (Official Gazette of the Republic of Serbia — International Contracts, No 02) and Serbian Law on the budget.
23.
Other
Tenderers should alert the promoter in writing, with a copy to the European Investment Bank to procurementcomplaints@eib.org in case they should consider that certain clauses or technical specifications of the TDs might limit international competition or introduce an unfair advantage to some tenderers.