None

Project name: Ternopil District Heating Modernisation Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 9017-IFT-42524 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 06.3.2018 Closing date: 20.4.2018 at 11:00 local (Kyiv) time This Invitation for Tenders follows the General Procurement Notice for this project which was originally published on the EBRD website, Procurement Notices (www.ebrd.com) on 4.9.2014 and latest updated on 6.3.2018. The Communal Enterprise “Ternopilmiskteplokomunenergo” of the Ternopil City Council 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 Ternopil 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: — replacement of district heating pipes (installation of pre-insulated pipes), approx. 1 100 m. The Employer wishes to replace some sections of the existing district heating networks in some areas in the city of Ternopol with new pre-insulated pipelines. The quantity is estimated to be approximately 1 100 m of transmission pipeline plus fittings, valves and other accessories as per Part 2: Requirements. of the Tender Document. The pre-insulated pipes shall confirm to the requirements of the European standards EN 253 and EN 448 and of the Ukrainian standards DSTU 34-204-88-002-98 and DSTU B V.2.5-31:2007 or equivalent, while PUR foam insulation shall meet requirements of EN 253:2009 or equivalent. A 2-pipe laying approach is envisaged. The sections to be rehabilitated include underground installation parts. The works are based on the Employer’s design. The Contractor is expected to provide supply of pipes and all necessary fittings and materials with subsequent installation, reconstruction of several existing heat chambers, inspection, testing, pre-commissioning and commissioning of the abovementioned pipelines. Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country. To be qualified for the award of a Contract, tenderers must satisfy the following minimum criteria: a) participation as contractor or management contractor in at least 3 (three) contracts within the last 5 (five) years, each with a value of at least 1 000 000 EUR (one million), 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, Employer’s Requirements; (b) the Tenderer shall have successful experience as contractor or management contractor in the execution of at least 3 (three) completed contracts, each with a value of at least 1 000 000 EUR (one million), of a nature, complexity and completion schedule comparable to the proposed contract within the last 5 years. In addition, the following specific experience: replacement of district heating transmission pipeline routes, including dismounting of old networks, with preinsulated pipes of at least 630 × 8/800 mm diameter and at least 1000 m length of 2-pipes laying completed during a single non-heating season; (c) the audited balance sheets for the last 3 years shall be submitted and must demonstrate the soundness of the Tenderer’s financial position, showing long-term profitability. The Tenderer has long-term profitability with positive average annual operating profit in the last 3 years. Where necessary, the Purchaser will make inquiries with the tenderer's bankers, (d) the average annual turnover over the last three years is not less than 3 000 000 EUR (five million) or equivalent, (e) the Tenderer must have financial capability to meet plant, materials and works supply cash flow for the contract for a period of 3 (three) months, estimated as minimum 600 000 EUR (six hundred thousand) or equivalent taking into account the Tenderer’s commitments on other contracts, (f) historical non-performance. A consistent history of awards against the Tenderer or any partner of a joint venture or consortium may result in rejection of the tender, (g) the tenderer shall provide CVs of suitably qualified personnel and ensure their availability to fill the following positions: — Project Manager (at least 15 years of total experience and 5 years of experience in similar works), — Design Manager (at least 10 years of total experience and 5 years of experience in similar works), — Construction Manager (at least 10 years of total experience and 5 years of experience in similar works), — Commissioning and Tests Officer (at least 10 years of total experience and 5 years of experience in similar works), (h) joint ventures or consortiums must satisfy the following minimum qualification requirements: — the leading partner shall meet not less than 60 % of all the qualifying criteria for turnover and financial position specified above, — the other partners shall meet not less than 30 % of all the qualifying criteria for turnover and financial position specified above, — Joint Ventures and Consortiums must satisfy collectively the criteria related to personnel, average annual turnover and financial position specified above; (i) the Tenderer and its personnel shall have and be able to demonstrate to the Employer all the required construction licenses and permits stipulated by the legislation of Ukraine prior to contract signature. All such licenses and permits shall remain valid for the whole period of the contract. The qualification requirements are further detailed in the Tender Documents. The contract is planned to be completed in non-heating period 2018. Tender documents may be obtained from the office at the address below upon payment of a nonrefundable fee of 200 EUR 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 # 26007000021432/978 (EUR) Beneficiary’s bank: State Export Import Bank of Ukraine Bank’s address: Kyiv, Ukraine Swift: EXBS UA UXTER Correspondent bank: Deutsche Bank AG Frankfurt am Main, Germany Swift: DEUTDEFF Correspondent account: 9498767 10 Beneficiary: Communal Enterprise “Ternopilmiskteplokomunenergo” For payments in UAH: Комунальне підприємство теплових мереж “Тернопiльміськтеплокомуненерго” Тернопiльської міської ради ЄДРПОУ 14034534 Р/р 26007000021432/980 АТ «Укрексімбанк» Код банку (МФО): 322313 Адреса: 46008,м. Тернопiль, вул. Шептицького,21 It is necessary to state in the payment document: — the name of the payer, — name of the Beneficiary (Communal Enterprise “Ternopilmiskteplokomunenergo”), and — details of payment: TernopilDH/Pipelines/03. 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 their loss or late delivery. In addition, if requested, the documents can be dispatched electronically after presentation by the prospective Tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. The tenderer can also collect the documents at the Employer’s office upon direct payment to the Purchaser’s cashier. All tenders must be accompanied by a tender security of 25 000 EUR (twenty five thousand) or equivalent in Ukrainian Hryvnia 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 11:00 am, 20.4.2018, when they will be opened in the presence of the tenderers’ representatives who wish to attend. Tenders must be delivered to the office at the address below on or before 11:00 am on 20.4.2018, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend. The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP and R) which can be located at: http://www.ebrd.com/news/publications/policies/procurement-policies-and-rules.html 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 person: Ms. Tetyana Sahat , Deputy Director, Purchasing Entity: Communal Enterprise “Ternopilmiskteplokomunenergo” , Address 16, Franka Street, Ternopil 46001, UKRAINE, Tel: +380 50 339 5997 , Fax: +380 352 25 25 39 , Email: sahattanya@ukr.net , pta-teplo@tr.ukrtel.net
CPV-Code: 42000000
Abgabefrist: 20.04.2018
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: Communal Enterprise “Ternopilmiskteplokomunenergo”
address: None
postal_code:
city: Ternopil - UA
country: UA
email: None
phone: +380 50 339 5997
contact_point:
idate: 22. Juni 2020 07:58
udate: 22. Juni 2020 07:58
doc: 106991_2018.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:106991-2018:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Other
Vertrag: Supplies
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 10.03.2018
Erfüllungsort: Ternopil - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Ternopil__EBWE - Austausch von Fernwärmerohren
Gewinner None
Datum
Wert None
Anzahl Angebote None