Skip to main content.

  • Attention

    Translation are provided to assist users. Please note that any data entered into the system must only be entered in English.


    OK

    Attention

    Translation are provided to assist users. Please note that any data entered into the system must only be entered in English.


    OK

Bosnia And Herzegovina: Support with Project Implementation and Management of E&S Issues (Poprikuse-Nemila section)

Invitation For Expression Interest

Project Name: Corridor Vc in FBH - Part 3
EBRD Project ID: 49058
Country: Bosnia And Herzegovina
Client Name: PC Motorways of the Federation of Bosnia and Herzegovina
ECEPP ID: 7536462
Procurement Exercise Name: Support with Project Implementation and Management of E&S Issues (Poprikuse-Nemila section)
Procurement Exercise Description: Support to the PIU in all aspects of project implementation and management of E&S Issues (for Poprikuse-Nemila section construction)
Business Sector: Transport
Notice Type: Invitation For Expression Interest
Publication Date: 20/08/2018 08:51
Issue Date: 20/08/2018 10:00
Closing Date: 25/10/2018 12:00
Opportunity Status
This opportunity is for information purposes only
This opportunity is not yet open for response
This opportunity is now open for response
This opportunity is now closed for response
Access Opportunity
This opportunity is now closed for response
This opportunity is now closed for all supplier responses. Please refer to the closing date noted on this page.

Invitation For Expression Interest

The above named client, intends to use part of the proceeds of a loan from/grant administered by the European Bank for Reconstruction and Development (the Bank) and set out above and from Client's own funds towards the cost of the above named project. Contracts will be subject to the Bank's Procurement Policies and Rules.

Funding Details:

Co-financed

Bosnia and Herzegovina is currently conducting a procedure of signing a loan agreement with European Bank for Reconstruction and Development (hereinafter EBRD) and European Investment Bank (hereinafter EIB) to finance priority sections of the motorway on the route of Pan European Corridor Vc through Bosnia and Herzegovina. The Federation of Bosnia and Herzegovina (the Beneficiary) intends to apply part of the proceeds of this loan toward the cost of civil works and consulting services, to be procured for the section of motorway from Poprikuse to Nemila.

Contracts to be financed with the proceeds of a loan from/ grant administered by the Bank and will be open to firms from any country.

The proceeds of the loan from/ grant administered by the Bank will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law or official regulation of the Client's country.


The main objective of the assignment shall be:

The construction of the motorway section from Poprikuse to Nemila will be carried out within the following contract:

Contract no. JPAC 990-B99-18: Poprikuse - Nemila in total length of 5,5 km will be financed from the loan agreement signed with EBRD and EIB

The subject of this Invitation for Expressions of Interest are Consulting services for technical assistance to the PIU of the Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar for the project on Corridor Vc, section Poprikuse-Nemila, Contract no. JPAC 989-E507-18 which shall be funded from the proceeds of the EBRD and EIB loan as well.

Public company Motorways of the Federation of Bosnia and Herzegovina Ltd. Mostar (the Employer), on behalf of the Beneficiary, intends short listing consulting firms to provide technical assistance to the Project Implementation Unit of the above mentioned contract.

The FIDIC Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Plant, and for Building and Engineering Work, Designed by the Contractor, First Edition 1999 will be used for the design and civil works contracts.

The overall objective of the management consultant services to the PIU is to ensure professional, efficient and optimal coordination of activities of parties involved in the Project.
The Consultant will help the PIU, add resources to the organization and give assistance in ensuring that suitable control and organizational systems are put in place to effectively manage, in terms of time and finances, the Project financed by the IFIs. A major goal for the successful realization of this Project is assistance in daily management of the Project under all its segments and in particular claim management, liaison with designers, reviewers, supervising engineers, contractor and responsible representatives of the PIU, risk management, advising on specific technical issues, as well as assistance in cooperation with the IFIs. The Consultant will add resources and expertise to effectively manage a complex Project with many interested parties.
Also, the specific objective of the services is to assist the PIU with contract implementation, administration and supervision to ensure that the program of works is efficiently and quickly implemented and completed in line with contractual conditions and technical description, and to support introduction of contemporary transportation technologies. It will also help in producing more detailed reporting lines to lenders.
The Consultant is expected to play a proactive role in the implementation of the project, to initiate and coordinate all activities among other participants and to facilitate the Employer’s decisions in order to achieve the project goals.

Main duties of the Consultant can be summarized as follows:
- to provide the needed technical assistance to the PIU, undertaking the management of the Project in its sections;
- to supervise and monitor the implementation of the Project related contracts;
- to liaise with the counterparts, consultants, contractors and IFIs;
- to prepare Project implementation reports to all stakeholders;
- to prepare the supporting documents necessary to the Employers decisions with respect to the Project management.


The contract is expected to start on 24/12/2018 and last about 46 months + 24 months DNP.

This consultant selection will be conducted by e-procurement using the EBRD Client E-Procurement Portal (ECEPP). Interested firms should register on ECEPP at this link:

https://ecepp.ebrd.com/respond/K6SS37M692

and express an interest in this assignment.



