Radovi potražnja
ISTIČE: 20.10.2022.

Reconstruction and expansion of Serbian port of Bogojevo

Serbia-Belgrade: Construction work

2022/S 137-390795

Contract notice

Works

Legal Basis:
EIB guide to procurement

Section I: Contracting authority

I.1)
Name and addresses
Official name: Ministry of Construction, Transport and Infrastructure
Postal address: Nemanjina 22-26
Town: Belgrade
NUTS code: RS Srbija/Spbija / Serbia
Postal code: 11000
Country: Serbia
Contact person: Veljko Kovacevic
E-mail: veljko.kovacevic@mgsi.gov.rs
Telephone: +38 1113628874
Internet address(es):
Main address: www.mgsi.gov.rs/
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mgsi.gov.rs/
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)
Main activity
Other activity: Port-related activities
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Reconstruction and expansion of Serbian port of Bogojevo

Reference number: EIB-GtP/342-01-00540/2022-06
II.1.2)
Main CPV code
45000000 Construction work
II.1.3)
Type of contract
Works
II.1.4)
Short description:
The scope of work includes the complete Design for Execution of the Works – (local abbrev. PZI) Project stage according to the Serbian Law, and complete construction of new capacities of Port of Bogojevo , but not limited to, Environmental Works and Geotechnical Works, security / access provisions and transport arrangements, excavation, filling, compaction, revetment / embankments and monitoring. In addition, the Contractor is responsible for furnishing the following, including, but not limited to all professional staff, labour, material, plant, equipment, services and support facilities. The contract will be implemented under "Conditions of Contract for Construction for Building and Engineering Works Designed by Employer" (FIDIC Red Book), First Edition 1999.

Financing – Requested financing through Finance Contract for Serbian inland waterway infrastructure between the Republic of Serbia and European Investment Bank (Official Gazette of RS, No. 2/19) and budget of Republic of Serbia.

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:
Port of Bogojevo is located in Serbia, on the left river bank of the Danube, at km 1366. The distance to Belgrade-Budapest E75 Highway is 40 km and is not connected to the national railway network.

II.2.4)
Description of the procurement:
Rules

Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

The rules are in conformity with the provisions of the Laws of Serbia, in particular the Law on Public Procurement, Official Gazette of RS, No. 91/2019, the European Investment Bank (EIB) Guide to Procurement, which can be downloaded from: https://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf; the EIB"s Anti-Fraud Policy which can be downloaded from: http://www.eib.org/infocentre/publications/all/anti-fraud-policy.htm; the EIB’s Exclusion Policy document of 21 February 2018, which can be downloaded from: http://www.eib.org/infocentre/publications/all/exclusion-policy.htm; The Practical Guide for EU External Actions - A Practical Guide - August 2020 (the PRAG), applicable to this procedure, is available at: https://wikis.ec.europa.eu/display/ExactExternalWiki/ePRAG.

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 UN Security Council on the basis of article 41 of the UN Charter.

The EIB also requires that candidates, tenderers, (sub-) contractors participating in a tender procedure or a contract under an EIB financed project shall not violate or have violated any intellectual property rights.

Grounds for exclusion

As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.6.10.1. of the PRAG, Version August 2020.

In addition, as a part of their applications, candidates must submit a signed declaration, to the effect that they are not in any of the exclusions situations listed in the Guide to Procurement for projects financed by the European Investment Bank, September 2018 (https://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf), Section 1.4 (Ethical Conduct), Section 1.5 (Conflict of Interest), Section 1.7 (mandatory compliance with EIB"s environmental and social safeguards), and that they comply with Anti-fraud policy of the European Investment Bank (http://www.eib.org/infocentre/publications/all/ anti-fraud-policy.htm). Such declaration is to be signed by Consortium and each Consortium member (including Consortium leader).

Candidates will submit as a part of their applications, signed Covenant of Integrity – template available in EIB Guide to Procurement, Annex 3), and Environmental and Social Covenant (E&S Covenant template is available in EIB Guide to Procurement, Annex 7). It should be noted that, in the Covenant of Integrity, the tenderer is requested to self-declare all sanctions and/or exclusions (including any similar decisions having the effect of imposing conditions on the tenderer or its subsidiaries or to exclude the said tenderer or its subsidiaries, such as temporary suspension, conditional non-exclusion, etc.) imposed by the European institutions or any multilateral development banks (including the World Bank Group, the African Development Bank, the Asian Development Bank, European Bank for Reconstruction and Development, European Investment Bank or Inter-American Development Bank), regardless of the date of issue and the expiration or not of such decisions and of the current status of any sanction and/or exclusion. In this regard, any omission or misrepresentation, made knowingly or recklessly, may be considered as fraud under the EIB Anti-Fraud Policy. Therefore, the Client reserves the right to reject any offer presenting an inaccurate or incomplete Covenant of Integrity, and may cause the rejection of the offer for prohibited conduct. Covenant of Integrity and Environmental and Social Covenant are to be signed by Consortium and each Consortium member (including Consortium leader).

II.2.5)
Award criteria
Criteria below
Price
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
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.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)
Conditions related to the contract
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: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
Notice number in the OJ S: 2022/S 107-294683
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 20/10/2022
Local time: 14:30
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.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 21/10/2022
Local time: 10:00
Place:
Ministry of Construction, Transport and Infrastructure

XI floor, room no. 13

Nemanjina 22-26,

11000 Belgrade,

Serbia

Information about authorised persons and opening procedure:
The tender opening session is a formal, public process. The evaluation committee opens the tenders in public at the place and time set in the tender dossier. Although it is public, participation in the tender opening session is restricted to authorised representatives of the companies that are tendering for the contract.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
Official name: Republic Commission for Protection of Rights in Public Procurement Procedures
Postal address: Nemanjina 22-26
Town: Belgrade
Postal code: 11000
Country: Serbia
VI.5)
Date of dispatch of this notice:
14/07/2022