You are on page 1of 2

Notification of Award for A3 Expressway Stip - Kocani

Project: Macedonia, National Roads Programme

Contract: A3 Expressway Stip - Kocani


A. Construction works on section Stip – Krupiste (km 0+000 to km 14+300) and
B. 5-year road maintenance services on section Stip – Kocani (km 0+000 to km 28+055)

Tender No. EBRD 01/16 SKE

Duration of the contract awarded: 730 days (two years)

Summary scope of contract awarded:

The Contract includes two components:


A. Construction Works: construction of new A3 expressway, section Stip – Krupiste (from
km 0+000 to km 14+300), to provide one carriageway expressway, including two 3.5 m wide
traffic lanes and two 2.2 m wide hard shoulders each carriageway. Works shall include:
excavation of 950,000 m³; embankment of 700,000 m³; asphalt of 165,000 m²; two
interchanges; two overpasses; three underpasses; drainage channels and structures; relocation
of the existing installations; traffic signs and signalisation; environmental mitigation
measures; and

B: Routine and winter maintenance services for a period of 5 years


Routine and winter maintenance works on section Stip – Kocani (from km 0+000 to km
28+055) to be performed whenever necessary to repair eventual damages and bring the
expressway back to the predefined Levels of Service. Maintenance shall include, without
being limited to, the following: maintaining traffic; repairing road defects (i.e. potholes,
rutting, raveling, cracking in pavement, edge break); maintenance of shoulder and verge;
repairing works in embankment and cut slopes; drainage system cleaning, maintenance, and
repairs; maintenance of bridges and other structures; responding in emergency incidents; road
cleaning and removal of debris; vegetation control; cleaning and maintenance of road signs
and road marking; winter maintenance services. The Contractor shall also execute the
“Emergency works” to reinstate the road conditions after damages resulting from unforeseen
natural phenomena (e.g. extreme weather conditions), whenever instructed. The road
maintenance component will start after completion of construction works and issuing the
Taking over certificate for the section Stip – Krupiste, followed by the section Krupiste –
Kocani after the Taking over certificate for that section, with the limitation that the
maintenance for the second section will be five years.

Name of Tenderer(s) and Tender prices as read out at Tender Opening:

1. Terna S.A. Athens (Greece): 2,127,171,609.54 MKD including provisional sums;


2. JV GD “Granit” AD – Skopje (Macedonia) & DG Beton AD - Skopje (Macedonia):
1,328,206,166.51 MKD including provisional sums;
3. Societa Italiana per Condotte d’Acqua S.p.A, Girona (Italy): 3,326,261,443.57 MKD
including provisional sums;
4. Tirrena Scavi S.p.A.,Stiava (Italy): 1,326,581,944.25 MKD including provisional sums;
5. STRABAG AG, Spittal an der Drau (Austria): 1,316,822,713.36 MKD including
provisional sums;
6. JV COPRI Construction Enterprises & ALB Building Sh.p.K, Kuwait City & Tirana
(Kuwait & Alabania): 1,411,248,502.07 MKD including provisional sums;
7. Sinohydro Corporation Limited, Beijing (China): 1,439,005,539.61 MKD including
provisional sums;
8. Consortium AGROMAH EOOD, Blagoevgrad & PATISHTA PLOVDIV AD,
Plovdiv (Bulgaria): 882,744,029.72 MKD including provisional sums

Name of Tenderer(s) and evaluated prices of each evaluated Tender:

1. Terna S.A. Athens (Greece): 1,911,399,791.90 MKD (11,30% discount);


2. JV GD “Granit” AD – Skopje (Macedonia) & DG Beton AD - Skopje (Macedonia):
1,244,912,399 MKD (7,5% discount);
3. Societa Italiana per Condotte d’Acqua S.p.A, Girona (Italy): 3,326,276,759.92 MKD;
4. Tirrena Scavi S.p.A.,Stiava (Italy): 1,326,563,680.83 MKD;
5. STRABAG AG, Spittal an der Drau (Austria): 1,316,823,871.51 MKD;
6. JV COPRI Construction Enterprises & ALB Building Sh.p.K, Kuwait City & Tirana
(Kuwait & Alabania): 1,411,101,652.50 MKD including provisional sums;
7. Sinohydro Corporation Limited, Beijing (China): 1,438,861,700.23 MKD;

Name of Tenderers rejected and reasons for rejection:

- Consortium AGROMAH EOOD, Blagoevgrad & PATISHTA PLOVDIV AD, Plovdiv


(Bulgaria)
Reasons for rejection of the Tender:

I./ Bill of Quantities


1. BoQ is not prepared on the original Tender Documents (Book 3). According to the
Tender Data Sheet, Sub-clause 20.1 the Tender is rejected. (“The Original of the BoQ
i.e. Bill of Quantities (hard copy) must be prepared on the original BoQ, which is a
part of Tender Documents and have a seal by Employer on each page. The Tender,
where BoQ is not prepared on the original Tender Documents, or where modifications
are made in the description of the items, unit measurement or quantities previously
approved by the Employer, shall be rejected and the Tenderer shall be disqualified”).
2. Attached Bill of Quantities submitted by the Tenderer is incomplete and it cannot
be subject to examination and comparison:
2.1. Submitted priced BoQ is not complete (the following parts are missing: Grand
Summary for the total of Part A and Part B is missing).
2.2. Complete BoQ for Part B (Maintenance works) has not been submitted (is
missing). The value for the cost of the Part B (maintenance) is indicated only as an
amount in the Letter of Tender (there is no description of the items, duration, unit
measures, unit prices, cumulative prices).

Name of Winning Tenderer and Price offered:

Tenderer: JV GD “Granit” AD – Skopje & DG Beton AD - Skopje (Macedonia)


Price: 1,244,912,399 MKD for Part A and Part B

You might also like