None

1. Name, address, telephone and fax numbers of the contracting authority: United Water Supply Company of Georgia LLC (UWSCG) , Mr. Giorgi Koberidze, Director of UWSCG , 0186 , 76b Vazha-Pshavela Ave. , Tbilisi , Georgia, Tel: + 995 32 291 90 60 , Fax: +995 32 222 00 36 , E-mail: info@water.gov.ge 2. Procedure: Restricted international tender . 3. Type: notice of a Call for Expressions of Interest: Companies who wish to apply for inclusion on the list are invited to do so in accordance with the provisions contained in this notice. The UWSCG will include on the list all those applications which meet the criteria given in points 7, 8 and 10 below. 4. Description of the fields of expertise and services covered by the call for Expressions of Interest: Georgia (hereinafter referred to as "the Borrower") has received a loan from the European Investment Bank (hereinafter referred to as "the Bank") - towards the cost of the Kutaisi Waste Water Project. This International call for Expression of Interest relates to the service contract for Redesign and Supervision of the sewerage system and wastewater treatment plant in Kutaisi. This assignment comprises two stages: (i) The first stage considers preparation of designs and tender documents for three (3) construction contracts (Red FIDIC) concerning rehabilitation and extension of the Kutaisi sanitary sewerage system (approximately 360 km of rehabilitated and/or new main and secondary or tertiary sewers, including separation from storm sewerage system), and one (1) design-build (Yellow FIDIC) contract concerning new wastewater treatment plant for Kutaisi (210,000 PE) with demolition of the existing plant which is not operated. (ii) The second stage aims at carrying out the day-to-day construction supervision of the above project components co-financed by the EIB. The supervision shall be implemented under the FIDIC rules. The total cost of the Project is estimated by the Promoter is EUR 280 m, of which the Kutaisi components amount to EUR 100m. Other components are financed by the Asian Development Bank, and are not subject matters of this call for Expression of Interest. The financial structure of the project is as follows: Financing M EUR: EIB loan: 100 million Sewerage system and WWTP in Kutaisi; ADB Tranche 2: 172 million Water supply system in Kutaisi, water and sanitation measures in other municipalities in Kutaisi region; NIF: 4.75 million WWTP Kutaisi; EPTATF: 3.25 million Contribution to financing of the service contract; Total investment cost M EUR: 280. The specific objectives provided in this assignment are: • Design of wastewater network and core transition collectors fully compliant with EN 752, 1610, 476 and associated EN and Georgian standards (sanitary collectors and sewers); • Design of Kutaisi WWTP in line with the Employer’s requirements and outline design of the WWTP; • Consistent and logic tender dossiers based on the EIB and EU procurement rules; • Assisting the UWSCG during the prequalification and tender evaluation for works contracts; • High quality of construction (permanent works) in adherence to the international and Georgian standards, best available technology (BAT), and the best engineering practice (BEP); • Checking of any designs provided by the Contractors under the works contracts for compliance with the required standards, BAT & BEP; • Completion of works in accordance with approved works schedules and budgets; • Preparation of Employer’s claims; • Provide high quality supervision services; • Support the Contracting Authority in timely and fair payment of the Contractors; • Assist the Contracting Authority in any claims that may arise; • Prepare manuals, provide technical assistance and support to the UWSCG; and • Prepare reports. The Consultant shall have a strong and experienced team of professionals, including but not limited to: FIDIC Engineers, Mechanical Engineer, Electrical and SCADA Engineer, and Geotechnical Engineers. The Consultant should have a sound knowledge of the local legislation concerning design and construction. It is recommended that the consultancy team includes experts with local experience in Georgia or in the Commonwealth of Independent States (CIS) country, and experts who are able to obtain local licenses and permits for supervision services, as applicable, and will be able to communicate in the local language (Georgian or Russian). The consultant shall consider the prospective peaks of the construction activities and ensure the adequacy of staff levels during such periods. The United Water Supply Company of Georgia invites authorized consulting companies to express their interest in conducting the above mentioned service. Interested consultants should submit their application to demonstrate that they are qualified in the fields of above-mentioned service. Information shall be submitted in Standard Forms available upon request from the UWSCG, Mrs. Ia Mazanishvili, e-mail address: i.mazanishvili@water.gov.ge. and Mr. Nika Mskhiladze, e-mail address: n.mskhiladze@water.gov.ge Consultants will be short-listed in accordance with the Restricted Procedures for Consultancy services specified in the ElB's Guidelines: Guide to Procurement, June 2011. The short list shall comprise from 5 to 8 candidates. No more than one application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one application, all applications in which that person has participated will be excluded. There are no eligibility restrictions; all firms are invited to participate in the tender. 5. Place and duration for services to be provided: The intended commencement date is November 2017 and the period of implementation of the contract will be 84 months from this date. The intended total period is therefore from November 2017 till November 2024 (redesigns to be carried out in 2017-2018, construction works to be completed in 2022, wastewater treatment plant trial period and DNP in 2023 - 2024). Maximum budget available for the Assignment is EUR 7,610,000.00 without VAT. 6. Procedures for delivery, dispatch and submission of applications, including all the information, formalities and documents referred to in point 8: Expressions of Interest must quote the reference number for this notice and the information and documentation requested in point 8 must be included. Candidates may elect to submit their Expression of Interest: 1) by recorded delivery (courier or registered postal service), delivery to be no later than May 4, 2017 (17:00 Local time), to the address in point 1; or 2) by hand-delivering it to the secretariat of the department in point 1 (in person or by any representative of the candidate) no later than May 4, 2017 (17:00 Local time). Delivery of the Expression of Interest will be established in this case by a dated receipt signed by an official from the department in point 1 who takes delivery of the documents. or 3) Sending by E-mail at I.Mazanishvili@water.gov.ge and/or n.mskhiladze@water.gov.ge no later than May 4, 2017 (17:00 Local time). In case of recorded or hand delivery the Consultant shall submit one original and one copy of the Expression of Interests (EOI) in sealed envelope and marked as follows: • Name and address of the Candidate; • Name and reference number of this notice; • Address of the UWSCG. Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of EOls. No application may be altered after this deadline. All written communications for the selection procedure and contract must be in English language. 7 Criteria for inclusion on the sub-list(s): 7.1 Exclusion criteria: Candidates will be disqualified from taking part in this contract if they: (a) are bankrupt or being wound up, if their affairs are being administered by the court or if they have entered into an arrangement with creditors, if they have suspended business activities, if they are the subject of proceedings of this nature or if they are in any analogous situation arising from a similar procedure under national laws or regulations; (b) have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata; (c) have been guilty of grave professional misconduct proven by any means which the contracting authorities can justify; (d) have not fulfilled their obligations to pay social security contributions or taxes in accordance with the legal provisions of their country of residence or with those of the country of the contracting authority, or those of the country where the contract is to be carried out; (e) have been the subject of a judgment which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Union's financial interests; (f) have been declared to be in serious breach of contract for failure to comply with their contractual obligations, following another procurement procedure or grant award procedure financed by the Union budget. 7.2. Documentation to be submitted: Information, formalities and documents necessary for an appraisal of the minimum economic and technical standards required from the Consultant: — Candidate details stating corporate name, legal status, address, telephone and fax numbers, e-mail address, contact person, VAT number (should a grouping be involved, each member of the grouping must be clearly identified). Furthermore in the case of a group bid (whether via JV or sub-contracting), the aforementioned document must be included for each member of a group of firms and the name of the lead company must be stated. Sub-contracting will be allowed up to 30% of the contract value. (The experience of sub-consultants will not be taken into account while evaluating the corporate experience of the consultant) — The staffing numbers of the company (or each member of a group of companies) — Statement of overall annual turnover for consultancy services in the past 3 financial years — List of completed projects in the past 5 years involving (a) design and re-design of large-scale water and waste water infrastructural projects; (b) construction management and supervision of sewerage systems and WWTP rehabilitation works, (c) designs, construction management and supervision of works contracts in the Commonwealth of Independent States or Georgia. The candidates are invited to submit up to 15 reference projects. 8. Other document to be provided by interested candidates: Solemn declaration stating that candidates are not in any of the cases described in point 7.1 of this notice. 9. Additional information: The attention of interested parties is drawn to the aim of this notice: the compilation of a list of candidates who could be invited to respond to a specific Invitation to Tender. This procedure cannot, in itself, lead to the award of a contract. 10. Selection and Award Criteria: 10.1 Selection criteria The following selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture, the lead partner shall meet not less than 50 per cent of all the qualifying criteria for financial and technical capacity. The joint venture must satisfy collectively the criteria for professional capacity, for which purpose the relevant figures for each of the partners shall be added to arrive at the consortium’s total capacity: a) Economic and financial capacity of candidate: • The average annual turnover of the candidate must exceed EUR 7,000,000 (seven million) for the last 3 financial years (2014, 2015 and 2016). • Positive financial result in the last three years (2014, 2015 and 2016). b) Professional capacity of candidate: • At least 20 permanent staff in the last three years (2014, 2015 and 2016) working for the candidate in the fields related to this contract. • The candidate should have a back-up capacity other than the team to conduct the tendering and supervision work. • The candidate should have given the company organization and company description in his application. c) Technical capacity of candidate • The candidate should have successfully completed at least 3 Detailed Designs, 3 Tender Documentations and 2 Construction Supervision Consultancy contracts in the last 5 years prior to the submission deadline of this application (from 2012 to 2016) The following sub-criteria to be covered either under single project or separate projects for each sub-criterion under separate reference: • For/including design for a wastewater treatment plant construction project and construction of sewerage network with a minimum value of EUR 4,000,000 (four million) in a single project (proportion carried out by the candidate); • For/including construction supervision for a wastewater treatment plant construction project and construction of sewerage network with a minimum value of 4,000,000 (four million) EUR in a single project (proportion carried out by the candidate); • For/including construction supervision for any kind of construction which is governed by FIDIC contract conditions An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the Promoter that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. 10.2 Award criteria Best value for money. Short-listing: On the basis of the applications received, at least 5 and at most 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 5, the Promoter may invite the candidates who satisfy the criteria to submit a tender. If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best applications for the tender procedure. The only factor which will be taken into consideration during this re-examination is: • The cumulative value of the contract amounts of the completed service contracts (proportion carried out by the candidate) of the projects (in EUR) fulfilling technical capacity criterion 10.1 .c.
CPV-Code: 45252127
Abgabefrist: 04.05.2017
Typ: Contract notice
Status: Not specified
Aufgabe: General public services
Vergabestelle:
name: United Water Supply Company of Georgia LLC (UWSCG)
address: 76b Vazha-Pshavela Ave.
postal_code: 0186
city: Tbilisi - GE
country: GE
email: None
phone: + 995 32 291 90 60
contact_point:
idate: 10. Juni 2020 23:27
udate: 10. Juni 2020 23:27
doc: 119608_2017.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:119608-2017:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Restricted procedure
Nuts: None
Veröffentlichung: 31.03.2017
Erfüllungsort: Tiflis - GE
Link:
Lose:
Name Los Nr 1 Georgia__Tiflis__EIB - Georgien - Projekt zur Modernisierung der Wasserinfrastruktur
Gewinner None
Datum
Wert None
Anzahl Angebote None