The Consultant shall simultaneously comply with the following minimum criteria:
a) The average annual turnover of the applicant for the past five years (2013-2017) must exceed EUR 3,5 million;
b) The audited financial statement and balance sheets for the past five years (2013-2017) must demonstrate the soundness of the applicants financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the disqualification of the applicant;
c) The applicant has successfully completed (i.e. provisional acceptance or defects liability certificate issued) in the past five years counting from the deadline for submission of applications, at least two major similar projects in motorway works as FIDIC Engineer or Technical assistance consultant with consultancy services value of EUR 3,6 million or more per project.
At least one proposed project must be executed in accordance with FIDIC Conditions of Contract for Plant and Design-Build (Yellow book).
d) In case of JV or Consortium, the Leading Company shall meet not less than 60% and other partners shall meet not less than 40% of the qualifying financial criterion (a) given above.

The Joint venture or Consortium must satisfy collectively criteria for average annual turnover (criterion a). for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. In terms of experience (criterion c) each of proposed projects must have value of EUR 3,6 million or more.

Individual partners must each satisfy the requirements for soundness of financial position.

Interested consulting firms must provide information indicating that they are qualified to perform the services as follows:
(a) Letter of Application (signed by authorized person);
(b) Company profile in accordance with Form ELI-1: Applicants Information Sheet;
(c) Applicants average annual turnover for the previous 5 (five) years (2013-2017) in accordance with Form FIN-2: Average Annual Turnover. Amount of annual turnover per year shall be presented as total revenue from the income statements;
(d) Audited financial statement and balance sheets for the past five years (2013-2017), or if not required by the law of the Applicants country, other financial statements acceptable to the Employer, for the last five (5) years to demonstrate the soundness of the Applicants financial position, showing long-term profitability;
In case that the auditing of financial statements is not required by the law of the Applicants country, the Applicant is required to submit financial statements and document, i.e. excerpt from the relevant law or similar, which proves that the applicant is not obliged to audit the financial statements.
(e) Applicants general experience (details of experience and description of assignments undertaken in the previous 5 (five) years) in accordance with Form EXP-1: General Experience and Form EXP-2: Specific Experience. Certificates of completion signed by relevant contracting authorities for at least two major similar projects presented shall be submitted;
(f) In case of JV or Consortium, form of association (sub-contractor/joint venture) for the execution of the contract, if the case may be, and the lead company in accordance with the Form ELI-2: JVCA structure and Form ELI-3: JVCA Information Sheet. The same information and documentation as for the lead company shall be requested for the associated company/companies;
(g) CVs (max. two pages each) of key staff who could be available to work on the assignment, clearly showing that their experience covers the main works activities above, in accordance with Form PER-1: Personnel Capabilities Form and Form PER-2: Resume of Proposed Personnel
(h) A list of ongoing contracts in accordance with Form FIN-4: Current Contract Commitments/Services in Progress

Following this Invitation for Expression of Interest, a shortlist of qualified firms will be created by the Client to be invited to submit proposals for the assignment.

The Request for Expressions of Interest, Terms of Reference, Request for Proposals and any other relevant documents is available for firms already registered in ECEPP free of charge at this link https://ecepp.ebrd.com/respond/K6SS37M692. Full conditions for participation are included in the documents.
Prospective consultants who have registered in ECEPP and expressed an interest in the assignment may access the documents free of charge and may request clarification and further information from the client through ECEPP

Other Information: This tender will be conducted using the EBRD Client E-procurement portal (hereinafter referred to as ECEPP) and subject to its conditions of use. Applicants must be registered in ECEPP in order to participate in this tender. Applicants shall register with ECEPP in accordance with the terms and conditions of use of ECEPP as published on ECEPP. Only those Applicants who are registered and who have expressed an interest in the tender shall be able to access the tender documents, receive clarifications, addenda and amendments and submit its tender response through ECEPP.

Applicants shall submit their applications using ECEPP following the instructions in ECEPP. One original and one copy of the above information in English language, plus one copy in local language (Bosnian, Croatian or Serbian) should be submitted. Copy in local language is deemed necessary for the purpose of comparison and better understanding of the certain elements of the tender in case discrepancies occur. Any translated document that Tenderer shall submit, in copy in local language, has to be certified by the courts certified translator. Where original documents are in a language other than the language of the tendering process i.e.: English, a faithful translation into English must be attached. In addition, English copy will always prevail for the purpose of interpreting the Tender.

Applications shall be received by the Client through ECEPP no later than the date and time indicated in the Invitation.

A prospective applicant requiring any clarification of the Invitation for Expression of Interest shall contact the Client through ECEPP. The Client will respond to any request for clarification, provided that such request is received prior to the deadline for submission of applications. The Clients response shall be through ECEPP to all applicants who have acquired the Invitation for Expression of Interest including a description of the inquiry but without identifying its source.

Client Address:
Ms. Sanela Kosovac
PC Motorways of the Federation of Bosnia and Herzegovina Ltd Mostar
Hamdije Kresevljakovica Street, No. 19, Sarajevo, 71000 , Bosnia And Herzegovina
Tel. +387 33 277 921, Email: k.sanela@jpautoceste.ba