None

Project name: Lutsk District Heating Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 8559-IFT-40858 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for Tenders Issue date: 01.02.2017 Closing date 20.03.2017 at 11:00 (local time) This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (www.ebrd.com) on January 28, 2016. State Communal Enterprise “LutskTeplo” hereinafter referred to as “the Employer”, has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Lutsk District Heating Project. The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loan: Rehabilitation of 12 Boiler Houses including design, supply, installation, inspection, testing, pre-commissioning and commissioning of the boilers, as well as perform all required civil works, and training of the boiler house personnel. Civil works for the Contract include: 1) Building of foundations for the equipment under the scope of supply; 2) Adaptation of the existing building of BHs for the new boilers if required (i.e. installation of windows, re-arrangement of entrance, thermal insulation, etc.); 3) Indoor/outdoor plastering, painting, replacement of windows, and/or other works focused on attractive appearance of buildings where boiler to be located (if required); 4) Other civil works. The tenderer will be required to meet the following minimum criteria, as specified in Tender documents: a) The Tenderer shall have successful experience as prime contractor in the execution of at least 5 completed contracts of a nature and complexity comparable to the proposed contract over a five years’ period ending on the deadline for tender submission. The nature and complexity of the project comparable to the proposed contract should mean the supply and installation of the similar type and size of equipment to the district heating business or any other business with load variations as indicated in the Technical Specification. In addition, or as part of the above 5 (five) contracts the Tenderer, its partner or a specialised subcontractor shall have successful experience as prime contractor of installation of at least 5 (five) boilers of a capacity 0,7MW and higher in the countries with similar climatic conditions, having been in successful operation at least for 1 (one) year prior to submission of the tender. Relevant references shall be provided. b) The Tenderer or its local service agent will be able to carry out the supplier’s maintenance, warranty, repair and spare parts stocking obligations prescribed in these Tender documents. The Tenderer shall give details of local service agent or state how these obligations will be met in the event of a contract. c) The average annual turnover over the last three years is not less than Euro 1,200,000 (one million two hundred thousand) equivalent. d) The Tenderer must have access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 2 months, estimated as not less than Euro 300,000 (three hundred thousand) equivalent, taking into account the Tenderer's commitments for other contracts. e) The Tenderer has a Litigation History without major claims. A consistent history of awards against the Tenderer or any partner of a joint venture may result in failure of the application. The Tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under his execution over the last five years. f) The tenderer possesses suitably qualified personnel and shall provide CVs and ensure their availability to fill the following key positions: • Project Manager (at least 15 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works), • Design Manager (at least 10 years of total experience, 5 years of experience in similar works and 3 years of experience as manager of similar works), • Heating Engineer (at least 10 years of total experience, 5 years of experience in similar works), and • Construction Manager (at least 10 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works). g) The Tenderer shall demonstrate it is able to meet licensing requirements as per Ukrainian legislation. These may include construction licence, design licence or availability of certified designers, permission of the State Department of Ukraine for geological supervision and industry safety (Derzhpratsya). If such licences and permissions are available at the time of the tender submission, copies shall be provided. Otherwise, the Tenderer shall provide such copies with the second stage proposal. h) The goods, materials, works and equipment under this Tender Document shall be designed, manufactured and supplied in accordance with the appropriate Ukrainian laws, codes and regulations and they shall conform to the respective European and international standards, and quality certificate ISO 9001 or equivalent. The tenderer is required to provide a copy of ISO 9001 certificate with its proposal. In case of discrepancies between the state and international standards, the preference shall be given to the standards with more strict requirements. i) Participation of joint ventures and consortia is permitted. Joint ventures and consortia must satisfy the following minimum qualification requirements: i) The lead partner shall meet not less than 60 percent of all the qualifying criteria for turnover and financial position specified above; ii) The other partners shall meet not less than 15 percent of all the qualifying criteria for turnover and financial position specified above; iii) The joint venture must satisfy collectively the criteria (a) – (h) stated above. The qualification requirements are further detailed in the Tender Documents. The Contract is planned to be completed no later than 15 October, 2017. 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. Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of 200€ for foreign Tenderers and equivalent of the mentioned sum in Ukrainian Hryvnia (UAH) at National Bank rate of the payment day for Ukrainian tenderers. This fee includes expenses for duplication, delivery via registered express courier and communication services (VAT inclusive, and exclusive of Bank commission and other fees, which shall be paid by the tenderer). The method of payment will be direct deposit to any of the specified account numbers for respective currency: For payments in EUR: Account # 26009252571 (EUR) Beneficiary’s bank: UKRGASBANK Bank’s address: Kyiv, Ukraine SWIFT: UGASUAUK Bank code:320478 Correspondent bank: Deutsche Bank AG FRANKFURT-AM-MAIN, Germany SWIFT: DEUTDEFF Correspondent account:100947080800 Beneficiary: State Communal Enterprise "LutskTeplo" Correspondent bank: UniCredit Bank AG Munich, Germany SWIFT: HYVEDEMM Correspondent account: 69109594 Beneficiary: State Communal Enterprise "LutskTeplo" For payments in UAH: Державне Комунальне підприємство «ЛуцькТепло» Луцької міської ради ЄДРПОУ 30391925 Р/р 26009252571ПАТ «Укргазбанк» м. Київ Код банку (МФО): 320478 Адреса: 43021м.Луцьк вул. Гулака Артемовського,20 It is necessary to state in the payment document: - the name of the payer; - name of the Beneficiary (State Communal Enterprise "LutskTeplo") and - details of payment (for tender document #2b) Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery. In addition, if requested by the tenderer, the documents can also be dispatched electronically, by email or via a file exchange server. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. A two stage tender procedure will be adopted and will proceed as follows: (a) 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 therefore, 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 will 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. (b) 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. A pre-tender meeting / site visit will be held on 23 February, 2017, starting at 10:00 a.m. (local time) at the address: 20, Hulaka-Artemovskoho Street, Lutsk, Ukraine. All requests for clarification must be received by the Employer till 9 February, 2017, 17:00 (local time). Please, note that all the requests for clarification received after the deadline will not be addressed. First Stage tenders must be delivered to the address below on or before 20 March, 2017, 11:00 (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 Security of Euro 12,000 (twelve thousand) or equivalent in Ukrainian Hryvna at the rate of the National Bank of Ukraine on the date of the Tender Security issue, 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 also inspect and acquire the tender documents at the following office. Contact person: Mr. Bogdan Karachevskiy . Purchasing Entity/Employer: State Communal Enterprise “LutskTeplo” . Address: 20, Hulaka-Artemovskoho Street , Lutsk , 43021 , Ukraine. Tel: +380 332773210 . Fax: +380 332 773201 . E-mail: lutskteplo@kp.lutskrada.gov.ua
CPV-Code: 42515000
Abgabefrist: 20.03.2017
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: State Communal Enterprise “LutskTeplo”
address: 20, Hulaka-Artemovskoho Street
postal_code: 43021
city: Lutsk - UA
country: UA
email: None
phone: +380 332773210
contact_point:
idate: 19. Juni 2020 03:10
udate: 19. Juni 2020 03:10
doc: 053309_2017.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:053309-2017:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 11.02.2017
Erfüllungsort: Luzk - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Luzk__EBWE - Sanierung von 12 Kesselhäusern
Gewinner None
Datum
Wert None
Anzahl Angebote None