Reconstruction of M2 Berane – tunnel “Lokve” - Rožaje

The subject of this Contract is reconstruction of main road M-2, from Berane to Rožaje, in total length of 30.7km divided in two sections approximately of cca 15km length. Reconstruction includes reconstruction of the road, design and building of 4 existing tunnels, design and building of 1 bridge and remedial …

CPV: 45233100 Automaģistrāļu un ceļu būvdarbi
Termiņš:
2025. gada 30. jūlijs, 12:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Reconstruction of M2 Berane – tunnel “Lokve” - Rožaje
Piešķīrēja iestāde:
Transport Administration
Piešķīruma numurs:
EIB-GtP/MOB/20170211-06

1. Buyer

1.1 Buyer

Official name : Transport Administration
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Reconstruction of M2 Berane – tunnel “Lokve” - Rožaje
Description : The subject of this Contract is reconstruction of main road M-2, from Berane to Rožaje, in total length of 30.7km divided in two sections approximately of cca 15km length. Reconstruction includes reconstruction of the road, design and building of 4 existing tunnels, design and building of 1 bridge and remedial measures for 12 bridges, reconstruction/construction of 76 retaining walls.
Procedure identifier : 80a73e76-e9d8-4ed9-8b37-aa6109a04480
Internal identifier : EIB-GtP/MOB/20170211-06
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads

2.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : The works are expected to be delivered on the construction site, main road M2 Berane – tunnel “Lokve” - Rožaje.

2.1.3 Value

Estimated value excluding VAT : 59 700 000 Euro

2.1.4 General information

Additional information : The applicable law is the law of Montenegro. A Contractor will be selected in accordance with the EIB Guide to Procurement, March 2024. The construction works are expected to be financed through a Loan from the European Investment Bank (EIB) and State Budget Funds of Montenegro. Transport Administration of Montenegro (hereinafter referred as “the Employer”) now invites sealed tenders from contractors for the Contract Reconstruction of M-2 Berane – tunnel “Lokve” - Rožaje in total length of 30,7 km. The contract duration includes 12 months of DNP. Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. However, Tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. The procurement procedure to be applied is a single stage, single-envelope tendering procedure. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) is a designated target of, or otherwise subject to financial enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (‘’Sanctions’’) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. In the Tender Process, Tenderers shall submit a tender providing information essential to evaluate the tenderer’s qualification, subject to the terms and conditions of the Tender document (TD). The TD is available from the Procuring Entity as described above. Only tenders submitted in the correct format shall be accepted; any other tenders shall be rejected. The TD will be issued only to Tenderers who directly contact the Procuring Entity through the address: To: milena.lopicic@uzs.gov.me ; Cc: upravazasaobracaj@uzs.gov.me . All clarifications and any amendments or addenda will be communicated in writing with all Tenderers who have properly obtained the Tender Document. The Employer shall award the Contract to the Tenderer whose Tender has been determined to be the lowest evaluated Tender and is substantially responsive to the Tender Document, provided further that the Tenderer meets the qualifying criteria set down in the TD. The EIB Anti-Fraud Policy and EIB Exclusion Policy apply. Tenderers must complete and sign a Covenant of Integrity and Environmental and Social covenant as part of their tender. Failure to submit a properly completed and signed covenants may lead to rejection of the tender and other remedy under applicable EIB policies. Tenderers are allowed to ask clarifications no later than 14 working days prior to the deadline for submission of Tenders by sending an email to the relevant address: To: milena.lopicic@uzs.gov.me ; Cc: upravazasaobracaj@uzs.gov.me . The FIDIC-MDB Harmonised Edition of the Conditions of Contract for Construction, June 2010 prepared by the Fédération Internationale des Ingénieurs-Conseils (FIDIC) will be used for the Contract. All Tenders must be accompanied by one, single tender security of EUR 1.000,000.00.
Legal basis :
Other
This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement. -

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Conflict of interest due to its participation in the procurement procedure : Exclusion grounds as per section 1.5 of the EIB GtP.
Fraud : EIB Anti-Fraud Policy and EIB Exclusion Policy and EIB’s definition of prohibited conduct as per the Covenant of Integrity.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Reconstruction of M2 Berane – tunnel “Lokve” - Rožaje
Description : The subject of this Contract is reconstruction of main road M-2, from Berane to Rožaje, in total length of 30.7km divided in two sections approximately of cca 15km length. Reconstruction includes reconstruction of the road, design and building of 4 existing tunnels, design and building of 1 bridge and remedial measures for 12 bridges, reconstruction/construction of 76 retaining walls.
Internal identifier : EIB-GtP/MOB/20170211-06

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads
Options :
Description of the options : No options or variants allowed.

5.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : The works are expected to be delivered on the construction site, main road M2 Berane – tunnel “Lokve” - Rožaje.

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Transport Administration reserves its right to seek clarifications and verify submitted references and use the information so obtained for evaluation purposes. All costs related to participation in this procurement procedure shall be borne by tenderers. After publication of the notification on technical evaluation of the tenders, unsuccessful tenderers may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their tenders were not selected. The Employer shall promptly respond in writing to any unsuccessful tenderer who, after publication of the notification on technical evaluation of the tenders, requests a debriefing. Any tenderer who is not satisfied with the Employer’s debriefing has the right to file a Complaint to the Review body below. Tenderers should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@eib.org , in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some tenderers. Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org .

