None

Procurement reference: 9583-IFT-49557 Project ref: Mariupol Trolleybus Project Location: Ukraine Business sector: Municipal and environmental infrastructure Project number: 49557 Funding source: EBRD Contract type: Project goods, works and services Notice type: Invitation for tenders Issue date: 20.2.2020 Closing date: 6.4.2020 at 11.00 local time This invitation for tenders follows the general procurement notice for this project, which was published on the EBRD website (www.ebrd.com), procurement notices on 2.10.2018. Procurement will be carried out in accordance with the EBRD ‘Procurement Policies and Rules’ (PPR, Rev. November 2017), which are published on the Bank’s website. The communal enterprise ‘Mariupol Tram and Trolleybus Company’, hereinafter referred to as ‘the Client or Employer’, has received a loan from the European Bank for Reconstruction and Development, hereinafter referred to as ‘the Bank’ and intends using part of the proceeds towards the cost of Mariupol Trolleybus Project, hereinafter referred to as ‘the Project’. The Client now invites tenders for the following contract, hereinafter referred to as ‘the Contract’, to be funded from part of the above proceeds: — Contract No UPTF-MTP-2: Modernisation of trolleybus depot in Mariupol, Ukraine. This Contract includes: — reconstruction and modernization of energy saving systems of buildings and structures, — major repair of the roof of buildings, — replacement of windows and doors, — major repairs of premises, — replacement of internal networks of heating, power supply, water supply, sewage system, — restoration of fire protection systems, — implementation of energy saving systems — construction of a workshop with equipment for the ditch, — warehouse construction, — improvement of the adjacent territory, — overhaul of external networks, — restoration of asphalt pavement of roads with a total area of 33 805 m 2 ; — reconstruction of the roads along the building of the planned repair shop with the equipment of the catenary network, — restoration of the fence of the depot with installation on the perimeter of barbed wire (2 000 m), — restoration of the external lighting of the depot with the installation of energy-saving lamps, — replacement of the gate, — reconstruction of the catenary network in the territory of the depot and workshop. Time for completion: 730 days. Defects notification period: 365 days. Tendering for the Contract to be financed with the above proceeds is open to firms and individuals from any country. To be qualified for the award of a contract, tenderers must substantially satisfy the following minimum criteria: 1) History of non-performing contracts. The tenderer or any partner in a JVCA, shall not have a consistent history of litigation and/or arbitration resulting in awards against the tenderer, or any partner in a JVCA, within the last 3 years; 2) Pending litigation. All pending litigation shall in total not represent more than 5 % of the tenderer’s net worth and shall be treated as resolved against the tenderer; 3) Historical financial performance. Submission of audited balance sheets or if not required by the law of the tenderer’s country, other financial statements acceptable to the Employer, for the last 3 years to demonstrate the current soundness of the tenderers financial position and its prospective long term profitability; 4) Average annual turnover. Minimum average annual construction turnover of 2 200 000 EUR (two million two hundred thousand euros), calculated as total certified payments received for contracts in progress or completed, within the last 3 years; 5) Financial resources. The tenderer 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 the following cash-flow requirement: not less than 400 000 EUR (four hundred thousand euros) for a period of 3 months and the overall cash flow requirements for this contract and its current commitments; 6) Experience: General experience: Experience under contracts in the role of prime contractor or contractor for the last 5 years prior to the tender submission deadline and with activity in at least 9 months in each year. Specific experience: (a) participation as prime contractor, contractor or subcontractor in the last 5 years, in the similar works: — at least 1 contract, with value of at least 1 500 000,00 EUR (one million five hundred thousand euros), or — 2 separate contracts, each with value of at least 750 000,00 EUR (seven hundred fifty thousand euros), or — 3 separate contracts each with value of at least 500 000,00 EUR (five hundred thousand euros), that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI) Requirements. (b) for the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities: (i) the tenderer shall demonstrate (by providing Copies of Completion and Taking Over Certificates) the successful experience as a prime contractor, contractor or subcontractor, in the following works: — installation of reinforced concrete foundations — 110,0 m 3 , — heating pipes diameter 150 mm or more — 1,0 km, — asphalt paving construction – 20 000,0 m 2 . (ii) the tenderer shall demonstrate (by providing Copies of Completion and Taking Over Certificates) the successful experience as a prime contractor, contractor or subcontractor in at least 2 contracts during the last 5 years including, installation and commissioning of modular facilities with area of at least 1 000 m 2 (to demonstrate compliance with this particular requirement the tenderers is allowed to claim experience of its subcontractor as a contractor for such works). 7) Personnel qualification. The tenderer possesses a suitably qualified personnel and shall provide CVs and ensure their availability to fill the following positions: (a) project manager (at least 10 years of total experience, 5 years of experience in similar works); (b) construction manager (at least 10 years of total experience, 5 years of experience in similar works); (c) senior heating and ventilation engineer (at least 5 years of total experience, 3 years of experience in similar works); (d) senior electrical engineer (at least 5 years of total experience, 3 years of experience in similar works); (e) quality control engineer (at least 5 years of total experience, 3 years of experience in similar works); (f) quantity surveyor (at least 5 years of total experience, 3 years of experience in similar works); (g) senior health and safety manager (at least 5 years of total experience, 3 years of experience in similar works). 