Documente Academic
Documente Profesional
Documente Cultură
Prequalification Documents
Road Sector Program Support Project
Contract RSPSP/W4/04: Rehabilitation of M3 Chisinau-Giurgiulesti Road km 151+200-km 171+290 and km 179+650-km 190+750 (EBRD Loan)
March, 2012
TABLE OF CONTENTS
VOLUME I ............................................................................................................................... 2 INVITATION FOR PREQUALIFICATION ........................................................................ 2 INSTRUCTIONS TO APPLICANTS ................................................................................... 4 1. General .................................................................................................................... 4 2. Eligibility and qualification criteria ........................................................................ 4 3. Preparation and submission of applications ............................................................ 5 4. Prequalification and tendering ................................................................................. 6 PREQUALIFICATION DATA ............................................................................................. 9 LETTER OF APPLICATION ............................................................................................. 17 APLICATION FORMS: ...................................................................................................... 20 (1) General Information ........................................................................................... 20 (2) General Experience Record ................................................................................ 21 (2A) Joint Venture Summary ...................................................................................... 22 (3) Particular Experience Record ............................................................................. 23 (3A) Details of Contracts of Similar Nature and Complexity .................................... 24 (4) Current Contract Commitments /Works in Progress .......................................... 25 (5) Personnel Capabilities ........................................................................................ 26 (5A) Candidate Summary ........................................................................................... 27 (6) Equipment Capabilities ...................................................................................... 28 (7) Financial Capability............................................................................................ 29 (8) Litigation History ............................................................................................... 31 VOLUME II ........................................................................................................................... 32 PROJECT DATA................................................................................................................. 32 1. General Project Description .................................................................................. 32 2. Contract RSPSP/W4/01: .................................................................................. 32 3. Contract RSPSP/W4/02: .................................................................................. 33 4. Contract RSPSP/W4/03: .................................................................................. 33 5. Contract RSPSP/W4/04: .................................................................................. 34 6. Road Sections Map ................................................................................................ 35
March, 2012
VOLUME I
Country: Republic of Moldova Road Sector Program Support Project INVITATION FOR PREQUALIFICATION No. RSPSP/2012/PQ01
Contract RSPSP/W4/01: Rehabilitation of R1 Chisinau-Ungheni-Sculeni Road km 6+446-km 24+050 Contract RSPSP/W4/02: Rehabilitation of R1 Chisinau-Ungheni-Sculeni Road km 24+050-km 68+250 Contract RSPSP/W4/03: Construction of R1 Ungheni Bypass km 96+200-km 103+913 Contract RSPSP/W4/04: Rehabilitation of M3 Chisinau-Giurgiulesti Road km 151+200-km 171+290 and km 179+650-km 190+750 This Invitation for Prequalification follows the General Procurement Notice nr. 6239-GPN41442 for this project which was updated in Procurement Opportunities, on the EBRDs website on February 22, 2012. The Government of the Republic of Moldova has received financing from the European Bank for Reconstruction and Development (hereinafter EBRD), European Investment Bank (hereinafter EIB) and through the Neighbourhood Investment Fund Grant from European Commission (hereinafter EC Grant NIF) towards of the Moldova Road Sector Program Support Project and it intends to apply a part of proceeds to payments for road rehabilitation & construction works under four Contracts. The contracting authority for the project shall be the State Road Administration (hereinafter the Employer) within the Ministry of Transport and Road Infrastructure of the Republic of Moldova. The Employers responsibilities include: procurement, financial management, contract management, project and program monitoring and evaluation, and reporting. The Employer intends prequalifying firms and joint ventures to tender for the following contracts to be funded from the proceeds of the loans and grants: Contract RSPSP/W4/01: The main works include rehabilitation the existing 2-lane road and widening to 4 lanes over a length of 14.7 km. Pavement reconstruction, cold recycling, replacement of small bridges, demolition and construction of culverts, drainage facilities and relocation of utility lines are involved. Contract RSPSP/W4/02: The rehabilitation of this section includes pavement reconstruction, cold recycling, and rehabilitation of ten bridges, and demolition and construction of culverts. Contract RSPSP/W4/03: The works comprise the new construction of Ungheni bypass The works to be performed include construction of new embankments including placement of geotextile, the construction of new road pavement, construction of an 76.6 m long precast
March, 2012
concrete overpass over the railway line, culverts, drainage facilities, relocation of a road section parallel to the railway line and relocation of utility lines. Contract RSPSP/W4/04 : The rehabilitation of these sections include pavement overlay, new bridge construction, rehabilitation of two bridges, roundabout reconstruction, short realignments to improve geometric characteristics, eliminate of safety hazards, or avoid areas subject to severe soil erosion . The planned Time for Completion for each contract is 24 months with a one year Defects Notification Period. Prequalification and tendering for contracts to be financed with the proceeds of loans from the Banks is open to firms and joint ventures of firms from any country. The State Road Administration intends to prequalify contractors for these 4 (four) road rehabilitation Contracts. Applicants are invited to apply for any one, two, three or four contracts. It is expected that Invitations to Tender will be issued in July 26, 2012. Prequalification Document and the Tender Documents will be conducted through procurement procedures specified in the EBRDs Procurement and Policies and Rules (PP&R) dated May 2010 with the format and text of Standard Tender Documents. A complete set of the prequalification documents in English may be obtained free of charge: (i) on the official website of the State Road Administration http://files.asd.md/ICB 01 2012/Prequalification Document RSPSP 2012 PQ01.pdf (ii) via e-mail on submission of a request at the address below.