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The Tenderer shall provide a trade licence or professional registers in their Country of Establishment. The Tenderer shall provide a statement confirming that he either possess (or will apply within 10 working days after the issuance of the Letter of Acceptance), in the event he is awarded the contract, for License /Certificates/Authorization for performing of construction works on the territory of the Montenegro and License/Authorization for performing of site investigations for him or his subcontractor. This license/ Certificates/ Authorization is issued Ministry of Spatial Planning, Urbanism and State Property of Montenegro. The experience and financial record of any proposed sub-contractor shall not be included in the evaluation.
Criterion : Average yearly turnover
Description : The Tenderer must meet the following criteria: • Minimum average annual construction turnover of EUR 40 000 000 or equivalent, calculated as total certified payments received for contracts in progress or completed, within the following three ( 3 ) years (2021, 2022, 2023); • A Participant must demonstrate 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 to meet: i. the overall cash flow requirements for this contract taking into account its current commitments and pending awards for the entire duration of the contract; and ii. the estimated cash-flow requirements for the: EUR 7 000 000 equivalent. Note: The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shall prevail.
Criterion : Relevant educational and professional qualifications
Description : The Tender Dossier available from the Employer includes a comprehensive list of technical criteria and criteria for JVCA which Tenderers must fulfil to be considered for opening of the financial proposal, and those criteria shall prevail. The criteria include the following: I) General experience: a) Experience as a contractor (in any role), in the execution of at least two (2) contracts, each with a value of the works, implemented by the Participant, at least EUR 48 000 000 equivalent, that have been successfully completed after 1st January 2020 and that are similar to the proposed contract. The similar contracts are works contracts on: • reconstruction / rehabilitation / upgrade / new construction of asphalt road. Local roads are excluded. To be considered successful completed, the Participant shall demonstrate that for the contract cited as General experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference). II) Management Experience: (a) For the above, or other contracts, experience as a main contractor (or the lead partner in JVCA) in at least two (2) contracts, within the last five (5) years (2020, 2021, 2022, 2023, 2024), each with a value of at least EUR 48 000 000 equivalent, that have been successfully completed after 1st January 2020 and that are similar to the proposed Works, works contracts on: • reconstruction / rehabilitation / upgrade / new construction of asphalt road. Local roads are excluded. (b) For the above, or other contracts, experience as a main contractor (or the lead partner in JVCA) in at least one (1) contract for that was implemented in accordance with the FIDIC conditions of contract within the last five (5) years (2020, 2021, 2022, 2023, 2024) and successfully completed after 1st January 2020. To be considered successful completed, the Participant shall demonstrate that for the contract cited as Management experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference). III) Specific Experience: a) For the above or other works contracts executed, during the period 2020, 2021, 2022, 2023, 2024, a minimum experience in the following key activities is required: • reconstruction / rehabilitation / upgrade / new construction of asphalt road sections with at least two lanes (min. lane width 3.00m) and not less than 10km in length. Local roads are excluded; • reconstruction / construction of 2 bridges at least 30m long; • reconstruction / construction of 1 tunnel at least 30m long; • cumulative asphalt laying 50 000 t; • cumulative structural concrete placing 30 000 m3. To be considered successful completed, the Participant shall demonstrate that for the contract cited as experience, the taking over certificate or a similar equivalent document was issued by the beneficiary of the works (i.e. the Employer of the works contract cited as reference). To be considered successful, the Participant shall demonstrate that for the contract cited as specific experience, the taking-over certificate, final (or interim) payment certificate or other similar equivalent document to prove the information provided. Note: The full qualification criteria and criteria for JVCA are available in the Tender Dossier and those shall prevail.

5.1.11 Procurement documents

Address of the procurement documents : http://no_address.com/

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Buyer would need specialised office equipment
Description : Tenders to be submitted to the Promoter's address.
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 30/07/2025 12:00 +02:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 30/07/2025 12:00 +02:00
Place : Transport Administration: 19 IV proleterske street, 81000 Podgorica, Montenegro.
Additional information : Tenderers shall not have the option of submitting their tenders electronically. Tender submission details are prescribed in the tender dossier.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The FIDIC-MDB Harmonised Edition of the Conditions of Contract for Construction, June 2010 prepared by the Fédération Internationale des Ingénieurs-Conseils (FIDIC) will be used for the Contract. The selected Contractor shall be required to perform the Works in accordance with the laws and regulations of Montenegro governing the field of construction and civil engineering and in accordance with the Technical Specifications, Technical Descriptions, Main Design Drawings, Price of schedule and Conditions of Contract. The selected Contractor shall comply with conditions stated in the Environmental and Social Covenant Letter included in the procurement documents. Payment for the Works shall be based on measurement books.
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Committee for Protection of Rights in Public Procurement Procedures -
Organisation providing additional information about the procurement procedure : Transport Administration -
Organisation providing offline access to the procurement documents : Transport Administration -
Organisation providing more information on the review procedures : Committee for Protection of Rights in Public Procurement Procedures -
Organisation receiving requests to participate : Transport Administration -
Organisation processing tenders : Transport Administration -

8. Organisations

8.1 ORG-0001

Official name : Transport Administration
Registration number : 0000000
Postal address : 19 IV proleterske street
Town : Podgorica
Postcode : 81000
Country subdivision (NUTS) : Црна Гора ( ME000 )
Country : Montenegro
Contact point : Milena Lopičić
Telephone : +382 (0) 20 655 095
Fax : +382 (0) 20 655 359
Internet address : https://www.gov.me/uzs
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Committee for Protection of Rights in Public Procurement Procedures
Registration number : 00000000
Postal address : 28 Novaka Miloseva Street
Town : Podgorica
Postcode : 81000
Country subdivision (NUTS) : Црна Гора ( ME000 )
Country : Montenegro
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : f65c9dff-6625-4b28-b932-307065a5e75d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 14:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00344055-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025