None

Procurement reference: 9589-IFT-40858 Project name: Lutsk District Heating Project Country: Ukraine Business sector: municipal and environmental infrastructure Project ID: 40858 Funding source: EBRD, CTF Type of contract: project goods, works and services Type of notice: invitation for tenders Issue date: 2 March 2020 Closing date: 15 April 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, procurement notices (https://www.ebrd.com/cs/Satellite?c=Content&cid=1395248783275&pagename=EBRD%2FContent%2FContentLayout&rendermode=live) on January 28, 2016 and latest updated on 16 January 2020. 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. State Communal Enterprise ‘LutskTeplo’, hereinafter referred to as ‘the Employer’ or ‘the Client’, has applied for a loan the European Bank for Reconstruction and Development, hereinafter referred to as ‘the Bank’ and intends using part of the proceeds towards the cost of Lutsk District Heating 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: Modernisation of boiler houses: replacement of large pumps including development of detail design, supply of equipment and materials, installation works, testing and commissioning of 43 pumps with 0.4 kV motors and automated control systems for district heating system with SCADA connection capability, as well as training of the Client’s staff. In addition to the above scope, the Contract includes the following civil works: 1) dismantling of the existing foundations of pumping units and concrete floor base at their locations; 2) arranging foundations for pumping equipment and metal structures of pipelines (supports, racks, etc.), to be qualified for the award of a contract, tenderers must satisfy the criteria stated in the tender document. The tenderer will be required to meet but not limited to the following minimum criteria, as specified in tender documents. (a) The tenderer, its partner or a specialised subcontractor shall have successful experience as prime contractor of supply and installation of at least two pumps with capacity not less than 400 m3/h in the countries with similar climatic conditions over a 5 (five) years period ending on the deadline for tender submission, having been in successful operation at least for 1 (one) year prior to submission of the tender. Relevant references as well as Completion and Taking-Over Certificates shall be provided. (b) The tenderer or its local service agent shall be able to carry out the maintenance, warranty, repair and spare parts stocking obligations prescribed in these tender documents for 2 (two) years, as well as maintain all equipment included to the scope of supply. The tenderer shall inform if in the country of the Employer he has service centres working and/or storages to secure technical maintenance and repair or state how these obligations will be met in the event of a contract. (c) The average annual turnover over the last 5 (five) years is not less than EUR 900 000 (nine hundred thousand) equivalents. (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 EUR 90 000 (ninety 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 JVCA 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 5 (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), — design manager (at least 10 years of total experience, 5 years of experience in similar works), — construction manager at least 10 years of total experience, 5 years of experience in similar works); (g) The tenderer shall demonstrate it is able to meet licensing requirements as per Ukrainian legislation. These may include construction license, design license or availability of certified designers, permission of the State Authority of Ukraine for labour issues (Derzhpratsya). If such licenses and permissions are available at the time of the tender submission, copies shall be provided. Otherwise, the tenderer shall provide the copies of all required licenses prior to contract award. Failure to provide evidence of all required licences at the time of the Contract award shall results in the rejection of the tenderer’s tender. Tenderers are permitted to use specialist subcontractors to meet the licensing requirements. (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. The contractor and the manufacturers of the key equipment shall possess ISO 9001 certificate. The tenderer is required to provide a copy of ISO 9001 certificates 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 venture, consortium, or association (JVCA) is permitted. JVCA must satisfy the following minimum qualification requirements: — the lead partner of JVCA shall meet not less than 50 percent of all the qualifying criteria for turnover and financial position specified above, — the other partners of JVCA shall meet not less than 25 percent of all the qualifying criteria for turnover and financial position specified above. The JVCA must satisfy collectively the criteria (a)-(h) stated above. Each JVCA partner individually shall satisfy the requirements for historical financial performance, eligibility and litigation history. j) If the tenderer proposes to use named subcontractors or suppliers for some components of the works or supplies under the Contract in excess of 10 percent of the total value of the Contract, the tenderer shall provide the information in the forms provided in Para 10.1 of the tender data in particular list of proposed suppliers/vendors and Form PS-1: List of proposed subcontractors of forms section V) of the tender documents for each proposed subcontractor or supplier. The tenderer cannot use the references of such subcontractors or suppliers. The tenderer shall demonstrate that the proposed supplier or subcontractor adequately meets the requirements regarding special experience, namely the successful experience of implementation during the last 5 (five) years of the obligations of the contractor (prime one or subcontractor) for works with comparable scope and/or nature and complexity compared to works/supply proposed to be transferred to subcontractor. The Employer reserves the right to require the replacement of the proposed subcontractors in case of disqualification of the latter. The qualification requirements are further detailed in the tender documents. The Contract is planned to be completed within 13 (thirteen) months after effective date. Tendering for contracts to be financed with the proceeds of the 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 EUR 200 (two hundred) for non-resident 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: IBAN UA263204780000000026009252571 (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: Сommerzbank AG, Frankfurt-am-Main, GERMANY SWIFT: COBADEFF Correspondent account: 400886433201 Beneficiary: State Communal Enterprise ‘LutskTeplo’ For payments in UAH: Державне комунальне підприємство ‘ЛуцькТепло’ Луцької міської ради ЄДРПОУ 30391925 IBAN UA263204780000000026009252571 ПАТ ‘Укргазбанк’ м. Київ Код банку (МФО): 320478 Адреса: 43021 м. 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: lot 3b. 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 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 procedure will be adopted as follows. (a) The first stage will consist of a technical proposal only (without any reference to prices) and list of any deviations to the requirements of the tender document or any alternative technical solutions, with justifications, which meet the basic objectives of the project. The technical proposal shall be complemented with the participant's qualification information. Following evaluation by the Client of the first stage tenders, the Client may invite each participant, who meets the qualification criteria and who has submitted a technically responsive tender, to a clarification meeting. The proposals of all such participants 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 participants 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 Client as recorded in the memorandum to the clarification meeting or as necessary to reflect any amendments to the Tender Document issued subsequent to submission of the first stage tender; and the commercial tender A pre-tender meeting/site visit will be held on 13 March 2020 at 10 a.m., local time at the address: 20, Hulaka-Artemovskoho, Lutsk, 43021, UKRAINE. All requests for clarification must be received by the Employer till 1 April 2020, 5 p.m. local time. Please, note that all the requests for clarification received after the deadline will not be addressed. First stage tenders must be duly completed and submitted to the Client on or before 15 April 2020, 11.00 (local time). Late tenders will be rejected. All second stage tenders must be accompanied by a tender security of EUR 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 Bohdan Karachevskyi Purchasing entity: State Communal Enterprise ‘LutskTeplo’ , Lutsk , UKRAINE Address 20, Hulaka-Artemovskoho Street, Lutsk, 43021, UKRAINE, Room 211, 2 nd Floor Tel. +380 332773210 Fax: +380 332773201 Email: lutskteplo@kp.lutskrada.gov.ua
CPV-Code: 71356200
Abgabefrist: 15.04.2020
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: State Communal Enterprise ‘LutskTeplo’
address: None
postal_code:
city: Lutsk - UA
country: UA
email: None
phone: None
contact_point:
idate: 26. Juni 2020 01:17
udate: 26. Juni 2020 01:17
doc: 109777_2020.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:109777-2020:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Supplies
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 06.03.2020
Erfüllungsort: Lutsk - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Lutsk__EBWE - Modernisierung von Heizhäusern: Austausch von Großpumpen
Gewinner None
Datum
Wert None
Anzahl Angebote None