Interested firms may obtain further information from and inspect the prequalification document at the address below during office hours from 9:00 a.m. to 5:00 p.m. (local time). The prequalification applications 4 (four) hard copies (one original and three copies) and 1 (one) electronic copy on CD-ROM must be duly completed and delivered to the address below, on or before April 26, 2012 at 10:00 a.m. (local time). Documents which are received late may be rejected and returned unopened. Contact address: Mr. Gheorghe Curmei State Road Administration Bucuriei str. 12A, MD 2004 Chisinau, Republic of Moldova Tel: (+373 22) 22 11 14 Fax: (+373 22) 74 12 19 E-mail: gheorghe.curmei@asd.md
March, 2012
INSTRUCTIONS TO APPLICANTS
1.
1.1
General
The Employer, as defined in the Prequalification Data, intends using parts of proceeds of the loans from the European Investment Bank, and the European Bank for Reconstruction and Development (the Bank), and grants from EU Neighbourhood Investment Facility towards of the Moldova Road Sector Program Support Project to finance contracts for which this Invitation for Prequalification is issued. Payments by the Bank will be made only at the request of the Employer and upon approval by the Bank and will be subject in all respects to the terms and conditions of the Loan Agreement. The proceeds of the Banks loan will not be used for payments 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. The Employer intends prequalifying firms and joint ventures to tender for the contracts outlined in the Prequalification Data. The tendering schedule is outlined in the Prequalification Data. General information on the location, scope and duration of the contracts and other relevant data is attached as Volume II. The tender documents will be modelled on the Bank's Standard Tender Documents. The type of contract to be used is specified in the Prequalification Data.
2.
2.1 2.2
2.3
2.4
March, 2012
2.5
Where a firm, its affiliates or parent company, in addition to consulting, also has the capability to manufacture or supply goods or to construct works, that firm, its affiliates or parent company normally cannot be a supplier of goods or works on a project for which it provides consulting services, unless it can be demonstrated that there is not a significant degree of common ownership, influence or control. An applicant shall not be eligible to participate where it has been determined to have engaged in corrupt, fraudulent, coercive or collusive practices in accordance with subparagraph 4.9(c). 1
2.6
3.
3.1
3.2
3.3
3.4
Failure to provide information which is essential to evaluate the applicant's qualifications or to provide timely clarification or substantiation of the information supplied may result in disqualification of the applicant. Submission of applications for prequalification must be received in sealed envelopes, which shall be delivered either by hand or by registered mail, to the address specified in the Prequalification Data no later than the date specified in the Prequalification Data, and shall bear the identification specified in the Prequalification Data. The Employer reserves the right to accept or reject late applications. The name and mailing address of the applicant shall be clearly marked on the envelope.
3.5
3.6
March, 2012
4.
4.1
(b) (c)
The Employer shall neither be liable nor be under any obligation to inform the applicant of the grounds for such action. 4.2 Applicants will be advised in writing by fax or telex, within the period specified in the Prequalification Data, of the result of their application and of the names of the prequalified applicants, without giving any reason for the Employer's decision. Only firms and joint ventures that have been prequalified under this procedure will be invited to tender. A firm may apply for prequalification both individually and as part of a joint venture. However, a prequalified firm or a member of a prequalified joint venture may participate as a tenderer in only one tender, either individually or as a partner in a joint venture, for the contract. Submission or participation by a tenderer in more than one tender for a contract (other than alternatives which have been permitted or requested) will result in the disqualification of all tenders for that contract in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one tender. An applicant may be conditionally prequalified by the Employer, that is, prequalified subject to certain specified requirements being met by the applicant prior to a prescribed deadline, such as: the issuance of the Invitation to Tender. Requirements for conditional prequalification include such factors as: 4.5 revision to a preliminary joint venture agreement; substitution of a specialised subcontractor or collaborator which is determined to be unqualified; improving critical project management; access to special equipment; recruiting experts in specialised fields; the applicants questionable ability to undertake the proposed contract due to the pending award of other significant contracts; submitting bank reference(s) or evidence of line of credit.
