loading
  • UA-03150 Kyiv
  • 20.01.2017
  • Ausschreibung
  • (ID 2-252215)

EBRD - Consultancy services for preparation of tender documentation for the interchanges construction works on M-05 road Kyiv – Odessa and М-06 Kyiv – Chop (UA-Kyiv)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.01.2017, 16:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleitung, Objektüberwachung / Ausschreibung, Vergabe / Projektsteuerung
    Aufgabe
    Ukravtodor requires the following services under this assignment with respect to the preparation of tender documentation and assistance with the preparation for the tendering, but not limited to:

    • Review available technical specifications and design documentation;

    • Ensure that the design, bill of quantities, technical specifications and environmental and social requirements are converted into a form suitable for inclusion in tender documents;

    • Advise on the possibilities for alternatives, cost savings value engineering opportunities etc. and the treatment of these in the tender documents;

    • Draft tender documents, based on the EBRD Standard Tender Documents for works and FIDIC condition of contract for the Construction based on the Employer's Design, MDB 2010 version;

    • The Consultant shall recommend the information that shall be completed by the tenderers and submitted with their tender including the Schedules and Contractor's Proposals as these may be defined in the Conditions of Contract. The Consultant shall justify its recommendation and provide clear criteria that shall be used for the evaluation of such information;

    • Recommend to the Employer the provisions relating to the Engineer's duties and authority. Any provision limiting or increasing the Engineer's authority as may be specified under the contract conditions shall be specifically identified and justified to the Employer and the Bank's satisfaction. Particular attention and clarification shall be given to the issues associated with an overlap, if any, between the Engineer's authority and the authority of local agencies in relation to the approval of the Contractor's working drawings and other construction documentation in accordance with the Ukrainian legislation. In this respect, the Consultant shall prepare specific recommendations in relation to his duties and authority with particular reference to the contract conditions;

    • Calculate the appropriate amount of contingencies to be included as Provisional Sum in the Bills of Quantities. Particular attention shall be given to the Employer's requirements. Each section of the Employer's requirements shall be prepared with particular reference to the contract conditions and shall be internally consistent with other sections of the tender documents.
    Adresse des Bauherren UA-03150 Kyiv
    TED Dokumenten-Nr. 456742-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Ukraine-Kyiv: EBRD - Consultancy services for preparation of tender documentation for the interchanges construction works on M-05 road Kyiv – Odessa and М-06 Kyiv – Chop

      2016/S 249-456742

      INVITATION FOR EXPRESSIONS OF INTEREST

      Pan-European Corridors

      PROJECT DATA

      Business sector: Transport

      Project number: 8503-EOI-40185

      Funding source: EBRD & EIB

      Contract type: Consultancy Services

      Notice type: Invitation for expressions of interest (loan or grant funded)

      Issue date: 19/12/2016

      Closing date: January 20, 2017

      This request for expressions of interest follows the updated General Procurement Notice No. 7969- GPN-40185 for this project published on the EBRD's website on December 1, 2016.

      The State Road Agency of Ukraine (Ukravtodor) has received financing from the European Bank for Reconstruction and Development and European Investment Bank toward the cost of – “Pan-European Corridors Project/European road of Ukraine II, Improvement of traffic condition of the roads at approaches to Kyiv (the “Project”). One of the project components is construction of traffic interchanges on different levels at km 15+390 and km 21+847 of M05 Kyiv – Odesa road and construction of traffic interchanges on different levels at km 15 + 668, km 20 + 029 and km 21+767 of M06 Kyiv – Chop highway. In order to contract these works via open tendering procedure Ukravtodor requires services for preparation of tender documentation, including any amendments thereof if required during the tendering period. The Consultant should take into account the existing contracts and all other technical information already available or to be provided by the client, tender documents shall also include the EBRD's environmental and social requirements. Specifically, the consultant will need to ensure that the Labour Conditions of the EBRD version of Standard tender document, works contract, as well as the requirement for complying with the Environmental and Social Action Plan for this project, are included in the tender documents and contracts.

