Project name: Hydro Power Plants Rehabilitation Project Country: Ukraine Business sector: Power and Energy Project ID: 7237-IFT-40518 Funding source: EBRD loan proceeds Type of contract: Supply and Installation of Plant and Equipment (Two stage tendering) Type of notice: Invitation for Tenders Issue date: 28 November 2013 Closing date: 18 March 2014 1. This Invitation for Bidders follows the General Procurement Notice for this Project which was published in Procurement Opportunities: http://www.ebrd.com/english/pages/workingwithus/procurement/notices/project/130612a.shtm The Government of Ukraine has received a loan 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/TFCS1/T/3-13 Rehabilitation of three (3) non reversible units (3 FRANCIS turbines and 3 generators) at KYIV Pump storage Power Plant (also called "Lot N o 1") • Lot UHE/TFCS2/T/3-13 Full rehabilitation of three (3) units (3 FRANCIS turbines and 3 generators) at DNIPRO 1 Hydro Power Plant (also called "Lot N o 2") Bidders are invited to submit Bid for one or both lots. Discounts for award of both lots shall be considered for Bid Evaluation. For both lots, the maximum Completion date is sixty (60) months from the Effective Date. 2. Bidding 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 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 Bank's Procurement Policies and Rules, revision May 2010. 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 both 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 both 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 eight millions Euros (EUR 8.000.000) (iii) financial resources sufficient to meet: (1) the following minimum cash-flow requirement: two millions Euros (EUR 2.000.000) (2) the overall cash flow requirements for this contract and its current works commitment. For Lot No.2: (ii) average annual turnover, within the last three (3) years, representing not less than forty-seven millions Euros (EUR 47.000.000). (iii) financial resources sufficient to meet: (1) the following minimum cash-flow requirement: eleven millions Euros (EUR 11.000.000) (2) the overall cash flow requirements for this contract and its current works commitment. (c) Experience criteria: In case of Bidders submitting bids for both lots, following criteria of each Lot shall be considered cumulatively: For Lot No.1: (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 of participation as contractor, management contractor or subcontractor, for the design, supply, installation and commissioning of new or rehabilitated FRANCIS units (turbine + generator) with 200 rpm maximum, 10 kV minimum, 40 MW minimum in at least five (5) different FRANCIS 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. (iii) Specific minimum experience in the following key activities: - Mechanical, hydraulic and electrical design of FRANCIS units (turbine + generator) - Manufacturing of main components of FRANCIS units, - Dismantling of existing FRANCIS units, - On-site assembling of FRANCIS unit, - Overall testing of FRANCIS units, including scale model testing and - Commissioning and settings of FRANCIS units. For Lot No.2: (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 of participation as contractor, management contractor or subcontractor, for the design, supply, installation and commissioning of new or rehabilitated FRANCIS units (turbine + generator) with 83,3 rpm maximum, 13,8 kV minimum, 70 MW minimum in at least five (5) different FRANCIS 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. (iii) Specific minimum experience in the following key activities: - Mechanical, hydraulic and electrical design of FRANCIS units (turbine + generator) - Manufacturing of main components of FRANCIS units, - Dismantling of existing FRANCIS units, - On-site assembling of FRANCIS unit, - Overall testing of FRANCIS units, including scale model testing and - Commissioning and settings of FRANCIS units. (d) Historical Contract non-performance criteria For both lots (i) Non-performance of a contract did not occur within the last three (3) years. (ii) All pending litigation shall in total not represent more than ten percent (10%) of the Bidder's net worth. (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 Managers, Construction Manager, Electrical and Mechanical Factory Assembly and Test Engineers, and Commissioning Engineer. For each of these seven positions, the Bidder shall provide information on a principle 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; Electrical Design Manager; 15; 10 3; Mechanical Design Manager; 15; 10 4; Construction Manager; 15; 10 5; Electrical Factory Assembly and Test Engineer; 10; 5 6; Mechanical Factory Assembly and Test Engineer; 10; 5 7; Commissioning Engineer; 10; 5 The minimum number of candidates for each position is: Position; For Bidders submitting for one lot only (either Lot No.1 or Lot No.2): Principal candidate; For Bidders submitting for one lot only (either Lot No.1 or Lot No.2): Alternate candidate; For Bidders submitting for both lots: Principal candidate; For Bidders submitting for both lots: Alternate candidate: Contractor's Representative; 1; 1; 1; 1 Electrical Design Manager; 1; 1; 1; 1 Mechanical Design Manager; 1; 1; 1; 1 Construction Manager; 1; 1; 2; 2 Electrical FAT Engineer; 1; 1; 1; 1 Mechanical FAT Engineer; 1; 1; 1; 1 Commissioning Engineer; 1; 1; 2; 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 five (5) contracts of new or rehabilitated hydro 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 1 (one) 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 which 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 Authorization showing that the Bidder has been duly authorized 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 above and upon payment of a non-refundable fee of Nine hundred and fifty euros (950 EUR) (not taking into 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 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: Intermediary Bank DEUTSCHE BANK AG, FRANKFURT AM MAIN, DE SWIFT: DEUTDEFF Correspondent Bank KHRESCHATYK BANK, KYIV, UKRAINE SWIFT: KHRCUAUK Account № 100- 9477720 00/EUR Bank of Beneficiary UKRCONSTINVESTBANK JSC, Kiev, Ukraine Account № 1600100018925 Beneficiary Ukrhydroenergo PJSC, 07300 Vyshgorod, Kyiv region, Ukraine Account № 26005301068101 Note: Please indicate the Payment details as follows: Payment for the Tender Document No.UHE/TFCS/T/3-13. For residents of Ukraine: ПАТ «Укргідроенерго» Код ЄДРПОУ 20588716 Р/р 26005301068101 у Публічному акціонерному товаристві «Український будівельно- інвестиційний банк» МФО 380377 Код ЄДРПОУ банку 26547581 Адреса: 01133, м. Київ, бульвар Л. Українки, 30-В. Or by a direct payment to the PJSC "Ukrhydroenergo" cashier in the equivalent in Ukrainian Hryvna (UAH) according to the National Bank of Ukraine exchange rate at the day of Bidding Documentation purchase at the address specified below. 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 March 18, 2014, 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 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" office 217 , 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: |
50532300
|
| Abgabefrist: |
18.03.2014 |
| Typ: |
Contract notice |
| Status: |
Submission for one or more lots |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Public Joint-Stock Company "Ukrhydroenergo" |
| address: |
PJSC "Ukrhydroenergo" office 217 |
| postal_code: |
07300 |
| city: |
Vyshgorod - UA |
| country: |
UA |
| email: |
None |
| phone: |
+38 04596 582 27 |
| contact_point: |
|
| idate: |
26. Juni 2020 13:56 |
| udate: |
26. Juni 2020 13:56 |
| doc: |
405252_2013.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:405252-2013:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Supply contract |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
03.12.2013 |
| 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 |
|