None

Project name: Ternopil District Heating Modernisation Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 7946-IFT-42524 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 09.07.2015 Closing date: 26.08.2015, 11:00 local time This Invitation for Tenders (IFT) follows the General Procurement Notice Ref 7689-GPN-42524 for this Project, which was published in Procurement Opportunities, 4 th September 2014. Communal Enterprise “Ternopilmiskteplokomunenergo” of the Ternopil City Council (the Employer), has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the Ternopil District Heating Modernisation Project. The Employer now invites sealed tenders from suppliers/contractors for the following contracts to be funded from the proceeds of the loan: Replacement of large distribution pumps in Kyivska and Kupchinskogo boiler houses. The distribution pumps replacement with frequency converters is intended to increase power energy efficiency. • To be qualified for tendering for the Contract, the tenderer must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, personnel, financial position and litigation history, specified below: • The tenderer shall have an average annual turnover (defined as annual earnings, expressed in its equivalent of a defined currency) as a contractor over the last 5 (five) years of EURO 1,200,000 equivalent. • The tenderer shall demonstrate the successful experience as a contractor (prime or subcontractor) in the execution of at least 5 (five) contracts of a magnitude comparable to the proposed contract within the last 5 (five) years. For assessment purposes the values of the referred contracts shall be not less than the equivalent of EURO 650,000. At least 2 (two) of these contracts shall be for supply and installation of distribution pumps with minimal nominal unit power of 75 kW for district heating or water supply. • The tenderer shall demonstrate the following specific operations and works experience: Design works for supply and installation of pumps for district heating and/or water supply. • The Tenderers are permitted to claim the experience of their specialised sub-contractors. • The tenderer shall provide suitably qualified personnel for the contract: Contractor’s Representative, Chief Designer and Construction Manager (each of them with 10 years of total work experience with 10 years in similar works and 5 years in similar position). • 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 construction cash flow for the contract for a period of 4 months, estimated as not less than EURO 500,000 equivalent, taking into account the tenderer's commitments in other contracts. • The submitted annual financial statements for the 3 (three) years must demonstrate the soundness of the tenderer's financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the disqualification of the tenderer. • The tenderer must provide information of a consistent history of litigation and/or arbitration awards against the tenderer or any partner of a joint venture or their non-performance under the contracts may result in failure of the qualification and reject of the tender. • Moreover, if a tenderer is formally debarred from contracting activities by the Bank, and the Employer may not enter into a contract with such tenderer, the Employer may reject the tender. • The tenderer shall have the abovementioned resources free of ongoing obligations and/or pending contract awards. • The tenderer shall provide information on the on-going contractual obligations and pending contract awards. • In case if the tenderer is a JVCA, he must satisfy the following minimum qualification requirements: (a) The joint venture or consortium must satisfy collectively all the abovementioned qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's or consortium’s total capacity. (b) Each partner shall meet not less than 25 percent, and a lead partner shall meet not less than 40 percent of all the qualifying criteria for the turnover and the availability of the financial means as per the criteria specified under general experience and financial position above. (c) Each partner shall satisfy the requirements with regard to the soundness of the financial position and non-performance history, specified above. (d) The lead partner of the joint venture or consortium shall demonstrate that this partner acted as a main contractor on project(s) of similar magnitude. The tenderer may also be requested to provide additional critical information, or clarification with regard to the tenderer’s questionable ability to undertake the proposed works due to the significant current commitments or the pending award of other significant contracts. In case, where the tenderers plan to use specific manufacturers and/or subcontractors for major and/or specialised items of supply or works and services, the tenderers shall specify the names and qualifications of such specific manufacturers and subcontractors. These major items of supply or works and services are those in excess of 20 percent of the estimated value of the works/supply and/or any of the specific operations and works, listed in the last paragraph of the Tender Data 3.2.2, Specific Experience, above. To be qualified for award of the Contract, the tenderer must demonstrate to the Employer that the subcontractors proposed by them for the abovementioned items of works and services substantially satisfy the requirements regarding specific experience: 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 the period of 2 years. 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 address below upon payment of a non-refundable fee of EUR 200.00 or equivalent in a convertible currency: 1) For Ukrainian tenderers, upon payment of the mentioned amount in UAH (Ukrainian Hryvna) at National Bank of Ukraine rate on 28 days prior to the deadline specified for the submission of tenders, to the account: Acc.26002000126435/980 State Export Import Bank of Ukraine, Ternopil branch, Ukraine, МФО 338879 ОКПО 14034534 2) For the foreign Tenderers, upon payment of the mentioned amount to the account: Acc.26002000126435/978 State Export Import Bank of Ukraine, Ternopil branch, Ukraine, SWIFT: EXBS UA UXTER, cor/acc.9498767 10 DEUTSCHE BANK AG, Frankfurt am Main, SWIFT: DEUT DE FF Upon request with payment, the documents will be promptly despatched by courier, but no liability can be accepted for loss or late delivery. At same time, the soft copy in PDF format will be submitted to the tenderer. In case of any discrepancies between hard copy and soft copy, the former must prevail. All tenders must be accompanied by a Tender Security of EURO 20,000 or its equivalent in a convertible currency or in Ukrainian Hryvna at the selling exchange rate established by the National Bank of Ukraine for similar transactions on 28 days prior to the deadline specified for the submission of tenders, and must be delivered to the address below on or before 11:00 on August, 26, 2015, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend. The late tenders will be returned unopened. Prospective tenderers may obtain further information from, and inspect and acquire the tender documents and a register of potential tenderers who have purchased already the tender documents at the following office: Mr Bohdan Myskiv, Deputy Director , “Ternopilmiskteplokomunenergo” of Ternopil City Council , 16 Franka Street , Ternopil , Ukraine, 46001 . Phone: +380 50 437 3006 . Fax: +380 352 52 75 93 . E-mail: bohdan.myskiv@gmail.com Email address: pta-teplo@tr.ukrtel.net
CPV-Code: 45232152
Abgabefrist: 26.08.2015
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: “Ternopilmiskteplokomunenergo” of Ternopil City Council
address: 16 Franka Street
postal_code: 46001
city: Ternopil - UA
country: UA
email: None
phone: +380 50 437 3006
contact_point:
idate: 30. Juni 2020 14:02
udate: 30. Juni 2020 14:02
doc: 244626_2015.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:244626-2015:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 14.07.2015
Erfüllungsort: Ternopil - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Ternopil__EBWE - Austausch von Großverteilerpumpen
Gewinner None
Datum
Wert None
Anzahl Angebote None