None

Procurement reference: 9219-IFT-48756 Project name: Ivano-Frankivsk Trolleybus Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 48756 Funding source: EBRD Type of contract: Project goods, works and services Type of notice: Invitation for Tenders Issue date: 31.8.2018 Closing date: 16.10.2018 at 11:00 local (Kyiv) time This Invitation for Tenders follows the General procurement notice for this project which was originally published on the European Bank for Reconstruction and Development (the Bank) website, Procurement Notices (www.ebrd.com) on 3.4.2017. Communal Enterprise “Electroavtotrans” (hereinafter – the Employer) has received a loan and a grant from the European Bank for Reconstruction and Development (hereinafter – the Bank) for implementation of Ivano-Frankivsk Trolleybus Project. The Employer now invites sealed tenders from Contractors for the following contract to be funded from part of the proceeds of the loan: — Construction of new traction substation (TCS-12) with capacity of 2 x 1 600 kVA and trolleybus line “Railway station – Bus Station No. 3” The Contract includes: implementation of design works, construction of new traction substation TCS-12, laying of 10 kV and 600V cable lines, installation of two additional switchgear linear cabinets 110/35/10kV “Krykhivtsi” for trolleybus network of CE “Electroavtotrans”, construction of trolleybus line “Railway station – Bus station No. 3”, as well as installation (replacement) of the SCADA system (including the equipment at TCS-2, TCS-12). Scope of works shall include: surveying, design, construction works, supply, installation, connection, testing and commissioning of the new traction substation, construction of catenary network and provision of necessary additional services (training, etc.). Time for completion of the contract – 14 months (420 days). 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 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. To be qualified for the award of a contract, Tenderers must have relevant licenses and permits in accordance with legislature of Ukraine. If the Tenderer doesn’t have license and permits for execution of certain type(-s) of required works, he may involve the Subcontractor that has such a license. To be qualified for the award of a contract, the Tenderer must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position and litigation history, specified below: 1) History of non-performing contracts. The Tenderer shall provide accurate information about all current and past litigation or arbitrary matters resulting from contracts competed or under execution within the last five (5) years. A consistent history of judicial decisions 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 Tenderer’s audited balance sheets, or if not required by the law of the Tenderer’s country, other financial statements acceptable to the Employer, for the last three (3) years that demonstrate the soundness of the Tenderer’s financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the Tenderer’s banks. 2.2) Average Annual Turnover. Average annual turnover as prime Contractor (based on financial accounts by the Tenderer) for the last 3 (three) years amount of 3 000 000 EUR (three million) 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 4 (four) months, estimated as not less than 350 000 EUR (three hundred and fifty thousand) equivalent, taking into account the applicant's commitments for other contracts. 3) Experience. The Tenderer shall meet the following minimum criteria: (a) General experience: Successful experience in the execution of construction contracts as prime Contractor no less than 5 (five) projects of similar nature and complexity of proposed that have been successfully and substantially completed within last 7 (seven) years. Conformity must based on physical size, complexity, methods/technologies or other characteristics that described in the Volume III. “The Requirements”. (b) Specific experience: For the above or other contracts executed during the period stipulated in para 3(a) above, a minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or subcontractor during at least 5 (five) years, starting between 1.1.2013 and application submission deadline: (i) Participation as contractor or management contractor in at least 2 (two) contracts, each with a value of at least 1 000 000 EUR (one million), that have been successfully and substantially completed. (ii) For the above and any other contracts completed and under implementation as prime contractor, joint venture member, management contractor or sub-contractor between 1.1.2013 and application submission deadline, a minimum construction experience in the following key activities successfully completed: a) Confirmed substantial experience of supply, installation and commissioning of at least 3 (three) traction substations for municipal public transport in Ukraine or any CIS country within the indicated period of time; b) The tenderer shall also demonstrate experience in design of traction substations of municipal electric transport with capacity of 2 х 1 000 kVA in the amount of at least 2 (two) similar projects within the indicated period of time; c) The tenderer shall also demonstrate experience in design of catenary networks of municipal electric transport with the length at least 2,5 km one way in the amount at least 2 (two) similar projects within the indicated period of time; d) The Tenderer shall demonstrate that works implementation tempo is equivalent to the ones, required for the implementation of the project. (iii) The Tenderer shall demonstrate that traction substations mentioned in para ii.(a), which were installed by the Tenderer in the role of the Prime Contractor, are successfully operated by providing copies of Taking-Over Certificates and positive reference letters from the Operators. At the date of Tender submission at least 1 (one) substation shall have been operated during 2 (two) years after commissioning. 