8) Contractor’s equipment. The tenderer shall own or have assured access to (through hire, lease, purchase agreement, consent to purchase, availability of manufacturing equipment and production capability manufacturing equipment, or other means), the following key items of machine, plant, items of equipment in full working order and must demonstrate that, based on known commitments, they will be available for use in the proposed contract. Besides, the tenderer may also list alternative equipment which he would propose to use for the Contract, together with an explanation of the proposal. Type of equipment and characteristics: (a) automobile crane (capacity at least 25 t) – 1 unit; (b) backhoe wheeled excavator (bucket capacity at least 0,25 m 3 ) – 1 unit; (c) tracked bulldozer with a blade size of at least 2,6*1,1 m – 1 unit; (d) mobile compressor station with a capacity of at least 5 m 3 per hour and a nominal pressure of at least 0,7 MPa – 1 unit; (e) mobile power station with a capacity of at least 30 kW – 1 unit; (f) asphalt vibratory skating rink with a working weight of at least 11 tons – 1 unit; (g) concrete mixer truck with a drum volume of at least 8 m 3 — 2 unit; (h) asphalt mixer truck with a thermo-hopper volume of at least 700 litters — 1 unit. 9) The joint ventures, consortiums and associations (hereinafter – ‘JVCA’) shall satisfy the following minimal qualification requirements: (a) leading partner of the JVCA shall meet at least 40 % of all qualifying criteria for general experience and financial position specified above; (b) other partners of the JVCA shall meet at least 20 % of all qualifying criteria for general experience and financial position specified above. The JVCA must satisfy collectively the criteria for general and specific experience, personnel and equipment capabilities and financial position stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture’s total capacity. Individual members of the JVCA must each satisfy the requirements for audited balance sheets and litigation. Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of 100 EUR (one hundred) or its equivalent in Ukrainian Hryvnia (UAH) at National Bank rate of the payment day. 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 payment in Ukrainian Hryvnia: Beneficiary: The Communal Enterprise ‘Mariupol Tram and Trolleybus Company’ Beneficiary Bank details: Address: 92 Mykolaivs'ka Street Mariupol', Donets'ka oblast, Ukraine 87500 Account No for payments in UAH: 26008962485232 Bank code (MFO): 334851 EDRPOU (National State Registry of Ukrainian Enterprises and Organizations): 05393725 ID Tax payer number: 053937205195 Beneficiary Bank: Public Joint Stock Company ‘First Ukrainian International Bank’ (ПАО ‘ПУМБ’) For payment in EUR: Beneficiary: The Communal Enterprise ‘Mariupol Tram and Trolleybus Company' Beneficiary Bank details: Address: 92 Mykolaivs'ka Street Mariupol', Donets'ka oblast, UKRAINE 87500 Account No 26004054007445 Name of the bank: PJSC CB ‘PRIVATBANK’, 1D Hrushevskoho Str., KYIV, 01001, Ukraine Bank SWIFT Code: PBANUA2X IBAN Code: UA833354290000026004054007445 Correspondent banks Account in the correspondent bank: 400886700401 SWIFT of the correspondent bank: COBADEFF Correspondent bank Commerzbank AG, Frankfurt am Main, Germany 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. An invoice could be provided upon written request from the tenderer. It is necessary to state in the payment document: — the name of the payer, — name of the beneficiary (Communal Enterprise ‘Mariupol Tram and Trolleybus Company’), and — details of payment: for tender documents on the Mariupol Trolleybus Project: UPTF-MTP-2 (EBRD ref. 9250-GPN-49557). Before payment the tenderers must send a scanned copy of the signed official request for the tender documents receipt. This request must include the full name of the tenderer, its requisites, the address where the tender documents must be delivered to and the name of the tender. After this request, the Employer will issue the invoice to be paid. Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly be 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. Please note that Section VI), Requirements Sub-section 3. Drawings of the tender documents will be dispatched via a file exchange server only. All tenders must be accompanied by a tender security of 30 000 EUR (thirty thousand euros) or its equivalent in another freely convertible currency or Ukrainian Hryvnia at the official rate established by the National Bank of Ukraine as of the date of the tender security issue and must be submitted at the address indicated below no later than the time and date of the deadline for tender submission. Tenders must be delivered to the office at the address below on or before 6.4.2020 at 11 a.m. (local time), at which time they will be opened in the presence of those tenderers’ representatives who choose to attend. A register of potential tenderers who have purchased the tender documents may be inspected at the address below. Prospective tenderers may obtain further information from and inspect and acquire the tender documents at, the following office: Contact name: Mr Vitalii Donev, Deputy Head Name of Employer: Communal Enterprise ‘Mariupol Tram and Trolleybus Company’ Address of Employer: 92, Mykolayivska Str., Mariupol , Donetsk region, 87500, UKRAINE Tel. +380629335386 Fax: +380629334340 Email address: mttumariupol@gmail.com with Cc to: mttu.baranova@mariupolrada.gov.ua mttu.simonenko@mariupolrada.gov.ua mttu.golubchenko@mariupolrada
CPV-Code: 50111000
Abgabefrist: 06.04.2020
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: Communal Enterprise ‘Mariupol Tram and Trolleybus Company’
address: None
postal_code:
city: Mariupol - UA
country: UA
email: None
phone: None
contact_point:
idate: 10. Juni 2020 05:23
udate: 10. Juni 2020 05:23
doc: 093825_2020.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:093825-2020:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Supplies
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 26.02.2020
Erfüllungsort: Mariupol - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Mariupol__EBWE - Modernisierung des Depots für Oberleitungsbusse, Mariupol, Ukraine
Gewinner None
Datum
Wert None
Anzahl Angebote None