None

Project ref.: Hydro Power Plants Rehabilitation Project Country: Ukraine Business sector: Power & Energy Project ID: 7961-IFT-40518 Funding source: EBRD and EIB loans Type of contract: Project goods, works and services Type of notice: Invitation for Tenders Issue date: 19 May 2015 Closing date: 15 Sep 2015; 11:00AM 1. This Invitation for Bidders follows the General Procurement Notice for this project which was published in Procurement Opportunities: http://www.ebrd.com/work-with-us/procurement/p-pn-140612a.html The Government of Ukraine has received the loans from the European Bank for Reconstruction and Development (EBRD) and the European Investment Bank (EIB) towards the cost of Hydro Power Plants Rehabilitation Project. The Public Joint-Stock Company “Ukrhydroenergo” now invites sealed bids from contractors for the following contracts to be funded from part of the proceeds of the loan: • Lot UHE/TKAP1/T/4-14 Rehabilitation of two (2) hydro-units (KAPLAN turbines and generators) at KREMENCHUG Hydro Power Plant (also called “Lot N o 1”). • Lot UHE/TKAP2/T/4-14 Rehabilitation of two (2) hydro-units (KAPLAN turbines and generators) at DNIPRODZERZHYNSK Hydro Power Plant (also called “Lot N o 2”). • Lot UHE/TKAP3/T/4-14 Rehabilitation of two (2) hydro-units (KAPLAN turbines and generators) at DNIPRO-2 Hydro Power Plant (also called “Lot N o 3”). Bidders are invited to submit bid for one or several lots. Discounts for award of several lots shall be considered for Bid Evaluation. The maximum Completion period is: Lot No.1: maximum Completion date is July 1 st 2019. Lot No.2: maximum Completion date is January 1 st 2020. Lot No.3: maximum Completion date is June 1 st 2019. 2. Bidding for contracts to be financed with the proceeds of the loans from the Banks 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. 3. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents for Procurement of Plant Design Supply and Installation, version April 2008, revised August 2010. These bidding documents have been adapted in order to comply with the EBRD's Procurement Policies and Rules, revision October 2014. 4. International competitive bidding will be conducted in accordance with the European Bank for Reconstruction and Development Two-Stage Bidding Procedure without pre-qualification. 5. The Bidders shall meet the following minimum qualification criteria: (a) Eligibility criteria: For all lots (i) No conflicts of interests (ii) Not having been declared ineligible by the Bank (iii) For Government Owned Companies, compliance with the following conditions: (i) legally and financially autonomous, (ii) operate under the principles of commercial law, and (iii) are not dependent agencies of the Employer or the Borrower (iv) Not having been excluded by an act of compliance with UN Security Council resolution (b) Financial criteria: In case of Bidders submitting bids for several lots, average annual turnover and cash flow criteria of each Lot shall be considered cumulatively: (i) current soundness of Bidders financial position and its prospective long term profitability; For Lot No.1 (ii) average annual turnover, within the last three (3) years, representing not less than forty-five million Euros (EUR 45. 000.000) (iii) The Bidder 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 12 [twelve] months, estimated as not less than fifteen million Euros [EUR 15.000.000] equivalent, taking into account the Bidder's commitments in other contracts. In case the applicant uses other currency, the calculations shall be based on the exchange rate, as set by [the National Bank of Ukraine] on the date of publication of the Invitation for Bidders. For Lot No.2 (ii) average annual turnover, within the last three (3) years, representing not less than thirty-four million Euros (EUR 34.000.000) (iv) The Bidder 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 12 [twelve] months, estimated as not less than eleven million Euros [EUR 11.000.000] equivalent, taking into account the Bidder's commitments in other contracts. In case the applicant uses other currency, the calculations shall be based on the exchange rate, as set by [the National Bank of Ukraine] on the date of publication of the Invitation for Bidders. For Lot No.3 (ii) average annual turnover, within the last three (3) years, representing not less than fifty-two million Euros (EUR 52. 