Road construction works (№27916490)

22 nov

Número: 27916490

País: Sao Tome and Principe

Fuente: TED

Registrarse

Compartir:

Enlace a la fuente

Necesitas registrarte para ver el enlace a la fuente

Fecha de publicación


22-11-2023

Descripción


20231117National or federal Agency/OfficeContract award noticeWorksOpen procedureNot specifiedNot applicableLowest priceOtherBIA03BI
  1. Section I
    1. Name and addresses
      Instituto Nacional de Estradas (INAE)
      Av. Marginal 12 de Julho, São Tomé, RDSTP
      São Tomé
      CP 402
      Sao Tome and Principe
      Telephone: +39 0697611271
      E-mail: [email protected]
    2. Type of the contracting authority:
      National or federal agency/office
    3. Main activity:
      Other activity: Roads and Coast
  2. Section II
    1. Scope of the procurement:
      1. Title:

        AGUA GRANDE COASTAL PROTECTION AND RECONSTRUCTION OF MARGINAL ROAD CONSTRUCTION WORK LOTS 1, 2 AND 3

        Reference number: EIB-GtP/MOB 02/2022
      2. Main CPV code:
        45233120, 45233120, 45233120, 45233120
      3. Type of contract:
        Works
      4. Short description:

        The project consists in the construction of the coastal protection elements, landscaping and reconstruction of the Marginal Road from the airport of São Tomé (TMS) until 1 km south of the Pirata Bar to the south of Pestana Hotel (8,8 km)

        The Marginal Road is an urban road, which contours the coastal line of the capital and connects it to the main and only international airport of the country (TMS), to the North, and the Estrada San Marçal close to the village of Pantufo, to the South.

        The Marginal Road is divided into three lots:

        • Lot 1: The Lagarto Bay (Ch 0+000 – Ch 2+760)

        • Lot 2: Ana Chaves Bay (Ch 2+760 – Ch 5+900)

        • Lot 3: Pantufo Coastline (Ch 5+900) – Ch 8 +820)

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 25 792 219.07 EUR
    2. Description
      1. Title:

        LOT 1: LAGARTO BAY (Ch 0+000 – Ch 2+760)

      2. Additional CPV code(s):
        45233120
      3. Place of performance:
        Main site or place of performance:

        The project will be performed in the capital of São Tomé and Principe, São Tomé.

        LAGARTO BAY: O Bigodes Hotel (Ch 0+000) – Access to CKDO Supermarket (Ch 2+760).

      4. Description of the procurement:

        The contract will be implemented under the FIDIC conditions of contract for Construction for Building and Engineering Works Designed by the Employer (“Red book”) Second ed.2017

        Firms originating from all countries of the world are eligible to tender for these Works.

        The language is: English with a translation into the Portuguese language.

        The works are foreseen to last 24 (maximum) months, plus a 12 months defects notification period.

        The project consists of the construction of section Lagarto Bay for approximately 2,8 km. The main works will be:

        • reconstruction of the existing Marginal Road:

        o pavement rehabilitation,

        o replacement of 2 box culverts

        • coastal protection elements

        o rock protection restoring the existing armourstone

        o beach nourishment

        • landscaping :

        o Creation of a pavement with basalt stone and concrete paving

        o Creation of a cycle lane

        o A recreational area

        o Construction of a new building, a washing point

        Eligibility Requirements:

        1) Historical financial performance and financial resources

        (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Lot 1: 1,5 million EUR for the subject contract(s) net of the Bidder’s other commitments.

        (ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

        (iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years shall be submitted.

        2) Average annual construction turnover

        Minimum average annual construction turnover of Lot 1: 10 million EUR calculated as total certified payments received for contracts in progress and/or completed within the last three (3) years

        3) General construction experience

        Experience under construction contracts in the role of prime contractor, JV member, Subcontractor, or management contractor for at least the last ten years, starting 1st January 2012.

        4) Specific construction experience

        (i) A minimum number of 3 similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or Subcontractor between 1st January 2017 and bid submission deadline:

        (i) 3 contracts (N), each of minimum value (V):

        Lot 1: 5 million EUR

        Or

        ii) Less than or equal to 3 contracts (N), each of minimum value (V):

        Lot 1: 5 million EUR

        but with total value of all contracts equal or more than (N x V):

        Lot 1: 15 million EUR

        The similarity of the contracts shall be based on the following:

        (i) Urban paved road (minimum length 10 km) with 2 or more lanes and coastal protection works (break waters, beach nourishment, and urban landscaping works).

        (ii) 2 bridges (prestressed concrete beams) with more than 15 m length on at least two (2) projects in the last 5 years, of which at least one (1) had a project value in excess of one million EUR.

        5) Specific construction experience in key activities

        For the above 3 contracts executed over the last 10 years a minimum (total/combined) construction experience in the following key activities with quantities greater than shown:

        • Stone rockfill from a quarry in a coastal protection armour layer:> 61.000 m3

        • Asphalt courses: >115.000 m2

        • Concrete: > 10.000 m3

        • Reinforced Steel:> 620.000 kg

        6) Specific experience in managing E and S aspects.

