None

Procurement ref: 6995-IFT-40518 Country: Ukraine Sector: Power and energy Project number: 40518 Funding sources: EBRD Contract type: Project goods, works and services Notice type: Invitation for tenders Issue date: 14 Jan 2013 Closing date: 2 Apr 2013 11:00AM 1. This Invitation to Tender follows the General Procurement Notice for this Project which was published on EBRD website on 12 June 2012. The Government of Ukraine has received loans from the European Bank for Reconstruction and Development (EBRD) & European Investment Bank (EIB) towards the cost of Hydro Power Plants Rehabilitation Project. The Public Joint-Stock Company "Ukrhydroenergo" now invites sealed tenders from contractors for the following contracts to be funded from part of the proceeds of the loans: • Lot UHE/GEN1/T/1-12 for the Rehabilitation of Generators of 2 generators at KREMENCHUG HPP, (also called "Lot N°1"). • Lot UHE/GEN2/T/1-12 for the Rehabilitation of Generator of 1 generator at Dnipro-2 HPP, (also called "Lot N°2"). Tenderers are invited to submit tender for one or both Lot(s). Discounts for award of multiple Lots shall be considered for Tender Evaluation. The Time for Completion of the whole of the Facilities, from the Effective Date shall be: • Lot N°1: 1 st February, 2016. • Lot N°2: 1 st May, 2015. 1. Tendering for contracts to be financed with the proceeds of the loans from the Banks is open to firms from all countries. The proceeds of the Banks' loans will not be used for the purpose of any payment 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. 2. The provisions in the Instructions to Tenderers and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents for Procurement of Plant Design Supply and Installation, version April 2008, revised August 2010. These tender documents have been adapted in order to comply with the EBRD Bank's Procurement Policies and Rules, revision May 2010. 3. International competitive tendering will be conducted in accordance with the European Bank for Reconstruction and Development One-Stage Tendering Procedure without pre-qualification. 4. The Tenderers shall meet the following minimum qualification criteria: a. Eligibility criteria: i. No- conflicts of interests i. Not having been declared ineligible by the Bank ii. For Government Owned Companies, compliance with the following conditions: (i) legally and financially autonomous, (ii) operate under the principles of commercial law, and (iii) are not dependent agencies of the Employer or the Borrower iii. Not having been excluded by an act of compliance with UN Security Council resolution ii. Financial criteria: b. In case of Tenderers submitting tenders for both lots, average annual turnover and cash flow criteria of each Lot shall be considered cumulatively. For both Lots: i. current soundness of Tenderer's financial position and its prospective long term profitability; For Lot No.1: 2. average annual turnover, within the last three (3) years, representing not less than twenty-eight millions of Euro (EUR 28.000.000) 3. financial resources sufficient to meet: 5. the following minimum cash-flow requirement: three millions five hundred thousand of euro (EUR 3.500.000,00) 6. the overall cash flow requirements for this contract and its current works commitment. For Lot No.2: 1. i. average annual turnover, within the last three (3) years, representing not less than twenty-six millions of euro (EUR 26.000.000,00) i. financial resources sufficient to meet: 2. the following minimum cash-flow requirement: three millions of euro (EUR 3,000,000.00) 3. the overall cash flow requirements for this contract and its current works commitment. 1. a. Experience criteria For both lots: ii. General experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last ten(10) years and with activity in at least nine (9) months in each year in the field of generators rehabilitation and construction; i. Specific minimum experience in the following key activities: iii. 1. Mechanical and electro-technical design of hydraulic generators 2. Manufacturing of main components of hydraulic generator 3. Dismantling of existing generator and erecting of vertical hydraulic generators 4. On-site assembling and erecting of stator on generator pit 5. Overall testing 6. Commissioning and settings. For Lot 1: 1. Specific minimum experience of participation as contractor, management contractor, or subcontractor for the design, supply, installation and commissioning of new or rehabilitated generators with 140 rpm maximum, 70 MVA minimum, 13,8 kV minimum, in at least five (5) generators within the last ten (10) years, that have been successfully completed and that are similar to the proposed Plant and Installation Services. For Lot 2: 2. Specific minimum experience of participation as contractor, management contractor, or subcontractor for the design, supply, installation and commissioning of new or rehabilitated generators with 140 rpm maximum, 120 MVA minimum, 13,8 kV minimum, in at least five (5) generators within the last ten (10) years, that have been successfully completed and that are similar to the proposed Plant and Installation Services iv. Historical Contract non-performance criteria: For both lots: 5. Non-performance of a contract did not occur within the last three (3) years. i. All pending litigation shall in total not represent more than ten percent (10%) of the Tenderer's net worth. Quality Management System (QMS) criteria: Tenderers shall have and maintain QMS in accordance with ISO9000 standards requirements or equivalent. 