4. Personnel qualification. The Tenderer shall provide properly qualified personnel for staffing which shall comply with the further provided experience requirements for the following positions: Position – Total Experience (in years) – Execution of similar work (in years) — Management of similar works (in years). — Project Manager – 10 – 5 – 5, — Chief Design Engineer – 10 – 7 – 5, — Traction Substation Design Electrical Engineer – 7 – 5 – N/A, — Public Electric Transport Catenary Network Design Electrical Engineer – 7 – 5 – N/A, — Lead Civil Engineer – 10 – 7 – 5, — Electrical engineer (Traction and switchgear substations) – 7 – 5 – N/A, — Electrical engineer (contact lines and switchgear network) – 7 – 5 – N/A, — Quality Engineer – 5 – 4 – N/A, — Quantity Surveyor – 3 – 2 – N/A, — Health and Safety and Environmental Protection Engineer – 3 – 2 – N/A. 5) Technical infrastructure. The tenderer shall own, or have assured access to (through hire, lease, purchase agreement, consent to purchase, availability of manufacturing equipment and production capability manufacturing equipment, or other means), the following key items of machine, plant, 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. Besides, the Tenderer may also list alternative equipment which he would propose to use for the contract, together with an explanation of the proposal. (Type of Equipment – Minimal characteristics – Required minimum number). (1) Extensible crane, type AP-17 (or equivalent) – Crane reach is 7.5 m – 2 (2) Vehicle for repair of the catenary network, type AT-70 (or equivalent) – Platform lift height is 6.0 m. Platform insulation resistance is 2 Mega ohms – 4 (3) Single-scoop diesel excavator with pneumatic-tyred towed rollers –Scoop capacity - 0.6 m 3 - 1 (4) Single-scoop diesel excavator with suspension system – Scoop capacity 0.25 m 3 – 2 (5) Vehicle-mounted crane – Load carrying capacity 25t – 1 (6) Grader – Capacity 120 h.p. – 1 6) The joint ventures, consortiums and associations (hereinafter – “JVCA”) shall satisfy the following minimal qualification requirements: (a) Leading partner of the JVCA shall meet at least 60 (sixty) percent (%) of all qualifying criteria for general experience and financial position specified above. (b) Other partners of the JVCA shall meet at least 30 (thirty) percent (%) of all qualifying criteria for general experience and financial position specified above. The JVCA must satisfy collectively the criteria for general and specific experience, 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 of the JVCA must each satisfy the requirements for audited balance sheets and litigation. 7) Subcontractors and Suppliers. In those cases, when the Tenderer offers to employ specific subcontractors and/or suppliers for execution of part of works or conduct supplies under the Contract, the amount of which exceeds 10 (ten) percent (%) of the Grand Total of the Contract, the Tenderer shall provide information in accordance with the forms in Volume I.viii Tender Qualification – Forms for each proposed subcontractor or supplier. The Tenderer shall not use references of such sub-contractors or sub-suppliers. 8) Aftersale Maintenance. The Tenderer of its local representative shall fulfil the provided in Technical documents obligations concerning technical maintenance, warranty maintenance, repair and provision with the spare parts, as well as maintenance of all the equipment, included into the shipment, within 3 (three) years. The Tenderer shall provide information if there are active service centers and/or storehouses within the country of the Employer for technical maintenance and repair of the equipment. A 2 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. Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of 200 EUR (two hundred) equivalent, which should be paid to Communal Enterprise “Electroavtotrans” to the following bank details: (1) For the Ukrainian Tenderers upon payment of the specified amount in Hryvnias at the interbank rate on the day of payment to the account: Payee: Communal Enterprise “Electroavtotrans” Payee’s Account no. 26007300034323 Payee’s Bank: Territorial separated non-accounting branch No. 10008/0143 of subsidiary IvanoFrankivsk Regional Department of Public Joint Stock Company "State Savings Bank of Ukraine" ("Oschadbank") (2) For foreign Tenderers upon payment of the specified amount to the account: Payee: Communal Enterprise “Electroavtotrans” Payee’s Account no. 26006301034323 Payee’s Bank: Territorial separated non-accounting branch №10008/0143 of subsidiary Ivano-Frankivsk Regional Department of Public Joint Stock Company "State Savings Bank of Ukraine" ("Oschadbank") The Tenderer shall state the purpose of payment “Payment for receiving tender documents under Ivano-Frankivsk Trolleybus Project of the Contract “Construction of new traction substation (TCS-12) with capacity of 2х1600 kVA and trolleybus line “Railway station – Bus Station No. 3”. The 200 EUR payment includes expenses for tender document preparation and communication services (including VAT and excluding the Bank fee and other fees to be paid by the Tenderer). 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; however, no liability can be accepted for non-delivery or late delivery. In the event of any discrepancy between PDF and MS Word versions of the documents, the PDF version shall prevail. A Pre-tender meeting will take place on 20.9.2018 at 11:00 am local time at the address below. Tenders must be delivered to the office at the address below on or before 16.10.2018 at 11:00 am local time, at which time they will be opened in the presence of those Tenderers’ representatives who choose to attend. All Second Stage tenders must be accompanied by a Tender Security of 50 000 EUR (fifty thousand) or the equivalent amount in another freely convertible currency or in the Ukrainian Hryvnia, determined at the official rate(s) of the Ukrainian Hryvnia against foreign currencies established by the National Bank of Ukraine as of the date of the tender security issue and must be delivered to the address below in 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. The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R, Rev. November 2017) which can be located at: https://www.ebrd.com/work-with-us/procurement/policies-and-rules.html A register of potential Tenderers who have purchased the tender documents may be inspected at the address below. Prospective Tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office: Contact person: Mr Vitalii Holutiak , Director, “Elektroavtotrans” Communal Enterprise , 40, Troleibusna Street, Ivano-Frankivsk , 76008, UKRAINE, Tel: +380 342 584568 - Fax: +380 342 584568 - Email: dkp1983@ukr.net with CC to: ivaniv.olena03@gmail.com - eatifua@gmail.com
CPV-Code: 34622300
Abgabefrist: 16.10.2018
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: “Elektroavtotrans” Communal Enterprise
address: None
postal_code:
city: Ivano-Frankivsk - UA
country: UA
email: None
phone: +380 342 584568
contact_point:
idate: 22. Juni 2020 23:34
udate: 22. Juni 2020 23:34
doc: 389648_2018.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:389648-2018:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Other
Vertrag: Works
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 07.09.2018
Erfüllungsort: Ivano-Frankivsk - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Ivano-Frankivsk__EBWE - Bau eines Unterwerks und eines Oberleitungsnetzwerks für Oberleitungsbusse
Gewinner None
Datum
Wert None
Anzahl Angebote None