Ukraine received financing from the European Investment Bank (EIB) toward the cost of the Ukraine Municipal Infrastructure Programme (UMIP). Public Utility Company ‘Misksvitlo’ of the Dnipro City Council (hereinafter called the ‘Employer’) received a portion of the UMIP financing toward the cost of Rehabilitation of Public Lighting in the City of Dnipro subproject to be implemented within the Municipal lighting sector. This international invitation for tenders relates to the contract UMIP-OP-4-DNI-020 ‘Rehabilitation of Public Lighting in the City of Dnipro’. Open international procedure will be carried out following the latest version of guide to procurement for projects financed by the EIB published on the EIB's website at https://www.eib.org/en/publications/guide-to-procurement.htm. The provisions in the tender document are the provisions of the EBRD’s standard tender document for procurement of works, September 2019 revision. The contract will include reconstruction of public lighting system in the city of Dnipro, including development of formal design and estimate documents for the whole scope of permanent and temporary works, dismantling of existing lighting elements, and supply, assembly and installation of new elements: • replacement of existing luminaries with new ones and installation of missing luminaires in the quantity of 38 008 units; • replacement of 3 000 lighting poles; • replacement of 440 000 m of existing transmission lines with self-supporting insulated wire (SSIW); • replacement of 21 950 consoles (arms, brackets); and • replacement of 202 Electrical Control Cabinets (ECC) and replacement of 381 electricity meters. The employer requires the works be completed within forty (40) months from the start date expected in November 2020. The criteria to be used in the tender evaluation are, in decreasing order of importance: 1) Substantial responsiveness to the completeness requirements (all documents required by the tender document have been submitted and included in the individual tenders); 2) Substantial responsiveness to the validity requirements of the tender document (ensuring that the documents submitted by tenderers are correctly signed, validity period is correct, tender security provided in an acceptable form and amount, forms contain the required information). 3) Substantial responsiveness to the technical and performance requirements of the tender document (methodology, compliance of proposed materials and equipment to respective quality and performance requirements, warranty periods, etc). 4) Commercial evaluation, including adjustment for provisional sums, quantifiable nonmaterial deviations or omissions, and determination of the NPV of electricity savings provided by the new luminaries over the period of fifteen (15) years; 5) Responsiveness to the qualifying criteria specified in the tender document, namely: (a) Experience as a prime contractor, joint venture member, management contractor or subcontractor, in the execution (for the period starting 1 January 2015 to 31 December 2019) of: — at least one (1) contract with a value of works, implemented by the tenderer, at least EUR 17 000 000 (seventeen million Euro) equivalent. OR — at least two (2) contracts, each with a value of works, implemented by the tenderer, at least EUR 8 500 000 (eight million five hundred thousand Euro) equivalent. OR — at least three (3) contracts, each with a value of works, implemented by the tenderer, at least EUR 4 500 000 (four million five hundred thousand Euro) equivalent. That have been successfully and substantially completed and that are similar to the contract in question. Substantial completion shall be based on 80 % or more works completed under the contract. The similarity shall be based on the nature, complexity, methods/technology used or other key characteristics of the contract, as described in Section VI, requirements of the tender document. Summation of several small value contracts (less than the values specified under the requirement) to meet the overall requirement will not be accepted. For contracts under which the tenderer participated as a joint venture member or subcontractor, only the tenderer’s share, by value, shall be considered to meet this requirement. In the case of a joint venture, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the joint venture meets the requirement of total number of contracts, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated. (b) The average annual turnover over the last 3 years is not less than EUR 12 000 000 (twelve million Euro) equivalent, calculated as total certified payments received for contracts in progress and/or completed within the last 3 (three) years starting 1 January 2017 to 31 December, 2019, divided by 3 (three) years. (c) The tenderer must demonstrate access to, or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: — the overall cash flow requirements for this contract taking into account its current commitments and pending awards for the entire duration of the contract; and — the estimated cash-flow requirements for three (3) months under the subject contract: EUR 1 500 000 (one million and five hundred thousand Euro) equivalent. (d) Availability of a valid ISO certification or internationally recognized equivalent (equivalency to be demonstrated by tenderer), such as Environmental management certificate ISO 14001; and Health and safety certificate OHSAS 18001. (e) The tenderer should has experience as a prime contractor, joint venture member, management contractor or sub-contractor, in the execution of at least one (1) contract successfully completed over the last five (5) years starting 1 January 2015 to 31 December, 2019, where key ESHS measures were carried out, or are in progress, satisfactorily and in compliance with international standards. In