Project name: Chernivtsi District Heating Project Country: Ukraine Business sector: Municipal and environmental infrastructure Project ID: 47359 Funding source: EBRD, CTF Type of contract: Project goods, works and services Type of notice: Invitation for tenders Issue date: 18.12.2018 Closing date: 12.2.2019 at 11:00 local (Kyiv) time This invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (http://www.ebrd.com/work-with-us/procurement/p-pn-170809b.html) on 9.8.2017 with subsequent updates. Municipal Communal Enterprise “Chernivtsiteplokomunenergo” hereinafter referred to as “the Employer”, has received loans from the European Bank for Reconstruction and Development (the Bank) and Clean Technology Fund (CTF) and grants from the Eastern Europe Energy Efficiency and Environment Partnership (E5P) towards the cost of Chernivtsi District Heating Project. The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loans: — rehabilitation and modernisation of large boiler houses (installation of new Gas Boilers, Chemical Water Treatment Systems, Pumps and Pumps VSDs) including design and supply of the equipment and materials, installation, testing, pre-commissioning and commissioning of the boiler plants as well as perform all required civil works, and training of the boiler house personnel. It is envisaged to procure the three new gas hot only water boilers (1 with capacity 10 MW and 2 with capacity 7 MW each), heat exchangers, pumps, frequency converters, water treatment system, smoke exhaust system with a separate smoke stack for each boiler, shut-off and control valves, pipes, test and measuring equipment and instruments, dispatch and control systems. Civil works for the Contract include: — preparation of the installation zones, — replacing of windows in the boiler house equipment room, — modernization of lighting in the boiler houses equipment room, — restoration of concrete coating in the boiler house equipment rooms, — construction of foundations for the equipment under the scope of supply, — restoration of the boiler house building structures and surrounding area to their previous condition for the approval of the Employer. The gas boiler units, chemical water treatment systems, pumps and auxiliary equipment shall be financed from the proceeds of the CTF and Bank’s loan. More information is provided in the tender document. The tenderer will be required but not limited to meet the following minimum criteria, as specified in Tender documents: (a) The Tenderer shall have successful experience as prime contractor in the execution of at least 5 (five) completed contracts of a nature and complexity comparable to the proposed boiler house rehabilitation over a 5-year period ending on the deadline for tender submission. The nature and complexity of the project comparable to the proposed contract should mean the supply and installation of the similar type and size of equipment to the district heating business or any other business with load variations as indicated in the Technical Specification. In addition, or as part of the above 5 (five) contracts the Tenderer, its partner or a specialised subcontractor shall have successful experience as prime contractor of installation of at least 3 (three) boilers of a capacity 10 MW and higher, at least 2 (two) 1000 kVa power transformers in the countries with similar climatic conditions, having been in successful operation at least for 1 (one) year prior to submission of the tender. Relevant references shall be provided; (b) The Tenderer or its local service agent shall be able to carry out the maintenance, warranty, repair and spare parts stocking obligations prescribed in these Tender Documents for three (3) years, as well as maintain all equipment included to the scope of supply. The Tenderer shall inform if in the country of the Employer he has service centres working and/or storages to secure technical maintenance and repair or state how these obligations will be met in the event of a contract. The Tenderer shall give details of local service agent or state how these obligations will be met in the event of a contract in the form of Vol.I.x Statement of Local Service; (c) The average annual turnover over the last 3 years is not less than 1 000 000 (one million) EUR equivalent; (d) The Tenderer must have 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 2 months, estimated as not less than 350 000 (three hundred and fifty thousand) EUR equivalent, taking into account the tenderer’s commitments for other contracts; (e) The Tenderer has a Litigation History without major claims. A consistent history of awards against the Tenderer or any partner of a joint venture may result in failure of the application. The Tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under his execution over the last 5 years; (f) The tenderer possesses a suitably qualified personnel and shall provide CVs and ensure their availability to fill the following key positions: — project Manager (at least 15 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works), — design Manager (at least 10 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works), — heating Engineer (at least 10 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works), and — construction Manager (at least 10 years of total experience, 5 years of experience in similar works and 3 years of experience as manager for similar works). (g) The Tenderer shall demonstrate it is able to meet licensing requirements as per Ukrainian legislation. These may include construction license, design license or availability of certified designers, permission of the State Authority of Ukraine for labour issues (Derzhgirpromnaglyad/Derzhpratsya). If such licenses and permissions are available at the time of the tender submission, copies shall be provided. Otherwise, the Tenderer shall provide the copies of all required licenses with the second stage proposal; (h) The goods, materials, works and equipment under this Tender Document shall be designed, manufactured and supplied in accordance with the appropriate Ukrainian laws, codes and regulations and they shall conform to the respective European and international standards, and quality certificate ISO 9001 or equivalent. The tenderer is required to provide a copy of ISO 9001 certificate with its proposal. In case of discrepancies between state