None

Project name: Lviv District Heating Rehabilitation Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 8413-IFT-39300 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 19.09.2016 Closing date: 08.11.2016 at 13:00 local time This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Opportunities, on 18 December 2014 and updated on 28 January 2016. The Lviv City Communal Enterprise “LVIVTEPLOENERGO” (the Employer) has received a grant from the Eastern Europe Energy Efficiency and Environmental Partnership (E5P) Fund, and a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the Lviv District Heating Rehabilitation Project. The Employer now invites sealed tenders from Contractors for the following contract to be funded from part of the proceeds of the loan/grant: • Supply and Installation of 409 Individual Heating Substations, including Design, Connection, Start-up and Commissioning Tendering for contracts to be financed with the proceeds of a loan/grant from the Bank is open to firms from all countries. The proceeds of the Bank’s loan/grant 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. To be qualified for the award of contract, the tenderers shall have relevant licences in accordance with the Ukrainian regulations, including but not limited to construction licence, design licence, availability of certified designers, etc. If the tenderer does not have a licence authorising execution of a certain type(s) of the works required, it is possible to involve a subcontractor having the appropriate licence. The absence of licences at the time of the submission of the First Stage Tender shall not constitute the reason for rejection of the tender. The licences shall be obtained and copies submitted to the Employer prior to Contract entering into force, twenty-eight (28) days upon receiving the Letter of Acceptance. To be qualified, a Tenderer must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position and litigation history, specified below: 1. Historical Contract Non-performance. The Tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five (5) years. A consistent history of 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 (3) years shall be submitted and must demonstrate the soundness of the Tenderer's financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the Tenderer's bankers. 2.2. Average annual turnover. Average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last five (5) years of EUR fifteen million three hundred thousand (15,300,000) equivalent. 2.3. Financial resources. 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 six (6) months, estimated as not less than EUR one million (1,000,000) equivalent, taking into account the Tenderer's commitments for other contracts. 3. Experience. The Tenderer shall meet the following minimum criteria: (a) General experience: Successful experience as prime contractor in the execution of at least three (3) projects of a nature and complexity comparable to the one proposed. One of the referenced projects shall have the value of at least EUR 7,000,000 (seven million) equivalent. All the projects shall have been successfully and substantially completed within the last five (5) years. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Volume III, The Requirements. (b) Specific experience: (i) Proven experience (via provision of copies of completed contracts, reference letters, etc.) in the supply, installation and commissioning of 2,500 IHS within the last ten (10) years in the countries of Eastern Europe or countries with climatic and technical conditions similar to Ukraine. (ii) The tenderer is required to demonstrate that the IHS (with respective equipment manufacturers) installed by the tenderer as prime contractor have operated successfully within two (2) years upon the expiration of the guarantee period. (iii) The tenderer is also required to demonstrate that it has previously performed those similar activities at paces comparable to the pace required to implement the project. 4. Personnel Capabilities. The Tenderer shall provide suitably qualified personnel to fill the following positions. For each position the Tenderer will supply information (in Form 5), each of whom should meet the experience requirements specified below: Position – Total experience (years) – In similar works (years) Project Manager – 10 – 5 Main Engineer – 10 – 7 Chief designer– 10 – 7 Heating engineer – 5 – 3 Quality Control Manager – 5 – 4 Commissioning and tests engineer – 5 – 4 Minimum Staff Personnel requirement numbers: Position – Number of staff Project Manager – 1 Main Engineer – 1 Chief Designer – 1 Heating Engineer – 1 Quality Control Manager – 1 Commissioning and tests engineer – 1 5. Equipment Capabilities. The Tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), the following key items of equipment in full working order, and must demonstrate that, based on known commitments, they will be available for use in the proposed contract. Joint ventures must satisfy the following minimum qualification requirements: (a) The lead partner shall meet not less than 60 percent of all the qualifying criteria for general experience and financial position specified above. (b) The other partners shall meet not less than 40 percent of all the qualifying criteria for general experience and financial position specified above. The joint venture must satisfy collectively the criteria for personnel and equipment capabilities and financial position stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity. Individual members must each satisfy the requirements for audited balance sheets and litigation. Tender documents may be obtained from the address below upon payment of a non-refundable fee of EUR 200 equivalent, which shall be paid to the Lviv City Communal Enterprise “LVIVTEPLOENERGO”: 1) for payments from abroad: BENEFICIARY: LVIV CITY COMMUNAL ENTERPRISE LVIVTEPLOENERGO, 1 DANYLA APOSTOLA STR., ROOM 303, 79040 LVIV, UKRAINE ACCOUNT OF BENEFICIARY: 260021215883 BANK OF BENEFICIARY: PUBLIC JOINT STOCK COMPANY JOINT STOCK BANK “UKRGASBANK”, Kyiv, Ukraine, 1 Yerevanska Str. SWIFT: UGASUAUK ACCOUNT BANK OF BENEFICIARY: 400886433201 CORRESPONDENT BANK: COMMERZBANK AG, Neue Mainzer Strasse 32-36, 60261 Frankfurt am Main, Germany SWIFT: COBADEFF 2) for local payments in UAH (Ukrainian hryvnia): PUBLIC JOINT STOCK COMPANY “IDEA BANK” account No.: 26004005513042 Upon request, the documents will be promptly dispatched by courier, but no liability can be accepted for loss or late delivery. 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 08 November 2016, 13:00 local time, when 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 EUR 100,000 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. A site visit will be held on 04 October 2016, starting at 10:00 local time at LCCE “Lvivteploenergo” (Ukraine). A register of potential Tenderers who have purchased the tender documents may be inspected at the address below. Prospective Tenderers may obtain further information and inspect and acquire the tender documents at the following office: Ms. Stepaniya Hnatchuk, room 303 , Lviv City Communal Enterprise “LVIVTEPLOENERGO” , 1 Danyla Apostola Str. , 79040 Lviv , Ukraine. Tel.: +38 (032) 267 31 31 . Fax: +38 (032) 297 07 43 , e-mail: gnatchuk_stefa@lte.lviv.ua
CPV-Code: 45251250
Abgabefrist: 08.11.2016
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: Lviv City Communal Enterprise “LVIVTEPLOENERGO”
address: 1 Danyla Apostola Str.
postal_code: 79040
city: Lviv - UA
country: UA
email: None
phone: +38 (032) 267 31 31
contact_point:
idate: 12. Juni 2020 21:54
udate: 12. Juni 2020 21:54
doc: 335111_2016.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:335111-2016:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 28.09.2016
Erfüllungsort: Lwiw - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Lwiw__EBWE - Lieferung und Installation von einzelnen Hausstationen im Fernwärmesystem
Gewinner None
Datum
Wert None
Anzahl Angebote None