None

Private joint stock company ‘National Power Company ‘Ukrenergo’ (hereinafter referred to as ‘the Borrower’) has received a loan from the European Investment Bank – EIB (hereinafter referred to as ‘the Bank’) – towards the cost of contracts under ‘Reconstruction of OHL 330 kV with replacement of ground wire with OPGW’. Contracts will include: — design (development of working documentation for the construction), — supply of all equipment required for OHL rehabilitation, — construction, installation, testing and pre-commissioning, — dismantling of old equipment and structures, and — commissioning of the OPGW communication line of the total length about 1375 24 km. Contracts are expected to be implemented from July 2020 to December 2023. The above scope of work is split into 2 lots. Each lot can be awarded to a individual contractor. The breakdown of lots is given below: — Lot 1: ‘Reconstruction of OHL 330 kV with optical power ground wire (OPGW) installation — Dniprovska power system’, — Lot 2: ‘Reconstruction of OHL 330 kV with optical power ground wire (OPGW) installation — Dniprovska, Southern and South-Western power systems’. The criteria to be used in the tenderer evaluation are: 1) General experience The tenderer shall have an average annual turnover (defined as annual earnings, expressed in its equivalent of a defined currency) as a contractor over the last 5 years of a minimum of: — Lot 1: 6 800 000,00 EUR, — Lot 2: 7 500 000,00 EUR. If the tenderer submits tender for both lots the requirement for total average annual turnover shall be equal to combined requirement for Lot 1 and Lot 2. Equivalent amount shall be certified in writing by a financial auditor. The turnover value in other currencies than the defined currency should be recalculated into Euro based on the exchange rate as of the 1 st of July of each year reported, as set by National Bank of Ukraine. 2) Specific experience The tenderer shall meet the following minimum criteria: (a) successful experience as a contractor or subcontractor (indicate the value and scope of performed works as a subcontractor in presented contracts) within the last 5 years (from 1.1.2014 till tender opening date) in contracts for construction/reconstruction of OHL 330 kV or higher: — if a tenderer submits tender only for Lot 1 – 2 separate contracts, each with a minimum value of 7 000 000,00 EUR, overall length not less than 100 km or a single contract with a minimum value of 14 000 000,00 EUR overall length not less than 100 km, — if a tenderer submits tender only for Lot 2 – 2 separate contracts, each with a minimum value of 8 000 000,00 EUR, overall length not less than 100 km, or a single contract with a 2 minimum value of 16 000 000,00 EUR overall length not less than 100 km, — if a tenderer submits tender for both lots – aggregated requirement for Lot 1 and Lot 2 as stated above or a single contract with a minimum value of 30 000 000,00 EUR overall length not less than 200 km. (b) successful experience as a contractor or subcontractor (indicate type and scope of performed works as a subcontractor in presented contracts) within the last 5 years (from 1.1.2014 till tender opening date): — 2 contracts for installation of a new optical ground wire (OPGW) on OHL 220 kV or higher, — 1 contract for replacement of ground wire with a new optical ground wire (OPGW) on OHL 220 kV or higher. In case of JVCA all partners in total shall meet the above stated requirements. 3) Personnel capabilities The tenderer shall provide qualified personnel to fill the positions listed below. For each position tenderers shall supply information in the relevant form (Volume I the tender, attachment 2 qualification forms) on a main candidate and an alternate, each of whom should meet the experience requirements specified below. position total work experience (years) In similar Works (years) Project manager 10 7 Construction manager (for each Lot) 10 5 Site supervisor (for each Lot) 10 5 In case if proposed candidates are not proficient in Ukrainian (Russian) language the tenderer shall submit letter of commitment to engage a Ukrainian (Russian) language translator permanently working with them for everyday communication. The tenderer shall provide availability of qualified personnel: — If a tenderer submits tender only for Lot 1 – 4 brigades for OPGW tension, 1 brigade for installation/dismantling of towers and 1 brigade for strengthening of reinforced concrete suspension towers ground wire peaks, — if a tenderer submits tender only for Lot 2 – 4 brigades for OPGW tension, 1 brigade for installation/dismantling of towers and 1 brigade for strengthening of reinforced concrete suspension towers ground wire peaks, — if a tenderer submits tender for both lots – combined requirement for Lot 1 and Lot 2 as stated above. Shall be confirmed by letter of commitment from the tenderer to provide required quantity of brigades. In case of absence of required qualified personnel, the tenderer shall provide mobilization plan of such personnel. The employer will monitor tenderers implementation of the provided mobilization plan during all duration of the contract. 