4.3
4.4
At the time of submitting their tenders, prequalified tenderers shall update the relevant information used for prequalification to confirm that they continue to comply with the qualification criteria and verify that the information previously provided is still valid and correct. A tenderer shall be disqualified if it no longer meets the qualification requirements at the time of contract award.
March, 2012
4.6
Joint ventures must comply with the following requirements: (a) The formation of a joint venture after prequalification, and any change in a prequalified joint venture, will be subject to the written approval of the Employer prior to the deadline for submission of tenders. Such approval may be denied if (i) partners withdraw from a joint venture and the remaining partners do not meet the qualifying requirements; (ii) the level of participation by partners or the structure of the joint venture is substantially changed; (iii) the new joint venture is not qualified; or (iv) in the opinion of the Employer, a substantial reduction in competition may result. Any tender shall be signed so as to legally bind all joint venture partners, jointly and severally, and any tender shall be submitted with a copy of the joint venture agreement providing for joint and several liability with respect to the contract.
(b)
4.7
The prequalification of a joint venture does not necessarily prequalify any of its partners individually or as a partner in any other joint venture or association. In case of dissolution of a joint venture, each of the constituent firms may prequalify if they meet all the prequalification requirements, subject to the written approval of the Employer prior to the deadline for submission of tenders. Prequalified tenderers will be required to provide a tender security as outlined in the Prequalification Data. The successful tenderer will be required to provide a performance security. Details of these securities will be specified in the tender documents. The Bank requires that clients (including beneficiaries of Bank loans), as well as tenderers, suppliers, contractors, concessionaires and consultants under Bankfinanced contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank 2 : (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) "corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; (ii) "fraudulent practice" means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) coercive practice means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (iv) collusive practice means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;
4.8
4.9
March, 2012
(b) will reject a proposal for prequalification if it determines that an applicant recommended for prequalification has engaged in corrupt, fraudulent, coercive or collusive practices in competing for the contract in question; (c) will declare a firm ineligible indefinitely or for a stated period of time, to be prequalified under a Bank-financed contract if it at any time determines that: (i) the firm has engaged in corrupt, fraudulent, coercive or collusive practices in competing for, or in executing, a Bank-financed contract; or (ii) the firm has been found by a judicial process or other official inquiry to have engaged in corrupt, fraudulent, coercive or collusive practices.
March, 2012
PREQUALIFICATION DATA
Instructions to Applicants: para. 1.1 para. 1.2 Name of the Employer Contracts for Prequalification State Road Administration
Contract RSPSP/W4/01: Rehabilitation of R1 Chisinau-Ungheni-Sculeni Road km 6+446-km 24+050 (EIB Credit) Contract RSPSP/W4/02 : Rehabilitation of R1 Chisinau-Ungheni-Sculeni Road km 24+050-km 68+250 (EIB Credit) Contract RSPSP/W4/03: Construction of R1 Ungheni Bypass km 96+200-km 103+913 (the EC Grant NIF) Contract RSPSP/W4/04 : Rehabilitation of M3 Chisinau-Giurgiulesti 151+200-km 171+290 and km 179+650 km 190+750 (EBRD Loan) Road km
The Republican Road R 1 Chiinau-Ungheni-Sculeni-Romanian border connects the Capital of Moldova, Chisinau with the localities of Straseni, Calarasi, Ungheni (administrative centers for raions) and the Moldova / Romanian border station at Sculeni. Contract RSPSP/W4/01: The length of this section from the start of construction works near Chisinau at km 6+446 until the end of the 4-lane section in Straeni at km 24+050 is 17.6 km. The existing road is mainly a two-lane single carriageway paved road except for the first 2.50 km until the village of Vatra where 4 lanes exist. The works include widening of the existing road to 4 lanes till km 23+700 in Straseni, reconstruction of road pavement, cold recycling, replacement of small bridges, demolition and construction of culverts, construction of drainage facilities, and relocation of utility lines. Contract RSPSP/W4/02: The length of this section from Straeni town to Bahmut village is 44.2 km. The existing road is mainly a two-lane single carriageway paved road. Rehabilitation includes reconstruction of road pavement, demolition of small bridges, reconstruction of bridges, demolition and construction of culverts, construction of drainage facilities and relocation of utility lines. There are sections where cold recycling or new construction has to be applied. In sections prone to landslides embankment protection measures are to be carried out. Contract RSPSP/W4/03: This work contract comprises the new construction of the Ungheni bypass including an interchange at its eastern end to connect with the existing R1 road. The length of this section is about 8.30 km of a 2-lane, single carriageway road and about 0.6 km of slip roads for the new interchange. Shortly behind the beginning of the Ungheni bypass a new T-Junction will be built to provide access to and from Ungheni via the existing R1 road. The works to be carried out include the construction of new embankments including placement of geotextile, the construction of new road pavement, culverts, drainage facilities, and construction of a new overpass/bridge over the railway line Chisinau Ungheni, relocation of a section of existing R1 parallel to the railway line and relocation of 9
