Project name: Lviv Road Rehabilitation and Modernisation Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 6968-IFT-39789 Funding source: EBRD Type of contract: Works Type of notice: Invitation for Tenders Issue date: 30.11.2012 Closing date: 21.01.2013, 12:00 Ukraine time This Invitation for Tenders follows the General Procurement Notice for this project which was published in 'Procurement Opportunities', EBRD 26.04.2010. Lviv Communal Enterprise "LvivAvtoDor", hereinafter referred to as "the Employer", intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development ("the Bank") towards the cost of a project to undertake rehabilitation and modernization of tram tracks in the City of Lviv. The Employer now invites sealed tenders from contractors for the following contracts to be funded from part of the proceeds of the loan: Construction of the tram line to the residential area "Sykhiv" (from I. Svencic'koho - Uhors'ka str.) on tram line 4 (including rehabilitation of underlying utilities) The works – including supply of rails and materials - on the tram lines 4, in One (1) LOT, will include: LOT 1: '(I. Svencic'koho - Uhors'ka)' length 1,981.5 meters on tram line 4 Tendering for contracts 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 the contract, tenderers must have the relevant licenses in accordance to the Ukrainian Regulation. If the Contractor doesn't have the license for the execution of some kinds of works it is possible to hire a Subcontractor that has the appropriate licence. 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. General Experience. The Tenderer shall meet the following minimum criteria: (a) average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last Five (5) years of Euro Seven (7) million equivalent. (b) successful experience as prime contractor in the execution of at least three projects of a nature and complexity comparable to the proposed contract within the last Five (5) years; Proven experience in implementation of railway or tramway Track construction Projects. The Tenderer is also required to demonstrate that it has previously performed the activities at rates comparable to the peak annual rate required to implement the project. 2. 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)/ As manager of similar works (years) – Minimum staff requirements Project Manager – 10 / 5 / 3 – one specialist Main Engineer – 7 / 3 / 3 – one specialist Road Engineer – 5 / 3 / 3 – one specialist Quantity Surveyor – 5 / 3 / 3 – one specialist Electrical Engineer (High & Low Voltage) – 5 / 3 / 3 - one specialist Mechanical Engineer (Water & Canalisations, gaz) – 5 / 3 / 3 - one specialist Tram Track Manager – 7 / 4 / 3 – one specialist Quality Control Manager – 7 / 4 / 3 - one specialist Minimum Staff Personnel requirement numbers: Project Manager - 1 Main Engineer - 1 Road Engineer - 1 Quantity Surveyor - 1 Electrical Engineer (High & Low Voltage) - 1 Mechanical Engineer (Water & Canalisations, gas) - 1 Tram Track Manager - 1 Quality Control Manager - 1 3. 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. The Tenderer may also list alternative equipment which he would propose to use for the contract, together with an explanation of the proposal. Equipment type – Minimum characteristics – Minimum quantity required 1. Bitumen spraying machine – Capacity 3500 litres – 1 2. Mounted trucks – Load-carrying Capacity 6 t – 1 3. Dumper Trucks – Load-carrying Capacity 20 t – 7 4. Asphalt Application Vehicles – min. 8 m in width – 1 5. Land leveller – Capacity 100 kW – 1 6. Single-scoop diesel excavators with suspension system – Scoop capacity 0.60 m3 – 2 7. Single-scoop diesel excavators with suspension system – Light (scoop not more than 0,15 m3) – 1 8. Loading excavator Caterpillar 434E or similar – 65 kW – 1 9. Road motor rollers – Weight 10 t – 2 10. Road motor rollers – Weight up to 5 t – 1 11. Hand compactor – 25 kg – 4 12. Vehicle-mounted cranes – Load-carrying capacity 18 t – 2 13. Concrete vibrator "hummer" – frequency 8000 vpm – 2 14. Vibrating Concrete Screed – Gasoline or electric – 1 4. Financial Position. 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 3 months, estimated as not less than Euro 1,500,000 equivalent, taking into account the Tenderer's commitments for other contracts. The audited balance sheets for the last Five (5) 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. 5. Litigation History. 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 years. A consistent history of awards against the Tenderer or any partner of a joint venture may result in rejection of the tender. 6. Joint Venture Requirements. 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 25 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 office at the address below upon payment of a non-refundable fee of Euro 200 equivalent, which should be paid to Lviv Communal Enterprise "Lvivavtodor" : For tenderers from abroad: Account N°: 2600800033647.978 (EUR), SWIFT code EXBSUAUXLVI Intermediary banks: Deutsche Bank AG, Frankfurt am Main, Swift address: DEUTDEFF Commerzbank AG, Frankfurt am Main, Swift address: COBADEFF For tenderers from Ukraine: Account number 2600800033647.980 (UAH) at 'Ukreximbank JSC, Lviv' If requested, the documents will be promptly dispatched by courier and, in addition, electronically via e-mail but no liability can be accepted for loss or late delivery. All tenders must be accompanied by a tender security of Euro 40,000 or its equivalent in a convertible currency. Tenders must be delivered to the office at the address below on or before Monday 21 st January 2013 12:00hrs (Lviv, local time), at 12:30hrs pm will be opened in the presence of those tenderers' representatives who choose to attend. 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: Lviv Communal Enterprise «Lvivavtodor» , Pasiky Halycky Street, 7 , 79035 Lviv , Ukraine. Contact person: Andriy Storozhuk. Tel : +38 (032) 270-41-68 . Fax : +38 (032) 270-41-66 , e-mail: lvivavtodor.tender@ukr.net; lvivavtodor.tender@gmail.com
| CPV-Code: |
45234126
|
| Abgabefrist: |
21.01.2013 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Lviv Communal Enterprise «Lvivavtodor» |
| address: |
Pasiky Halycky Street, 7 |
| postal_code: |
79035 |
| city: |
Lviv - UA |
| country: |
UA |
| email: |
None |
| phone: |
+38 (032) 270-41-68 |
| contact_point: |
|
| idate: |
15. Juni 2020 03:44 |
| udate: |
15. Juni 2020 03:44 |
| doc: |
390688_2012.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:390688-2012:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
08.12.2012 |
| Erfüllungsort: |
Lviv - UA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 UA__Lviv__EBWE - Bau der Straßenbahnlinie in das Wohngebiet „Sykhiv“ (ab I.Svencic'koho - Uhors'ka Str.) für die Straßenbahnlinie 4 (einschließlich Sanierung der darunter liegenden Versorgungsleitungen) |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|