4) Equipment availability The tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means) within the Employers country, the following key items of equipment (if a tenderer submits tender for both lots the requirement 3 for key items of equipment under each position indicated in the below table shall be doubled) in full working order and must demonstrate that they will be available for use in the contract. The tenderer may also list alternative equipment which he would propose to use for the contract, together with an explanation of the proposal. Availability of equipment shall be confirmed by the tenderer owner certificates or by the letters of intent from the owners. No 1 Equipment type and characteristics: Vehicle rock drill (MPK-750) Minimum number required: No 2 Equipment type and characteristics: Bulldozer with pulling winch at least 8 tons Minimum number required: 1 No 3 Equipment type and characteristics: Low-loader for bulldozer transportation Minimum number required: 1 No 4 Equipment type and characteristics: Truck for tower transportation Minimum number required: 1 No 5 Equipment type and characteristics: Set (tensioner and puller for installation of OPGW) Minimum number required: 1 No 6 Equipment type and characteristics: Off-road vehicle telescopic tower Minimum number required: 2 No 7 Equipment type and characteristics: Vehicle-mounted crane with load rating at least 25 tons Minimum number required: 6 No 8 Equipment type and characteristics: Vehicle-mounted crane / loader crane with load rating at least 6.3 tons Minimum number required: 2 No 9 Equipment type and characteristics: Mobile communication laboratory on the base of an off-road vehicle Minimum number required: 2 In case of absence of required key items of equipment, the tenderer shall provide mobilization plan of such equipment. The employer will monitor tenderers implementation of the provided mobilization plan during all duration of the contract. 5) 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 5 months, taking into account tenderers commitments for other contracts, estimated as not less than: — Lot 1: 1 400 000,00 EUR, — Lot 2: 1 600 000,00 EUR. If the tenderer submits tender for both lots the requirement for availability of liquid assets shall be equal to combined requirement for Lot 1 and Lot 2. In case the tenderer uses other currency, the conversion to Euro shall be based on the exchange rate, as set by National Bank of Ukraine on the date of publication of the invitation for tender. The submitted annual financial statements for the 3 years must demonstrate the soundness of the tenderers financial position, showing long term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause the disqualification of the tenderer. To facilitate assessment of information the tenderers shall submit summary of assets and liabilities, expressed in equivalent of EUR converted based on the exchange rate as of the 1 st of July of each year reported, as set by National Bank of Ukraine. Based upon known commitments, the tenderers shall also provide summary of the projected assets and liabilities for the next 2 years, expressed in its equivalent of EUR converted based on the exchange rate as of the 1 st of July of each year reported, as set by National Bank of Ukraine, unless the withholding of such information is justified by the tenderer to the satisfaction of the employer. Where necessary, the employer may make inquiries with the tenderers banks. 6) Non-performance history A consistent history of litigation and/or arbitration awards against the tenderer or any partner of a joint venture or their non-performance under the contracts may result in failure of the tender. All on-going disputes shall not in total represent more than 30 percent of the tenderer’s net worth and shall be treated as resolved against the tenderer. 7) Current obligations and pending awards The tenderer shall have the above mentioned resources free of ongoing obligations and/or pending contract awards. The tenderer shall provide information on the on-going contractual obligations and pending contract awards. The employer may increase the amount of performance security if the level of the confirmed commitments to be carried out in parallel with the contract exceeds the tenderers annual turnover for the previous year by a factor of 2. 8) Specific requirements with regard to JVCA JVCA must satisfy the following minimum qualification requirements: (a) the JVCA must satisfy collectively all the above mentioned qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity; (b) the lead partner shall meet not less than 50 percent of all the qualifying criteria for turnover and financial position specified above; (c) each partner shall meet not less than 30 percent of all the qualifying criteria for turnover and financial position specified above; (d) the lead partner shall demonstrate at least 1 contract both under item 2 (a) Specific experience and item 2 (b) Specific experience; (e) each partner shall demonstrate at least 1 contract under item 2 (a) Specific experience or item 2 (b) Specific experience. Each partner shall satisfy the requirements with regard to the soundness of the financial position and non-performance history, specified above. The tenderer may also be requested to provide additional critical information, or clarification with regard to the tenderers questionable ability to undertake the proposed works due to the significant current commitments or pending award of other significant contracts. 