March, 2012
utility lines. The new bridge with two equal spans will be 76.7 m long and 13 m wide. The bridge will be constructed using cast-in-situ bored piles for abutments and -precast prestressed concrete T-beams for superstructure. The Magistral Road M3 Chisinu-Cimislia-Vulcanesti-Giurgiulesti-Romanian border provides the shortest road connection between Chisinau the capital, Giurgiulesti and the nearby port Giurgiulesti in the south giving access to the Danube river and the Black Sea. The M3 project is an integral part of the European corridor E577 Poltava Kirovograd Chisinau Giurgiulesti Galati Slobozia. It provides a link between Trans-European Motorway corridors IV and IX. Contract RSPSP/W4/04: The rehabilitation project under this contract comprises two sections of M3 Road. The first section is between km 151+200 to km 171+290. The second section of M3 Road runs from the km 179+650 to km 190+750. The length of first section is 20.1 km in length from Ciumai village to Vulcneti town. The existing road is mainly a twolane single carriageway paved road. The second section measures 11.1 km and runs south from Vulcneti to the start of a newly designed bypass for Slobozia Mare. The rehabilitation of these sections is expected to follow the existing road alignment, with the possible exception of limited realignments to improve geometric characteristics, eliminate safety hazards, or avoid areas subject to severe soil erosion. The works of these sections include pavement overlays, construction of a new bridge with three equal spans of 54.7 m long and 13 m wide with precast pre-stressed concrete T-beams for superstructure. Also, two bridges is to be rehabilitated. The lengths of the bridges are 14.5 m and 6 m and the widths 12.5 m and 13.7 m, respectively. Additionally, reconstruction of a roundabout is envisaged. Slight realignments are foreseen to improve the road safety conditions in Ciumai and Burlceni villages according to the drawings. Prospective applicants are invited to apply for any one, any two, any three or all four contracts as specified in para 2.2 Qualification Criteria.
para. 1.3
Tendering Schedule
The planned tendering schedule is as follows: Invitation to Prequalify Results of Prequalification Invitation to tender Submission of tenders Contract Award para. 1.4 Type of Contract March 13, 2012 July 26, 2012 July 27, 2012 September 27, 2012 December, 2012
10
March, 2012
The contract will be a Unit Price Contract. FIDIC Conditions of Contract for Construction MDB Harmonised edition March 2006, will be used. The Tender Documents will be the EBRDs Standard Tender Document for civil works.
para 2.1
Eligibility
Prequalification and tendering for contracts to be financed with the proceeds of the loan is open to firms and joint ventures of firms from any country. Consistent with international law, he proceeds of the loans will not be used for the purpose of any payment to persons or entities, of 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 of official regulation of the Purchaser's/Employer's country. para. 2.2 Qualification Criteria
When applying for prequalification on more than one contract, the applicant must provide evidence that it meets or exceeds the sum of all the individual requirements for each contract being applied for in regard to average annual turnover; specific experience including general annual output; equipment capabilities; financial means, etc. To be prequalified an applicant must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position and litigation history, as specified below.
The evaluation method will be as specified in Section III, Evaluation and Qualification Criteria. 1. General Experience. The Applicant shall meet the following minimum criteria: (a) average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 years: Contract RSPSP/W4/01 euro 30 million equivalent; Contract RSPSP/W4/02 euro 45 million equivalent; Contract RSPSP/W4/03 euro 15 million equivalent; Contract RSPSP/W4/04 euro 30 million equivalent.
(b) successful experience as prime contractor in the execution of at least: Contract RSPSP/W4/01 2 (two) projects; Contract RSPSP/W4/02 2 (two) projects; Contract RSPSP/W4/03 2 (two) projects; Contract RSPSP/W4/04 2 (two) projects.
11
March, 2012
of a nature and complexity comparable to the proposed contract within the last 5 (five) years, each of the projects should have a value of at least: Contract RSPSP/W4/01 euro 20 million equivalent; Contract RSPSP/W4/02 euro 28 million equivalent; Contract RSPSP/W4/03 euro 8 million equivalent; Contract RSPSP/W4/04 euro 20 million equivalent.
In addition, the following specific experience is required: Production and laying asphalt concrete per year on a single contract at a rate not less than: Contract RSPSP/W4/01 40,000 tonnes/year; Contract RSPSP/W4/02 50,000 tonnes/year; Contract RSPSP/W4/03 10,000 tonnes/year; Contract RSPSP/W4/04 35,000 tonnes/year.