None

Procurement reference: 9187-IFT-48235 Project name: Kremenchuk Trolleybus Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 48235 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 20.7.2018 Closing date: 4.9.2018 at 12:00 local time This Invitation for Tenders follows the General Procurement Notice Ref 8458-GPN-48235 for this project, which was published on the European Bank for Reconstruction and Development (the Bank) website, Procurement Notices (www.ebrd.com) on 11.11.2016 and updated on 6.3.2018 Ref 9018-GPN-48235. Communal Enterprise “Kremenchutske troleybusne upravlinnya“, hereinafter referred to as “the Purchaser”, intends to use part of the proceeds of a loan from 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: Contract No. KPT-03, Supply of trolleybus automated washing equipment and related services, including: — automatic washing unit, — automatic unit for water recycling and water treatment, — equipment for air-blowing and drying of trolleybuses, — a set of spare parts and consumables, — related services, including repair of floor and lighting in the washing area. Delivery conditions: DDP (Kremenchuk). Delivery period is 20 weeks after receipt of advance payment. One contract will be signed. Tendering for the contract that is to be financed with the proceeds of a loan from the Bank 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 3 (three) 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 (three) years must demonstrate the soundness of tenderer financial position, showing long-term profitability. d) The tenderer must have an average annual turnover as prime Supplier over the last 3 (three) years of at least EUR 400 (four hundred) thousand 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 120 EUR (one hundred and twenty) thousand equivalent; f) Supply and installation (or supervision of installations) of facilities for washing of public transport vehicles (for buses, trolleybuses, trams and trains) in a quantity of not less than 2 (two) contracts in the last 3 (three) 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 washing equipment proposed in the tender shall have at least 3 (three) years of manufacturing experience. j) Manufacturer of washing equipment proposed in the 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) The lead partner of JVCA shall meet 60 % (sixty) of all the above referred qualification criteria on average annual turnover and financial resources. (b) Each other partner of JVCA shall meet at least 20 % (twenty) 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), 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 shall be distributed electronically in PDF and MS Word formats to the email address, indicated in the written request, but no liability can be accepted for loss or late delivery. In the event of any discrepancy between PDF and MS Word versions of the documents, the PDF version shall prevail. All tenders must be accompanied by a Tender Security in the amount of 6 000 EUR (six thousand) or its equivalent in a convertible currency or equivalent in Ukrainian Hryvnia at the exchange rate of National Bank of Ukraine on the date of payment. The tenders must be delivered to the address below on or before 4.9.2018, 12:00 Kiev time, at which time they will be opened in the presence of those tenderers’ representatives choose to attend. A register of potential Tenderers who have purchased the tender documents may be inspected at the address below. The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP and R, rev. October 2014), which can be located at: http://www.ebrd.com/news/publications/policies/procurement-policies-and-rules.html 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: 04.09.2018
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: Communal Enterprise „Kremenchutske troleybusne, upravlinnya“
address: None
postal_code:
city: Kremenchuk - UA
country: UA
email: None
phone: +380 (93) 3567580
contact_point:
idate: 10. Juni 2020 17:20
udate: 10. Juni 2020 17:20
doc: 322363_2018.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:322363-2018:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Other
Vertrag: Supplies
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 25.07.2018
Erfüllungsort: Kremenchuk - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Kremenchuk__EBWE - Lieferung von automatisierter Waschausrüstung für Oberleitungsbusse und damit verbundene Dienstleistungen
Gewinner None
Datum
Wert None
Anzahl Angebote None