000.000) (v) The Bidder 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 12 [twelve] months, estimated as not less than seventeen million Euros [EUR 17.000.000] equivalent, taking into account the Bidder's commitments in other contracts. In case the applicant uses other currency, the calculations shall be based on the exchange rate, as set by [the National Bank of Ukraine] on the date of publication of the Invitation for Bidders. (c) Experience criteria: For all lots: (i) General experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last ten (10) years, and with activity in at least nine (9) months in each year in the field of hydro-unit rehabilitation and new construction; (ii) Specific minimum experience in the following key activities: 1. Mechanical, hydraulic and electrical design of large KAPLAN units (turbine + generator) 2. Manufacturing of main components of large KAPLAN units: stator frame, stator magnetic core and windings, rotor poles, rotor rim, runner, runner rods, oil head, chamber and discharge ring; 3. Dismantling of existing large KAPLAN units: generator, runner chamber and discharge ring, concrete around the chamber, runner, 4. On-site assembling of large KAPLAN units: generator, runner chamber and discharge ring, concrete around the chamber, runner, oil head, 5. Overall testing of large KAPLAN units, including scale model testing 6. Commissioning and settings of large KAPLAN units. In case of Bidders submitting bids for several lots, the following criteria of each Lot shall be considered cumulatively (the same reference may be used for different lots if it complies with mentioned criteria): For Lot No.1 (iii) Specific minimum experience of participation as contractor, management contractor or subcontractor for the design, the supply and installation of new or rehabilitated large KAPLAN units (turbine + generator) with 100 rpm maximum, 13 kV minimum, 50 MW minimum in at least three (3) different large KAPLAN units (turbine + generator) within the last ten (10) years, that have been successfully completed and that are similar to the proposed Plant and Installation Services. For Lot No.2 (iii) Specific minimum experience of participation as contractor, management contractor or subcontractor, for the design, the supply and installation of new or rehabilitated large KAPLAN units (turbine + generator) with 100 rpm maximum, 10 kV minimum, 50 MW minimum in at least three (3) different large KAPLAN units (turbine + generator) within the last ten (10) years, that have been successfully completed and that are similar to the proposed Plant and Installation Services. For Lot No.3 (iii) Specific minimum experience of participation as contractor, management contractor or subcontractor, for the design, the supply and installation of new or rehabilitated KAPLAN units (turbine + generator) with 120 rpm maximum, 13 kV minimum, 100 MW minimum in at least three (3) different KAPLAN units (turbine + generator) within the last ten (10) years, that have been successfully completed and that are similar to the proposed Plant and Installation Services. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the relevant Bidding Documents. (d) Historical Contract non-performance criteria For all lots: (i) Non-performance of a contract did not occur within the last three (3) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted. The ratio of the arbitral or court decisions against the applicant or an individual member of a JVA shall not exceed 25% of all the decisions. (ii) All pending litigations shall in total not represent more than 25% of the applicant's net worth reported litigations. (e) Quality Management System (QMS) criteria: Bidders shall have and maintain during the whole contract performance a QMS in accordance with ISO 9000 standards requirements or equivalent. (f) Personnel: The Bidder shall provide suitably qualified personnel to fill the following positions: Contractor's representative, Electrical and Mechanical Design Manager, Electrical and Mechanical Factory Assembly and Test Engineer, Construction Manager and Commissioning Engineer. For each of these seven positions, the Bidder shall provide information on a principal candidate and an alternate, each of whom should meet the experience requirements specified below: No.; Position; Total Work Experience (years); In Similar Works Experience (years): 1; Contractor's Representative; 10; 5 2; Mechanical Design Manager; 15; 10 3; Electrical Design Manager; 15; 10 4; Mechanical FAT Engineer; 10; 5 5; Electrical FAT Engineer; 10; 5 6; Construction Manager; 15; 10 7; Commissioning Engineer; 10; 5 FAT = Factory Assembly and Testing The minimum number of candidates for each position is: Position; For Bidders submitting for one lot only: Principal candidate; For Bidders submitting for one lot only: Alternate candidate; For Bidders submitting for 2 lots: Principal candidate; For Bidders submitting for 2 lots: Alternate candidate; For Bidders submitting for 3 lots: Principal candidate; For Bidders submitting for 3 lots: Alternate candidate: Contractor's Representative; 1; 1; 1; 1; 1; 1 