Project name: Kremenchuk Trolleybus Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 8656-IFT-48235 Funding source: EBRD, E5P Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 21.04.2017 Closing date: 06.06.2017 12:00PM Local time This Invitation for Tenders follows the General Procurement Notice Ref 8458-GPN-48235 for this project, which was published on the EBRD website, Procurement Notices (www.ebrd.com) on 11 November, 2016. Communal Enterprise „Kremenchutske troleybusne upravlinnya”, hereinafter referred to as „the Purchaser”, intends to use part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) and a grant from the Eastern Europe Energy Efficiency and Environment Partnership (E5P) administered by the Bank towards the cost of the Kremenchuk Trolleybus Project. The Purchaser now invites sealed tenders from eligible suppliers for the following contract to be funded from part of the proceeds of the loan and the grant: Contract No. KPT-01, Supply of low-floor 12m solo and 18m articulated trolleybuses and related services, including: - 35 low-floor 12m trolleybuses; - 5 low-floor 18m articulated trolleybuses; - a set of mandatory spare parts and consumables, a set of workshop tools and equipment for maintenance and repair of trolleybuses; - Delivery conditions: DDP (Kremenchug). Delivery period is 16-50 weeks after receipt of advance payment. One contract will be signed. Tendering for the contract to be financed with the proceeds of a loan from the Bank and grant from the E5P is open to firms from any country. To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria: (a) Tenderers shall meet the eligibility requirements: no conflicts of interests, not having been declared ineligible by the Bank, compliance with requirements of tender documents for government-owned entity if a tenderer is owned by the government, not having been excluded as a result of the Borrower's country laws or by an act of compliance with UN Security Council resolution; (b) Tenderers shall not have a consistent history of contractual non-performance within the last 5 (five) years. All pending litigation shall in total not represent more than 10% of the Tenderer's net worth; (c) The audited balance sheets for the last 3 years must demonstrate the soundness of tenderer's financial position, showing long-term profitability; (d) The tenderer must have an average annual turnover as prime Supplier over the last 3 years of at least Euro 10 million equivalent; (e) The tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the production cash flow for the contract estimated as not less than Euro 4.0 million equivalent; (f) The tenderer must have successful experience in execution of the analogous deliveries of trolleybuses with similar models in a quantity not less than 140 low-floor 12m solo trolleybuses and 40 low-floor 18m articulated trolleybuses in the last 3 years; (g) Tenderer shall be capable of the fulfilment of commitments regarding maintenance, the repair and supply of spare parts, described in the tender documents; (h) In the case of a tenderer offering to supply goods under the Contract which the tenderer does not manufacture or otherwise produce, the tenderer has been duly authorised by the goods' manufacturer to supply the goods in the Purchaser's country; (i) Manufacturer of the proposed trolleybuses shall have at least 10 years of experience in manufacturing of 12m buses or trolleybuses of any model. If the manufacturer has experience of at least 10 years in bus manufacturing only, its experience in manufacturing of trolleybuses shall be at least 3 years; (j) Manufacturer of trolleybuses proposed by the tenderer in its tender must have a certificate of quality management system (ISO 9000, or its equivalent). Joint venture, consortium, or association (JVCA) shall satisfy the following minimum qualification criteria: (a) At least one partner of JVCA shall meet 60% of all the above referred qualification criteria on average annual turnover and financial resources; (b) Each partner of JVCA shall meet at least 20% of all the above referred qualification criteria on average annual turnover and financial resources; (c) JVCA shall meet in whole criteria for experience, as well as the eligibility and financial situation referred to above, the corresponding data, that defines the overall capacity of the JVCA, shall be specified for each partner. Each JVCA partner shall meet the requirements for historical financial performance, eligibility and trials. Tender documents may be obtained from the Purchaser's office at the address below upon payment of a non-refundable fee of 200 EUR (two hundred Euro), including VAT, or equivalent in Ukrainian Hryvnia or in US Dollars at the exchange rate of National Bank of Ukraine on the date of payment. Payment of a non-refundable fee is to be made by bank transfer to: Beneficiary Bank: Public Joint Stock Company UkrSibbank, Ukraine Bank code (MFO): 351005 SWIFT: KHABUA2K Correspondent bank details for the payments in EUR: BNP Paribas SA, Paris, Account Number 07205696, SWIFT: BNPAFRPP Beneficiary: Communal Enterprise „Kremenchutske troleybusne upravlinnya” Acc.No. for payments in UAH: 2600 8368 5791 00 Acc.No. for payments in EUR: 2600 8368 5791 00 Upon receiving appropriate evidence of payment of the non-refundable fee, the tender documents may be collected from the Purchaser's office at the address given below or the documents will be promptly dispatched by courier or by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. All tenders must be accompanied by a Tender Security in the amount of EUR 160,000 or its equivalent in a convertible currency. The tenders must be delivered to the address below on or before 06.06.2017, 12:00 Kiev 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 also inspect and acquire the tender documents at, the following address: Purchaser: Communal Enterprise „Kremenchutske troleybusne upravlinnya” . Contact person: Mr Alexander Alekseyev, Chief Engineer . Address: 69 Kievskaya Street , Kremenchuk , Ukraine. Phone: +380 (93) 3567580 . Fax: +380 (536) 774911 . E-mail: kremen.kty@ukr.net
| CPV-Code: |
34622300
|
| Abgabefrist: |
06.06.2017 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Communal Enterprise „Kremenchutske troleybusne upravlinnya” |
| address: |
69 Kievskaya Street |
| postal_code: |
|
| city: |
Kremenchuk - UA |
| country: |
UA |
| email: |
None |
| phone: |
+380 (93) 3567580 |
| contact_point: |
|
| idate: |
3. Juli 2020 05:57 |
| udate: |
3. Juli 2020 05:57 |
| doc: |
164936_2017.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:164936-2017:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Supplies |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
03.05.2017 |
| Erfüllungsort: |
Krementschuk - UA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Ukraine__Krementschuk__EBWE - Lieferung von Niederflur-Solo-(12 m) und Niederflur-Gelenk-Oberleitungsbussen (18 m) und damit verbundene Dienstleistungen |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|