Project name: Aktau Waste Management Project Country: Kazakhstan Business sector: Municipal and environmental infrastructure Project ID: 7800-IFT-41578 Funding source: EBRD Type of contract: Services, Works, Goods Type of notice: Invitation For Tenders Issue date: 2 February 2015 Closing date: 19 March 2015 at 15:00, Aktau time This Invitation for Tenders follows the General Procurement Notice No. 7271-GPN-41578 for this project which was published on February 6, 2014 in Procurement Opportunities of the European Bank for Reconstruction and Development - website www.ebrd.com. The State Communal Enterprise KOKTEM hereinafter referred to as the Employer, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Aktau Waste Management Project. The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loan and local budget: AWMP-01 Construction of a MBT facility and supply of specialised equipment and machinery for MBT. The Project is implemented on the territory of Aktau City of the Republic of Kazakhstan. The Contract works include the development of detailed design documents, construction of a modern waste treatment plant for sorting, processing, recycling and disposal of remaining inert waste to the landfill. The function of the plant - sorting of secondary raw materials, packing for easy transportation, production of biogas and energy from biowaste and sludge (around 30,000 t/year) from WWTP The annual capacity of a waste treatment plant is 120 - 140 thousand tonnes/year or 360 - 380 thousand m3/year. The expected service life of the plant is a minimum of 20 years. The estimated completion time under the contract is 840 days. To qualify for award of the Contract, the Tenderer shall meet the following qualifying requirements: a) the tenderer has the financial, technical, personnel and production capability and capacity necessary to perform the Contract and shall have at least KZT 6,000,000,000 (or equivalent) annual turnover in average for the last 3 years; b) the tenderer shall have successful experience in the execution of at least 2 (two) projects of a nature and complexity comparable to the proposed contract – design and construction of a Mechanical - Biological Treatment (MBT) Facility within the last 5 (five) years from which at least one contract was for the design and construction of the MBT of 100 000 tonnes per year of mixed Solid Waste. The projects used as examples should have been operational for an uninterrupted period of at least 12 months; c) the tenderer shall have successful experience in the execution of at least 2 (two) projects for generation of biogas and electricity from solid waste and sludge within the last 5 (five) years from which at least one contract was for electricity generation not less than 1.2 kW; d) the tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial sources sufficient to bear costs associated with the execution of the contract for a period of 4 (four) months, estimated as not less than KZT 1,000,000,000 (one billion) equivalent, taking into account the Tenderer's commitments to other contracts; e) the tenderer shall submit balance sheets audited or supported by relevant documents issued by tax authorities of the tenderer's country of origin for the last five (5) years to demonstrate the soundness of the Tenderer's financial position, showing long-term profitability; f) the tenderer or its nominated subcontractors shall have or shall obtain prior the commencement of works under Contract, if awarded a contract, the following required licences, certificates and permissions provided for by the legislation of the Republic of Kazakhstan: - licence for performance of the works and services in the scope in environment protection. - licence for survey works. - licence for design, manufacturing, installation, repair of power equipment, explosion-protected electrotechnical equipment. - licence provided for by the legislation of the Republic of Kazakhstan for building and construction works and design and survey works of I (high) level of responsibility. The Tenderers shall demonstrate that all required licences, certificates and permissions are received or will be received before the Commencement Date. The abovementioned licences, certificates and permissions shall have nominated subcontractors; g) the tenderer shall be registered or, in case of the contract award, shall register with the tax authorities of the Republic of Kazakhstan within 1 (one) month from the date of the contract signing; h) the tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last three years. A consistent history of historical non-performance and/or litigation awards against the tenderer or any partner of a joint venture may result in the rejection of the tender; i) the tenderer shall be certified for quality standard ISO 9001 (or equivalent quality management assurance plan) and ISO 14001 (or equivalent environmental management plan) if required, to demonstrate quality assurance procedures, which shall be applied for the execution of works under the Contract. JVCA must satisfy the following minimum qualification requirements: The JVCA must satisfy collectively all the abovementioned qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. The lead partner shall meet not less than 50 percent of all the qualifying criteria for general experience and financial position specified above. Each partner shall meet not less than 20 percent of all the qualifying criteria for the turnover and the availability of the financial means as per the criteria specified under general experience and financial position above. The lead partner of the JVCA shall demonstrate that he acted as a main contractor/supplier on project(s) of similar magnitude. Each partner shall satisfy the requirements with regard to the soundness of the financial position and non-performance history, specified above. Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank's loan 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. The tender documents may be obtained from the address below upon written request and payment of a non-refundable fee of KZT 100,000 (One hundred thousand) (including VAT) or equivalent in a convertible currency. In a convertible currency payment shall be made by direct bank transfer to: Beneficiary: State Communal Enterprise KOKTEM Beneficiary's Bank: Branch of the DB AO "SBERBANK" in Aktau City, st. mkr. 7 h.6 30a Republic of Kazakhstan 130000 Account No: KZ69914840413BC03004 USD BIN: 070541003634 BIK: SABRKZKA OKPO: 281098330843 Payment in KZT shall be made by direct bank transfer to: Beneficiary: State Communal Enterprise KOKTEM Beneficiary's Bank: Branch of the DB AO "SBERBANK" in Aktau City, st. mkr. 14 h.61 Republic of Kazakhstan 130000 Account No: KZ20914398413BC01542 BIN: 070541003634 BIK: SABRKZKA OKPO: 281098330843 Upon the written request and confirmation of payment of a non-refundable fee the tender documents may be collected from the office at the address given below or the documents will be promptly dispatched by e-mail to the address indicated in the written request, but no liability can be accepted for loss or late delivery. A two stage tender procedure will be adopted and will proceed as follows: the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions a tenderer wishes to offer, and a justification therefor, provided always that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation by the Employer of the First Stage tenders, the Employer may invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum. Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a Second Stage tender; the Second Stage tender will consist of an updated technical tender incorporating all changes required by the Employer as recorded in the Memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the First Stage tender; and the commercial tender. First Stage tenders must be delivered to the address below on or before 19 March 2015, 15:00 hours, local time, at which time they will be opened in the presence of the tenderers' representatives who wish to attend. All Second Stage tenders must be accompanied by a Tender in the amount of not less than KZT 47,000,000 (forty seven million) or equivalent in a convertible currency and must be delivered to the address below on or before the time and date of the submission deadline specified in the Letter of Invitation to submit Second Stage tenders, at which time they will be opened in the presence of the tenderers' representatives who wish to attend. Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at the following office: State Communal Enterprise KOKTEM , Contact person: M. Junbasov, Director , 27 mcr. District , City of Aktau , 130000 Mangystau Oblast, Kazakhstan. Tel: +7 (7292) 41-42-40; 30-31-19 . Fax: +7 (7292) 41-68-11 . E-mail: grp.koktem@gmail.com
| CPV-Code: |
45222100
|
| Abgabefrist: |
19.03.2015 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
State Communal Enterprise KOKTEM |
| address: |
27 mcr. District |
| postal_code: |
130000 |
| city: |
None |
| country: |
KZ |
| email: |
None |
| phone: |
+7 (7292) 41-42-40; 30-31-19 |
| contact_point: |
|
| idate: |
20. Juni 2020 19:00 |
| udate: |
20. Juni 2020 19:00 |
| doc: |
042440_2015.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:042440-2015:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
06.02.2015 |
| Erfüllungsort: |
Aktau - KZ |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Kazakhstan__Aktau__EBWE - Bau einer MBA-Anlage und Lieferung von spezieller Ausrüstung und von Maschinen für die mechanisch-biologische Abfallbehandlung |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|