absence of the above certificates, availability of in-house policies and procedures for ESHS management. (f) History of non-performance and pending litigations: the tenderer, or any partner in a JVCA, shall not have a consistent history of litigation and/or arbitration resulting in awards against the tenderer, or any partner in a JVCA over the last five (5) years starting 1 January 2015 to 31 December 2019. All pending litigation in total shall represent not more than thirty percent (30 %) of the tenderer’s net worth and shall be treated as resolved against the tenderer. (g) the tenderer shall provide CVs of suitably qualified personnel and ensure their availability to fill the following positions: • contract manager (contractor’s representative) (at least 10 years of total experience and 5 years of experience in similar works); • site engineer (at least 10 years of total experience and 5 years of experience in similar works); • supply and logistics manager (at least 10 years of total experience and 5 years of experience in similar works); • chief design engineer (at least 10 years of total experience and 5 years of experience in similar works); • environmental, health and safety representative (at least 10 years of total experience and 5 years of experience in similar works). Qualification of any subcontractors (if proposed by the tenderer) will not be taken into account during evaluation of the tenderer’s qualification. The employer shall award the contract to the tenderer whose tender is substantially responsive to the requirements of the tender document and has been determined to be the most economically advantageous (pursuant to the methodology, specified in Section III, evaluation methodology of the tender document) provided further that the tenderer is determined to be qualified to perform the contract satisfactorily. A margin of preference for domestic contractors shall not be applied. Additional details are provided in the tender document. All firms are invited to participate in the tender. Interested eligible tenderers may obtain further information from, and inspect the tender document at: Contact person: Mr. Mykola Sichovyi, Acting Director Employer: Public utility company ‘Misksvitlo’ of the Dnipro city Council , Address 49107, UKRAINE, Dnipro city, 26 Shynna Street, 2nd floor, Room 25 Tel: +38(056)792-17-19 Fax: +38(056)792-17-19 E-mail: gorsvet.dnipro@ukr.net with mandatory copy to p.pakholko@umip-pmsu.org and o.khyzhniak@umippmsu.org A complete set of tender documents may be purchased on the submission of an application to the above address, and upon payment of a non-refundable fee of EUR 200 (two hundred Euro) or UAH 6 000 (six thousand Ukrainian Hryvnia) bearing the title and identification number of the contract to the bank account indicated below. The document will be sent by airmail for overseas delivery and surface mail or courier for local inland delivery. In addition, if requested by the tenderer, the tender document may also be dispatched electronically via email. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. On the request, against a faxed copy of the evidence of the remittance, the tender document may be sent by courier service if the transport is previously ordered by the tenderer in his country. The employer bears no responsibility for the delivery in such a case. The tenderer can also pick the documents up at the employer’s office. A tender Security of EUR 320 000 (three hundred twenty thousand Euro) or its equivalent in a freely convertible currency or in Ukrainian Hryvnia determined at the official rate(s) of the Ukrainian Hryvnia against foreign currencies established by the National Bank of Ukraine (www.bank.gov.ua) on the date twenty-eight (28) days prior to the tender submission deadline. All tenders must be delivered in closed and sealed envelopes bearing the mention ‘UMIP-OP-4- DNI-020 Rehabilitation of Public Lighting in the City of Dnipro’ not later than 12.00 noon local time 24 July 2020 at the address below. Tenders will be opened immediately in the presence of tenderers’ representatives who choose to attend at the address below. Address: Attention: Mr. Mykola Sichovyi, Acting Director Street Address: 26 Shynna Street Floor/Room number: 2 Nd floor, Room 25 City: Dnipro Postal Code: 49107 Country: Ukraine Bank accounts: For payments in Euro (EUR): IBAN: UA703395000000026007246020001 Beneficiary’s bank: TASCOMBANK JSC KIEV, UKRAINE SWIFT: MUNIUA22 MFO: 339500 EDRPOU number: 09806443 Bank’s address: 01032, Ukraine, Kyiv, str. Simona Petliuri, 30 Correspondent bank: Deutsche Bank AG Frankfurt-am-Main, GERMANY SWIFT: DEUTDEFF Beneficiary PUC ‘Misksvitlo’ of the DCC For payments in Ukrainian Hryvnia (UAH): IBAN: UA703395000000026007246020001 PUC ‘Misksvitlo’ of the DCC EDRPOU number: 03341598 Bank: TASCOMBANK JSC MFO: 339500 Address: 49107, Ukraine, Dnipro city, Shynna Street, 26, room 25.
| CPV-Code: |
50232000
|
| Abgabefrist: |
24.07.2020 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
Not specified |
| Vergabestelle: |
| name: |
Public utility company ‘Misksvitlo’ of the Dnipro city Council |
| address: |
None |
| postal_code: |
|
| city: |
Dnipro - UA |
| country: |
UA |
| email: |
None |
| phone: |
None |
| contact_point: |
|
| idate: |
1. Juli 2020 02:10 |
| udate: |
1. Juli 2020 02:10 |
| doc: |
268681_2020.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:268681-2020:TEXT:EN:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
10.06.2020 |
| Erfüllungsort: |
Dnipro - UA |
| Link: |
|
| Lose: |
| Name |
Los Nr 0 |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
| Name |
Los Nr 1 Ukraine__Dnipro__EIB - Programm für kommunale Infrastruktur in der Ukraine – Modernisierung der öffentlichen Beleuchtung der Stadt Dnipro |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|