        For the contracts in 4 above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2017 and Bid submission deadline, experience in managing ES risks and impacts according to IFI´s standards or equivalent.

      5. Award criteria:
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        The potential bidders need to directly contact the email [email protected] for further information and access to the bidding documents. The project is co-financed by EIB and II (Invest International)

        The tender document will be based on open procedure tenders on the EIB’s guide to procurement at https://www.eib.org/en/publications/guideto-procurement.

      9. Title:

        LOT 2: ANA CHAVES BAY (Ch 2+760 – Ch 5+900)

      10. Additional CPV code(s):
        45233120
      11. Place of performance:
        Main site or place of performance:

        The project will be performed in the capital of São Tomé and Principe, São Tomé.

        ANA CHAVES BAY: Access to CKDO Supermarket (Ch 2+760) - Fuerte de São Sebastião (Ch 5+900).

      12. Description of the procurement:

        The project is co-financed by EIB and II (Invest International). Firms originating from all countries of the world are eligible to tender for these Works.

        The language is: English with a translation into the Portuguese language.

        The works are foreseen to last 24 (maximum) months, plus a 12 months defects notification period.

        The project consists of the construction of section Ana Chaves Bay for approximately 3,15 km. The main works will be:

        • reconstruction of the existing Marginal Road:

        o pavement rehabilitation,

        o replacement of 1 box culvert

        • coastal protection elements

        o rock protection restoring the existing armourstone

        o beach nourishment

        • landscaping:

        o Creation of a pavement with basalt and concrete paving

        o Creation of a cycle lane

        o New urban furniture and recreational areas

        o Construction of a boat workshop, public toilets and relocation of the fishery

        Eligibility Requirements:

        1) Historical financial performance and financial resources

        (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Lot 2: 2 million EUR for the subject contract(s) net of the Bidder’s other commitments.

        (ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

        (iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years shall be submitted.

        2) Average annual construction turnover

        Minimum average annual construction turnover of Lot 2: 12 million EUR calculated as total certified payments received for contracts in progress and/or completed within the last three (3) years.

        3) General construction experience

        Experience under construction contracts in the role of prime contractor, JV member, Subcontractor, or management contractor for at least the last ten years, starting 1st January 2012.

        For JVCA Each member must meet the requirement.

        4) Specific construction experience

        (i) A minimum number of 3 similar contracts specified below that have been satisfactorily and substantially1 completed as a prime contractor, joint venture member2, management contractor or Subcontractor between 1st January 2017 and bid submission deadline:

        (i) 3 contracts (N), each of minimum value (V):

        Lot 2: 6 million EUR

        Or

        ii) Less than or equal to 3 contracts (N), each of minimum value (V):

        Lot 2: 6 million EUR

        but with total value of all contracts equal or more than (N x V):

        Lot 2: 18 million EUR

        The similarity of the contracts shall be based on the following:

        (i) Urban paved road (minimum length 10 km) with 2 or more lanes and coastal protection works (break waters, beach nourishment, and urban landscaping works).

        (ii) 2 bridges (prestressed concrete beams) with more than 15 m length on at least two (2) projects in the last 5 years, of which at least one (1) had a project value in excess of one million EUR.

        5) Specific construction experience in key activities

        For the above 3 contracts executed over the last 10 years a minimum (total/combined) construction experience in the following key activities with quantities greater than shown:

        • Stone rockfill from a quarry in a coastal protection armour layer:> 72.000 m3

        • Asphalt courses: >130.000 m2

        • Concrete: > 20.000 m3

        • Reinforced Steel:> 1.300.000 kg

        6) Specific experience in managing E and S aspects.

        For the contracts in 4 above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2017 and Bid submission deadline, experience in managing ES risks and impacts according to IFI´s standards or equivalent

      13. Award criteria:
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:

        The project is co-financed by EIB and II (Invest International). The tender document will be based on open procedure tenders on the EIB’s guide to procurement https://www.eib.org/en/publications/guideto-procurement.

        The contract will be implemented under the FIDIC conditions of contract for Construction for Building and Engineering Works Designed by the Employer (“Red book”) Second ed.2017

      17. Title:

        LOT 3: PANTUFO BAY (Ch 5+900 – Ch 8 +820)

      18. Additional CPV code(s):
        45233120
      19. Place of performance:
        Main site or place of performance:

        The project will be performed in the capital of São Tomé and Principe, São Tomé.

        LOT 3: PANTUFO BAY: Fuerte de São Sebastião (Ch 5+900) – Pantufo intersection with Estrada São Marçal (Ch 8+820 m)

      20. Description of the procurement:

        The contract will be implemented under the FIDIC conditions of contract for Construction for Building and Engineering Works Designed by the Employer (“Red book”) Second edition 2017

        Firms originating from all countries of the world are eligible to tender for these Works.

        The works are foreseen to last 24 (maximum) months, plus a 12 months defects notification period.

