Usluge potražnja
ISTIČE: 14.06.2022.

Design and Construction of Primary and Secondary Sewage Network

IZVOR:
EU tenderi
OBJAVLJEN: 14.03.2022.
Serbia-Belgrade: Construction work for water and sewage pipelines

2022/S 051-131605

Contract notice

Works

Legal Basis:
This contract will be financed by the European Investment Bank (EIB) and subject to EIB"s Guide to Procurement.

Section I: Contracting authority

I.1)
Name and addresses
Official name: The Belgrade Land Development Public Agency (Beoland)
Postal address: Njegoseva 84
Town: Belgrade
NUTS code: RS Srbija/Spbija / Serbia
Postal code: 11000
Country: Serbia
Contact person: Maja Vukadinović
E-mail: bpssw2@beoland.com
Telephone: +381 112041330
Internet address(es):
Main address: https://www.beoland.com/
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.beoland.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Regional or local agency/office
I.5)
Main activity
General public services
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Design and Construction of Primary and Secondary Sewage Network

Reference number: EIB-GtP/ENR/2021/W2 BPSS
II.1.2)
Main CPV code
45231300 Construction work for water and sewage pipelines
II.1.3)
Type of contract
Works
II.1.4)
Short description:
The City of Belgrade has entered into a Financing Agreement with the European Investment Bank (EIB) for design, construction and supervision in respect of the Belgrade-Palilula Sewage System Project. A number of contracts will be implemented by the City, through a Project Implementation Unit (PIU) within Beoland (the Belgrade Land Development Public Agency).

The project aims to improve wastewater services to the currently underserved population on the left bank of the Danube River in Belgrade"s municipality of Palilula, communities Kotez. Krnjaca and Borca.

The Works to be provided through this Contract will be based on FIDIC Conditions of Contract for Plant and Design-build (Yellow Book 2nd Edition, 2017) and will comprise the design and construction of primary and secondary sewage network.

II.1.5)
Estimated total value
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.3)
Place of performance
NUTS code: RS Srbija/Spbija / Serbia
Main site or place of performance:
Republic of Serbia, City of Belgrade, Municipality of Palilula

II.2.4)
Description of the procurement:
Rapid development of settlements in Belgrade Palilula Municipality situated on the left bank of the River Danube is forcing improvement of wastewater collection service and development of sewerage infrastructure.

The main objective of the Belgrade-Palilula Sewage System Project is to improve wastewater collection services in Belgrade Municipality Palilula within settlements situated along the left bank of the River Danube (so-called Banat Wastewater System), and to treat wastewater prior discharge into the River Danube in accordance with the National legislation and EU Urban Wastewater Treatment Directive.

One of the Contracts within the Belgrade-Palilula Sewage System Project, will be the Design and Construction of the primary and secondary sewage network.

The Works to be provided through this Contract will be based on FIDIC Conditions of Contract for Plant and Design-build (Yellow Book, 2nd Edition, 2017), and will include the following elements:

- Wastewater collection system in the settlement of Krnjača (divided in five service zones) and including customer service connections

- Sewage pumping station (SPS) Kotež (reconstruction) and the main sewer from the SPS Kotež to the existing main sewer in Zrenjanin Road

- Sewage pumping station (SPS) Borča (reconstruction) and the main sewer from the SPS Borča to the existing main sewer in Zrenjanin Road

Due to specific topographic, geotechnical and hydro-geological characteristics of the Site, the wastewater collection system shall include conventional gravity sewerage in a number of zones (Zone 1B and Zone 3). For the remaining zones (Zones 2, 4, and 5), the wastewater collection system shall be designed and constructed, incorporating either of the permissible choices of technology namely; vacuum sewerage or gravity sewerage, as deemed appropriate by the Tenderer.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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: no
II.2.14)
Additional information
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:
Experience in water or wastewater construction contracts, in the role of prime contractor, JVCA member, subcontractor, or management contractor for at least the last 10 (ten) years prior to the submission deadline, and with activity in at least nine (9) months in each year.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
Average annual turnover from construction contracts (calculated as total certified payments received for contracts in progress or completed) over the last five (5) years of Euro 20,000,000 (twenty million) equivalent; and

Access to or availability of financial resources, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments, not less than Euro 3,000,000 (three million) equivalent, taking into account the tenderer"s commitments for other contracts.

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
i. Successful experience in the role of prime contractor, JVCA member or management contractor, in at least two (2) sewage network projects carried out under design and build conditions of contract within the last ten (10) years, for which Taking-Over Certificates have been issued, and of a nature and complexity comparable to the proposed contract. Similar nature for the purpose of qualification means the design and construction of sewage networks, and comparable complexity for the purpose of qualification means sewage networks with a minimum length of 40km.

ii. Successful experience in the role of prime contractor, JVCA member or management contractor, in at least two (2) projects carried out under design and build conditions of contract within the last ten (10) years, which each include primary sewage collectors of at least 2km in length, and pipe diameters of at least 600mm in diameter, for which Taking-Over Certificates have been issued.

iii. Successful experience in the role of prime contractor, JVCA member or management contractor, in at least two (2) projects carried out under design and build conditions of contract within the last ten (10) years, each including the construction or reconstruction of a sewage pumping station with total capacity at least 100 l/s, for which Taking-Over Certificates have been issued.

iv. Successful experience as a prime contractor, leader of a JVCA, or management contractor, in at least 1 (one) sewage network project within the last ten (10) years, carried out under the FIDIC Yellow Book 1st Edition (1999), FIDIC Yellow Book 2nd Edition (2017), FIDIC Red Book 1st Edition (1999), FIDIC Red Book 2nd Edition (2017), FIDIC Pink Book MDB Harmonized Edition (2010), FIDIC EPC Contract Silver Book (1999) or FIDIC Design, Build and Operate Contract - Gold Book (2008).

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: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 138-365944
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 14/06/2022
Local time: 12:00
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:
English
IV.2.7)
Conditions for opening of tenders
Date: 14/06/2022
Local time: 12:05
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.3)
Additional information:
Tender documents may be obtained from address stated above. The documents will be dispatched free of charge, upon request, electronically in PDF and MS Word format. In case of discrepancies between the PDF and Word versions of the document, the PDF version shall prevail.

VI.4)
Procedures for review
VI.4.1)
Review body
Official name: Republic Commission for the Protection of Rights in Public Procurement Procedures
Postal address: Nemanjina street 22-26
Town: Belgrade
Postal code: 11000
Country: Serbia
VI.5)
Date of dispatch of this notice:
08/03/2022