Mechanical Design Manager; 1; 1; 1; 1; 1; 1 Electrical Design Manager; 1; 1; 1; 1; 1; 1 Mechanical FAT Engineer; 1; 1; 1; 1; 1; 1 Electrical FAT Engineer; 1; 1; 1; 1; 1; 1 Construction Manager; 1; 1; 2; 2; 3; 2 Commissioning Engineer; 1; 1; 2; 2; 3; 2 FAT = Factory Assembly and Testing (g) Subcontractors (i) Subcontractors in charge of the Major Items of Plant and Installation Services, must comply with experience criteria (ii), (iii) and (iv) and with QMS criteria, for the part of which they are concerned. Qualification of the Subcontractors can substitute for the qualification of the Bidder itself for such concerned part, provided that the Bidder can demonstrate its own experience as a management contractor directly in charge of supervision of such subcontracted part in at least three (3) new or rehabilitated KAPLAN units over the last ten (10) years that have been successfully completed and that are similar to the proposed Plant and Installation Services. At least one (1) of these references must include supervision of the proposed Subcontractor. Otherwise, qualification of Subcontractors must be demonstrated in addition to the qualification of the Bidder itself. (ii) Subcontractors whose part represents more than 25% of the Bid Price must fulfil at least 25% of financial criteria (ii) and (iii); (iii) Subcontractors mentioned in paragraphs (i) and (ii) here above must provide Manufacturer's Authorisation showing that the Bidder has been duly authorised by the manufacturer or producer of the related plant and equipment or component to supply or install that item in the Employer's country. These qualification requirements are detailed in the Bidding Documents. 6. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below upon payment of a non-refundable fee of Six hundred fifty euros (650 EUR) (not taking into account bank fees). This set will include: a. One hard copy in English (including drawings) b. Electronic version in pdf in English without drawings (with Price and Time Schedules in Excel format and Bidding forms in MS Word) c. Electronic version in pdf in Ukrainian or in Russian with drawings (with Price and Time Schedules in Excel format and Bidding forms in MS Word) The hard copy in English is the only official version of bidding documents. In case of discrepancy, this version shall prevail. The method of payment (only in euros) will be direct deposit to any of the specified account numbers: For non-residents of Ukraine: Name of Beneficiary: PJSC «Ukrhydroenergo» EDRPOU 20588716 Bank of Beneficiary: Ukrgazbank JSB SWIFT: UGASUAUK Bank's Address: 1, Yerevanska str., city of Kyiv, Ukraine, 03087 Account number: 26007246396 Account Currency: EUR MFO 320478 Bank Correspondent: COMMERZBANK AG SWIFT: COBADEFF Bank's Address: Neue Mainzer Strasse 32-36, 60261 Frankfurt Am Main, Germany Bank Account Number: 4008864332 01 Note: Please indicate the Payment details as follows: Payment for the Tender Document No.UHE/TKAP/T/4-14. For residents of Ukraine: Назва отримувача: ПАТ «Укргідроенерго» ЄДРПОУ 20588716 Назва банку отримувача платежу: АБ «Укргазбанк» Код SWIFT: UGASUAUK Адреса банку: вул. Єреванська, 1 м. Київ, Україна, 03087 Номер рахунку: 26007246396 Валюта рахунку: Гривня МФО 320478 7. Upon request, the documents will be promptly dispatched by courier. No liability can be accepted for loss or late delivery 8. The First Stage Technical bids must be delivered to the address below on or before 11.00 am (local time) on September 15, 2015 at which time they will be opened in the presence of the Bidders' representatives who wish to attend. 9. Prospective Bidders may obtain further information regarding the purchase of the bidding documents at the office of PJSC “Ukrhydroenergo” during office hours 08-00 to 17-00 of local time. Address of PJSC “Ukrhydroenergo”: Public Joint-Stock Company “Ukrhydroenergo” , Attn: Mrs. Zhanna Gutina , PJSC “Ukrhydroenergo” , 07300 , Vyshgorod , Kyiv region, Ukraine. Tel: +38 04596 582 27 . Fax: +38 04596 220 07 . E-mail: gutina@ges.kv.energy.gov.ua
CPV-Code: 45251120
Abgabefrist: 15.09.2015
Typ: Contract notice
Status: Submission for one or more lots
Aufgabe: None
Vergabestelle:
name: Public Joint-Stock Company “Ukrhydroenergo”
address: PJSC “Ukrhydroenergo”
postal_code: 07300
city: Vyshgorod - UA
country: UA
email: None
phone: +38 04596 582 27
contact_point:
idate: 22. Juni 2020 17:32
udate: 22. Juni 2020 17:32
doc: 272541_2015.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:272541-2015:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 04.08.2015
Erfüllungsort: Vyshgorod - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Vyshgorod__EBWE - Projekt zur Instandsetzung von Wasserkraftwerken
Gewinner None
Datum
Wert None
Anzahl Angebote None