None

Project name: Kyiv City Traffic Management Project Country: Ukraine Business sector: Municipal and Environmental Infrastructure Project ID: 6685-IFT-39170 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for Tenders Issue date: 28.05.2012 Closing date: 17.07.2012,12:00 local time This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD Web Site, Procurement Opportunities on 28 July 2008 and updated on 28 September 2011. The City's municipal traffic agency "Kyivdorservice", the Employer has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the Kyiv Traffic Management Project. The Employer now invites sealed tenders from Contractors for the following contract to be funded from part of the proceeds of the loan: Design-Supply and Installation of an Active Traffic Management System, which includes also: • Detailed system design • Traffic control and management systems • Traffic control equipment • CCTV system • VMS (Variable message signs) • Fiber optics transmission network • System maintenance and operational support To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria: 1. Historical non-performance A consistent history of historical non-performance and/or litigation awards against the tenderer or any partner of a joint venture may result in rejection of the tender. 2. Financial situation 2.1. Historical financial performance The audited balance sheets for the last Three years shall be submitted and must demonstrate the soundness of the tenderer's financial position, showing long-term profitability. Where necessary, the Purchaser will make inquiries with the tenderer's bankers. 2.2. Average annual turnover Average annual turnover as single Contractor or combined average annual turnover as Joint venture, Consortium or Association over the last three years of EURO 40 million equivalent. 2.3. Financial resources The tenderer (single entity, joint venture, consortium or association) 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 2 million equivalent per year, taking into account the tenderer's commitments for other contracts. 3. Experience Experience as Contractor, in at least three contracts within the last five years, each with a value of at least 25 % of the estimated cost of the contract, that have been successfully and substantially completed and that are similar to the proposed one. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Volume III, The Requirements. 4. Personnel The Tenderer shall provide suitably qualified personnel to fill the following positions. For each position the Tenderer will supply information on a first choice candidate and an alternate for the Project Director the Main Site engineers and the Operational Support, each of whom should meet the experience requirements specified below: Project Director: minimum 10 years of working experience including 5 years of experience on similar works. Main Site Engineers (two persons): minimum 10 years of working experience including 3 years of experience on similar works. Specialists/Technicians (minimum six persons) (to be presented by main tasks such as telecom, signalling, video, IT etc... to perform the project): minimum 5 years of working experience including 3 years of experience on similar works. Commissioning and Test Officer: minimum 10 years of working experience including 5 years of experience on similar works. Operational Support: minimum 10 years of working experience including 3 years of experience on similar works. A Joint Venture, Consortium or Association may be also qualified with the condition that each member meets 40% of the conditions and that at least one member meets 60% of the criteria. Tendering for contracts to be financed with the proceeds of a 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 Euro 200 equivalent which should be paid to Communal Company "Kyivdorservice" for payments from abroad: IBAN N o 2600357296. 978 in JSB «UKRGASBANK» 03087, Kyiv, 1 Yerevanska Str., Ukraine, SWIFT UGASUAUK, intermediary bank: COMMERZBANK AG, Frankfurt am Main, SWIFT – COBADEFF, For local payments: A/C No 26000257296. 980 in JSB «Ukrgasbank» 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. If requested the documents can also be dispatched electronically after the presentation by the prospective tenderer of 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. A two stage tender procedure will be adopted and will proceed as follows: (a) the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions a tenderer wishes to offer, and a justification therefor, provided always that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation by the Employer of the First Stage tenders, the Employer will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The proposals of all such tenderers 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 tenderers 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 Employer as recorded in the Memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the First Stage tender; and the commercial tender. First Stage tenders must be delivered to the address below on or before Tuesday 17/07/2012 at 12:00pm at which time they will be opened in the presence of the tenderers' representatives who wish to attend. All Second Stage tenders must be accompanied by a Tender Security of Euro 150,000 or its equivalent in a convertible currency, 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 inspect and acquire the tender documents at, the following office: Mr Volodymyr Kamskyi, Communal Company "Kyivdorservice" , 56, Povitroflotsky Avenue , 03151 Kyiv , Ukraine. Tel: +38 (044) 248 12 96 . Fax: +38 (044) 248 12 96 . e-mail: kievdorservice@bigmir.net
CPV-Code: 34923000
Abgabefrist: 17.07.2012
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: Communal Company "Kyivdorservice"
address: 56, Povitroflotsky Avenue
postal_code: 03151
city: Kyiv - UA
country: UA
email: None
phone: +38 (044) 248 12 96
contact_point:
idate: 14. Juni 2020 20:54
udate: 14. Juni 2020 20:54
doc: 177109_2012.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:177109-2012:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Supply contract
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 06.06.2012
Erfüllungsort: Kiew - UA
Link:
Lose:
Name Los Nr 1 UA__Kiew__EBWE - Verkehrsmanagementsystem in Kiew
Gewinner None
Datum
Wert None
Anzahl Angebote None