9) Other In case, where the tenderers plan to use specific manufacturers and/or subcontractors for major and/or specialized items or works, the tenderer shall specify the names and qualifications of such specialized subcontractors. These works are those in excess of 10 percent of the estimated value of the works/supply and/or any of the specific operations and works listed hereafter: — design and engineering, — manufacture and/or supply of equipment, — construction, installation and/or pre-commissioning. Deviation from the tentative list above is subject to tenderers clarification. To be qualified for execution of the contract, the tenderers must demonstrate to the employer that the manufacturers and subcontractors proposed by them for the above mentioned works substantially satisfy the requirements regarding specific experience. Letter of intent shall serve as an evidence of subcontactors' engagement. The tenderers shall submit properly filled qualification forms (Volume I The Tender, Attachment 2 Qualification Forms) for each proposed subcontractor. The tenderers subcontractors shall demonstrate successful experience as a contractor or subcontractor in the execution of at least 1 contract of nature and magnitude comparable to the works proposed for subcontracting within the last 5 years. Should a subcontractor be determined to be unqualified or otherwise unacceptable, the tender shall not be rejected, but the tenderer shall be required to substitute an acceptable subcontractor. All firms are invited to participate in the tender. Interested eligible tenderers may obtain further information from and inspect the tender documents at: Mr. Viktor Lysykh, Head of International Procurement Department Tel. +38 0442383014 Tel. +38 0442383945 Email: procurement_office@ua.energy Private joint stock company ‘National Power Company ‘Ukrenergo’, 25, Symona Petliury str, 01032 Kyiv, Ukraine A complete set of tender documents may be purchased on the submission of an application to the above address and upon payment of a non-refundable fee of 300 EUR or its equivalent in UAH, which includes VAT, but does not include banks commission fees and other fees payable by the tenderer in this connection, to the account of the borrower with indication of payment purpose ‘Tender Documents’ ‘Reconstruction of OHL 330 kV with replacement of ground wire with OPGW’. For non-residents of Ukraine (Euro): Recipient: Private Joint Stock Company ‘National Power Company ‘Ukrenergo’ EDRPOU: 00100227 25 Symona Petliury Str, 01032, Kyiv, Ukraine Recepient’s bank: Public joint stock company joint stock bank ‘UKRGASBANK’, 1 Yerevanska Str, Kyiv 03087, Ukraine IBAN: UA413204780000026008924870406 Swift: UGASUAUK Correspondent bank name: Deutsche Bank AG, Frankfurt am Main, Germany Correspondent bank account: 100 9470808 00 SWIFT: DEUTDEFF For residents of Ukraine (UAH): Recipient: Private joint stock company ‘National Power Company ‘Ukrenergo’ EDRPOU: 00100227 25 Symona Petliury Str., 01032, Kyiv, Ukraine Account number UA113004650000026006303813715 Public Joint Stock Company ‘State Savings Bank of Ukraine’ MFО 300465 (in UAH at NBU exchange rate as of payment date). On request, against a faxed copy of the evidence of the remittance, the tender documents may be sent by courier service if the transport is previously ordered by the tenderer in his country. The employer bears no responsibility for the delivery in such a case. A tender security in the amount of: Lot 1: 100 000,00 EUR; Lot 2: 110 000,00 EUR. Or its equivalent in a convertible currency fulfilling the conditions indicated in the tender documents must accompany all tenders. All tenders must be delivered in closed envelopes bearing the mention ‘Reconstruction of OHL 330 kV with replacement of ground wire with OPGW’ not later than 10-00 Kyiv time on 5.5.2020 at the following address: Private joint stock company ‘National Power Company ‘Ukrenergo’, 25 Symona Petliury str, 01032 Kyiv, Ukraine. Tenders will be opened immediately in the presence of tenderers representatives who choose to attend. Private Joint Stock Company "National Power Company ‘Ukrenergo’ , Kyiv , UKRAINE
CPV-Code: 45231400
Abgabefrist: 05.05.2020
Typ: Contract notice
Status: Submission for one or more lots
Aufgabe: Not specified
Vergabestelle:
name: Private Joint Stock Company "National Power Company ‘Ukrenergo’
address: None
postal_code:
city: Kyiv - UA
country: UA
email: None
phone: None
contact_point:
idate: 27. Juni 2020 23:58
udate: 27. Juni 2020 23:58
doc: 604604_2019.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:604604-2019:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Works
Prozedur: Not specified
Nuts: None
Veröffentlichung: 20.12.2019
Erfüllungsort: Kyiv - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Kyiv__EIB - Hochspannungsübertragungsleitungen
Gewinner None
Datum
Wert None
Anzahl Angebote None