6. Personnel: The Tenderer shall provide suitably qualified personnel to fill the following positions: Contractor's representative, Design Manager, Factory Assembly and Test Engineer, Construction Manager and Commissioning Engineer. For each of these five positions, the Tenderer shall provide information on a principle candidate and an alternate, each of whom should meet the experience requirements specified below: No.; Position; Total Work Experience (years); In Similar Works Experience (years): 1; Contractor's Representative; 10; 5; 2; Design Manager; 15; 10; 3; Factory Assembly and Test Engineer; 10; 5 4; Construction Manager; 15; 10; 5; Commissioning Engineer; 10; 5 The minimum number of candidates for each position is the same for each Lot: Position; For Tenderers submitting for one lot only (either Lot 1 or Lot 2): Principal candidate; For Tenderers submitting for one lot only (either Lot 1 or Lot 2): Alternate candidate; For Tenderers submitting for both lots: Principal candidate; For Tenderers submitting for both lots: Alternate candidate: Contractor's Representative; 1; 1; 1; 1; Design Manager; 1; 1; 1; 1; Factory Assembly and Test Engineer; 1; 1; 1; 1; Construction Manager; 1; 1; 2; 2; Commissioning Engineer; 1; 1; 2; 2 7. Subcontractors: Subcontractors in charge of the Major Items of Plant and Installation Services, must comply with experience criteria (ii) and (iii) and with QMS criteria, for the part of which they are concerned; 8. Qualification of the Subcontractors can substitute for the qualification of the Tenderer itself for such concerned part, provided that the Tenderer can demonstrate its own experience as a management contractor directly in charge of supervision of such subcontracted part in contracts of at least five (5) new or rehabilitated generators over the last ten (10) years that have been successfully completed and that are similar to the proposed Plant and Installation Services. At least 1 (one) of these references must include supervision of the proposed Subcontractor. Otherwise, qualification of Subcontractors must be demonstrated in addition to the qualification of the Tenderer itself. 0. Subcontractors which part represents more than 25% of the Tender Price must fulfil at least 25% of the financial criteria (ii) and (iii) 1. Subcontractors mentioned in paragraphs (i) and (ii) here above must provide Manufacturer's Authorization showing that the Tenderer has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply or install that item in the Employer's country. These qualification requirements are detailed in the Tender Documents. 2. A complete set of Tender documents in English may be purchased on the submission of a written application to the address below and upon payment of a non-refundable fee of EUR 630.00 (six hundred and thirty euros) (not taking into bank fees). Upon request, potential Tenderers who bought the official version of Tender documents in English may additionally buy a copy of the Tender documents in Ukrainian upon payment of a non-refundable fee of EUR 630.00 (six hundred and thirty euros) (not taking into bank fees). This Ukrainian version is for information only. In case of discrepancy, the English version shall prevail. The method of payment (only in euros) will be direct deposit to any of the specified account numbers: For non-residents of Ukraine: COR.ACC. EUR 10471062 CITIBANK N.A., LONDON S.W.I.F.T. BIC: CITIGB2L Branch No. 10026/0726, Main administration of Kyiv and areas, Oschadbank JSC, 07300 Vyshgorod, Kyiv region, Ukraine S.W.I.F.T. COSBUAUKKIE Benef. OJSC "Ukrhydroenergo" ACC. 2600730094595 VYSHGOROD NABEREZHNA 8A MFO 322669 For residents of Ukraine: ПАТ «Укргідроенерго» ЄДРПОУ 20588716 П/р 2600730094595 в ТВБВ № 10026/0726 філії №10026/0726 Головне управління по м. Києву та Київської області АТ «Ощадбанк» МФО 322669 Адреса: 07300. Київська область, м. Вишгород, вул. Набережна 8а. Or by a direct payment to the PJSC "Ukrhydroenergo" cashier in the equivalent in Ukrainian Hryvna (UAH) according to the National Bank of Ukraine exchange rate at the day of Tender Documentation purchase at the address specified below. Upon request, the documents will be promptly dispatched by courier. In addition Tender Forms (incl. Price Schedules and drawings) will be dispatched by e-mail. No liability can be accepted for loss or late delivery. 1. All Tenders must be accompanied by a Tender Security of: • Lot N°1: six hundred thousand Euro (EUR 600.000,00) • Lot N°2: four hundred thousand Euro (EUR 400.000,00) or its equivalent in a convertible currency, and must be delivered to the address below on or before 11.00 am (local time) on April 02 nd , 2013, at which time they will be opened in the presence of the Tenderer's representatives who wish to attend. 1. Prospective Tenderers may obtain further information regarding the purchase of tender documents at the office of PJSC "Ukrhydroenergo" during office hours 08-00 to 17-00 of local time. Public Joint-Stock Company "Ukrhydroenergo" . Attn: Mrs. Zhanna Gutina , PJSC "Ukrhydroenergo" office 207 , 07300 Vyshgorod , Kyiv region, Ukraine. Tel. +38 04596 582 27 . Fax +38 04596 220 07 . E-mail: gutina@ges.kv.energy.gov.ua
CPV-Code: 50532300
Abgabefrist: 02.04.2013
Typ: Contract notice
Status: Submission for one or more lots
Aufgabe: None
Vergabestelle:
name: Public Joint-Stock Company "Ukrhydroenergo"
address: PJSC "Ukrhydroenergo" office 207
postal_code: 07300
city: Vyshgorod - UA
country: UA
email: None
phone: +38 04596 582 27
contact_point:
idate: 16. Juni 2020 11:02
udate: 16. Juni 2020 11:02
doc: 019798_2013.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:019798-2013:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 19.01.2013
Erfüllungsort: Vyshgorod - UA
Link:
Lose:
Name Los Nr 1 UA__Vyshgorod__EBWE - Phase 3 des Projekts zur Sanierung des Ultrahocheffizienz-Wasserkraftwerks
Gewinner None
Datum
Wert None
Anzahl Angebote None