        The project consists of the construction of section Pantufo Bay for approximately 3 km. The main works will be:

        • reconstruction of the existing Marginal Road:

        o pavement rehabilitation

        o expansion and rehabilitation of 1 box culvert

        • coastal protection elements

        o rock protection restoring the existing armourstone

        o A filter layer + geotextile

        • landscaping:

        o Creation of a pavement with basalt stone and concrete paving.

        o Creation of a cycle lane

        o A recreational area

        Eligibility Requirements:

        1) Historical financial performance and financial resources

        (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Lot 3: 1 million EUR for the subject contract(s) net of the Bidder’s other commitments.

        (ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

        (iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years shall be submitted.

        2) Average annual construction turnover

        Minimum average annual construction turnover of Lot 3: 5 million EUR calculated as total certified payments received for contracts in progress and/or completed within the last three (3) years.

        3) General construction experience

        Experience under construction contracts in the role of prime contractor, JV member, Subcontractor, or management contractor for at least the last ten years, starting 1st January 2012.

        For JVCA Each member must meet the requirement

        4) Specific construction experience

        (i) A minimum number of 3 similar contracts specified below that have been satisfactorily and substantially1 completed as a prime contractor, joint venture member2, management contractor or Subcontractor between 1st January 2017 and bid submission deadline:

        (i) 3 contracts (N), each of minimum value (V):

        Lot 3: 2,5 million EUR

        Or

        ii) Less than or equal to 3 contracts (N), each of minimum value (V):

        Lot 3: 2,5 million EUR

        but with total value of all contracts equal or more than (N x V):

        Lot 3: 7,5 million EUR

        The similarity of the contracts shall be based on the following:

        (i) Urban paved road (minimum length 10 km) with 2 or more lanes and coastal protection works (break waters, beach nourishment, and urban landscaping works).

        (ii) 2 bridges (prestressed concrete beams) with more than 15 m length on at least two (2) projects in the last 5 years, of which at least one (1) had a project value in excess of one million EUR.

        5) Specific construction experience in key activities

        For the above 3 contracts executed over the last 10 years a minimum (total/combined) construction experience in the following key activities with quantities greater than shown:

        • Stone rockfill from a quarry in a coastal protection armour layer:> 21.000 m3

        • Asphalt courses: >92.000 m2

        • Concrete: > 10.000 m3

        • Reinforced Steel:> 980.000 kg

        6) Specific experience in managing E and S aspects.

        For the contracts in 4 above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2017 and Bid submission deadline, experience in managing ES risks and impacts according to IFI´s standards or equivalent.

      21. Award criteria:
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:

        The potential bidders need to directly contact the email [email protected] for further information. The project is co-financed by EIB and II (Invest International)

        The tender document will be based on open procedure tenders on the EIB’s guide to procurement at https://www.eib.org/en/publications/guideto-procurement. The language is: English with a translation into Portuguese language.

  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2022/S 155-438825
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
        The contracting authority will not award any further contracts based on the above prior information notice
  4. Section V
    1. Lot No: 1
      Title:

      LOT 1: LAGARTO BAY (Ch 0+000 – Ch 2+760)

      Contract No: 2
      Lot No: 2
      Title:

      LOT 2: ANA CHAVES BAY (Ch 2+760 – Ch 5+900)

    2. Award of contract
      1. Date of conclusion of the contract: 2023-10-17
      2. Information about tenders:
        Number of tenders received: 3
        Number of tenders received from SMEs: 0
        Number of tenders received from tenderers from other EU Member States: 2
        Number of tenders received from tenderers from non-EU Member States: 1
        Number of tenders received by electronic means: 0
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        Alberto Couto Alves, S.A.
        Lugar do Rio - Vale
        S. Martinho (Famalicão)
        4770-616
        Portugal
        Telephone: +351 252308250
        E-mail: [email protected]
        Fax: +351 252313694
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 18 313 414.43 EUR
      5. Information about subcontracting:

        Contract No: 3
        Lot No: 3
        Title:

        LOT 3: PANTUFO BAY (Ch 5+900 – Ch 8 +820)

      6. Award of contract
        1. Date of conclusion of the contract: 2023-10-17
        2. Information about tenders:
          Number of tenders received: 3
          Number of tenders received from SMEs: 0
          Number of tenders received from tenderers from other EU Member States: 2
          Number of tenders received from tenderers from non-EU Member States: 1
          Number of tenders received by electronic means: 0
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          Alberto Couto Alves, S.A.
          Lugar do Rio - Vale
          S. Martinho (Famalicão)
          4770-616
          Portugal
          Telephone: +351 252308250
          E-mail: [email protected]
          Fax: +351 252313694
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 7 478 804.64 EUR
        5. Information about subcontracting:

    3. Section VI
      1. Additional information

        The potential bidders need to directly contact the email [email protected] for further information and access to the bidding documents. The project is co-financed by EIB and II (Invest International)

        The tender document will be based on open procedure tenders on the EIB’s guide to procurement at https://www.eib.org/en/publications/guideto-procurement.

      2. Procedures for review
        1. Review body
          INAE
          Av. Marginal 12 de Julho, CP 402, São Tomé – RDSTP
          São Tomé
          CP 402
          Sao Tome and Principe
        2. Body responsible for mediation procedures

        3. Service from which information about the review procedure may be obtained

      3. Date of dispatch of this notice
        2023-11-17