and international standards, the preference shall be given to the standards with more strict requirements; (i) Joint ventures must satisfy the following minimum qualification requirements: (ii) The leading partner shall meet not less than 40 % of all the qualifying criteria for turnover and financial position specified above; (iii) The other partners shall meet not less than 25 % of all the qualifying criteria for turnover and financial position specified above; (iv) The joint venture must satisfy collectively the criteria (a) – (h) stated above. (j) If the Tenderer proposes to use named subcontractors or suppliers for some components of the works or supplies under the Contract in excess of 10 % of the total value of the Contract, the Tenderer shall provide the information in the forms provided in Attachment 2 to Qualification Form (1) Letter of Application, Volume I.vi of the Tender Documents for each proposed subcontractor or supplier. The Tenderer cannot use the references of such subcontractors or suppliers. The Tenderer shall demonstrate that the proposed supplier or subcontractor adequately meets the requirements regarding special experience, namely the successful experience of implementation during the last five (5) years of the obligations of the contractor (prime one or subcontractor) under at least 3 (three) contracts with comparable scope and/or nature and complexity compared to works/supply proposed to be transferred to subcontractor. The Employer reserves the right to require the replacement of the proposed sub-contractors in case of disqualification of the latter. The qualification requirements are further detailed in the Tender Documents. The Contract is planned to be completed within twelve (12) months after the effective date. Tendering for contracts to be financed with the proceeds of a loan from the Bank and the CTF is open to firms from all countries. The proceeds of the Bank’s and CTF loans 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. Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of 200 (two hundred) EUR or its equivalent in Ukrainian Hryvnia (UAH) at National Bank rate of the payment day. This fee includes expenses for duplication, delivery via registered express courier and communication services (VAT inclusive, and exclusive of Bank commission and other fees, which shall be paid by the tenderer). The method of payment will be direct deposit to any of the specified account numbers for respective currency: For payments in EUR: Account # (EUR) 26009000015684 Beneficiary’s bank: The State Export-Import Bank of Ukraine JSC Chernivtsi branch Bank’s address: 183 Golovna str. Chernivtsi, 58005, Ukraine SWIFT: EXBSUAUXCHV MFO 322313 Code EDRPOU: 00032112 Correspondent bank: Deutsche Bank AG Frankfurt am Main, Germany SWIFT: DEUT DE FF Correspondent account: 949876710 Beneficiary: Municipal Communal Enterprise “Chernivtsiteplokomunenergo” For payments in UAH: Міське Комунальне підприємство «ЧернівціТеплоКомунЕнерго» Чернівецької Міської Ради ЄДРПОУ 34519280 Філія - Чернівецьке обласне управління ПАТ "Державний Ощадний Банк України" П/р 26002300013094 МФО 356334 Адреса: м.Чернівці, вул. Героїв Майдану, 244 It is necessary to state in the payment document: — the name of the payer, — name of the Beneficiary (Municipal Enterprise “Chernivtsiteplokomunenergo”), and — details of payment: for tender documents on the project Rehabilitation and modernisation of large boiler houses (installation of new Gas Boilers, Chemical Water Treatment Systems, Pumps and Pumps VSDs) (tender document #3.2&3.3) Before payment the tenderers must send a scanned copy of the signed official request for the tender documents receipt. This request must include the full Name of the Tenderer, its requisites, the address where the tender documents must be delivered to and the name of the tender. After this request, the Employer will issue the invoice to be paid. Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery. In addition, if requested by the tenderer, the documents can also be dispatched electronically, by email or via a file exchange server. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. 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. A pre-tender meeting/site visit will be held on 17.1.2019, starting at 10:00 AM at the address: 19A Maksymovycha Street, Chernivtsi, Ukraine. All requests for clarification must be received by the Employer till 24.1.2019, 17:00. Please, note that all the requests for clarification received after the deadline will not be addressed. First Stage tenders must be delivered to the address below on or before 12.2.2019 at 11:00 local time, at which time 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 29 000 (twenty-nine thousand) EUR or equivalent in Ukrainian Hryvna at the rate of the National Bank of Ukraine on the date of the Tender Security issue, 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. The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R, Rev. Oct.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 office. Contact person: Maiia Mudra , Purchasing Entity: Municipal Communal Enterprise “Chernivtsiteplokomunenergo” , Address Room of Planning Department, 2nd floor, 19A Maksymovycha Street, Chernivtsi City, 58018, UKRAINE, Tel: +380509781971 , Fax: +38037241153 , E-mail: mayyamudraya@gmail.com
| CPV-Code: |
9323000
|
| Abgabefrist: |
12.02.2019 |
| Typ: |
Contract notice |
| Status: |
Not specified |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
Municipal Communal Enterprise “Chernivtsiteplokomunenergo” |
| address: |
None |
| postal_code: |
|
| city: |
Chernivtsi - UA |
| country: |
UA |
| email: |
None |
| phone: |
+380509781971 |
| contact_point: |
|
| idate: |
22. Juni 2020 21:42 |
| udate: |
22. Juni 2020 21:42 |
| doc: |
572156_2018.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:572156-2018:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Works |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
26.12.2018 |
| Erfüllungsort: |
Chernivtsi - UA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Ukraine__Chernivtsi__EBWE - Sanierung und Modernisierung von großen Heizhäusern (Installation von neuen Gaskesseln, chemischen Wasserbehandlungssystemen, Pumpen und Pumpen mit verstellbarem Geschwindigkeitsantrieb) |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|