      Ukravtodor requires the following services under this assignment with respect to the preparation of tender documentation and assistance with the preparation for the tendering, but not limited to:

      • Review available technical specifications and design documentation;

      • Ensure that the design, bill of quantities, technical specifications and environmental and social requirements are converted into a form suitable for inclusion in tender documents;

      • Advise on the possibilities for alternatives, cost savings value engineering opportunities etc. and the treatment of these in the tender documents;

      • Draft tender documents, based on the EBRD Standard Tender Documents for works and FIDIC condition of contract for the Construction based on the Employer's Design, MDB 2010 version;

      • The Consultant shall recommend the information that shall be completed by the tenderers and submitted with their tender including the Schedules and Contractor's Proposals as these may be defined in the Conditions of Contract. The Consultant shall justify its recommendation and provide clear criteria that shall be used for the evaluation of such information;

      • Recommend to the Employer the provisions relating to the Engineer's duties and authority. Any provision limiting or increasing the Engineer's authority as may be specified under the contract conditions shall be specifically identified and justified to the Employer and the Bank's satisfaction. Particular attention and clarification shall be given to the issues associated with an overlap, if any, between the Engineer's authority and the authority of local agencies in relation to the approval of the Contractor's working drawings and other construction documentation in accordance with the Ukrainian legislation. In this respect, the Consultant shall prepare specific recommendations in relation to his duties and authority with particular reference to the contract conditions;

      • Calculate the appropriate amount of contingencies to be included as Provisional Sum in the Bills of Quantities. Particular attention shall be given to the Employer's requirements. Each section of the Employer's requirements shall be prepared with particular reference to the contract conditions and shall be internally consistent with other sections of the tender documents.

      The Employer invites expressions of interest from suitably qualified firms who are interested in the assignment.

      The following key staff shall possess equivalent university degree in relevant area of their expertise and include design engineer, specialists in:

      • highway design;

      • highway structures design;

      • utilities design;

      • traffic safety measures design;

      • procurement (procurement under MDB rules);

      • environmental protection.

      Assignment Start Date and Duration: The assignment is expected to commence from the moment of signing of the Agreement (approximately in February 2017).

      Funding Source: EBRD, EIB.

      Eligibility: Procurement will be open for all the Consultants except those restricted in the EBRD's list of ineligible entities. The proceeds of the loan shall 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 and the Client's Country prohibitions.

      The time for preparation of tender documents is within 1 month for each interchange, since provision of the respective documents.

      Status: in order to determine the capability and experience of consulting firms seeking to be selected, the information submitted shall include:

      • Company profile, organisation and staffing;

      • Details of experience or similar assignments undertaken in the previous five years, including their locations. The information submitted shall include for each project, as a minimum, the following:

      - project title;

      - contractual role of the firm;

      - the presence of any affiliate or parent companies and their respective roles;

      - location, start and completion dates;

      - value;

      - name of the client;

      - funding source, objectives and brief narrative description of the project;

      - functions and tasks carried out;

      - applicable national and/or international codes and standards, and certification.

      • CVs of staff available to work on the assignment.

      The consulting firms seeking to be selected, requires having the following experience:

      • experience in designing multilevel transport interchanges design development, in accordance with international standards and Ukrainian legal framework;

      • experience in preparation of tender documents based on FIDIC contract conditions and MDB standard tender documents.

      Procurement procedure: Procurement of the consultancy services will be conducted through the procedures as specified in the EBRD's Procurement Policies and Rules (PP&R) dated May, 2014. The consultants will be selected following the shortlisting procedures. The selection will be made from responses to this notification only. Consultants will not be asked to submit a formal proposal. The highest-ranked consultant will be selected from a shortlist and be invited to negotiate the contract.

      If the consultant has been found by a judicial process or other official enquiry to have engaged in any of the Prohibited Practices as defined in the EBRD PP&R, details of the basis for the outcome of such process or enquiry shall be provided with the expression of interest.

      The Employer reserves the right not to engage consulting firms that have been found to have engaged in corrupt or fraudulent practices regardless of the results of technical evaluation of the expressions of interest.

      If a firm considers it does not possess all the required expertise for the assignment, it may consider forming a consortium with other firms. In such cases the Expression of Interest should provide the aforementioned details for each partner and an indication which firm is the lead partner.

      The above information should not exceed 30 pages.

      Evaluation criteria of EOIs:

      Criteria; Weighting:

      • Sub criteria; Weighting:

      Company Profile; 10%:

      • core business and years of experience; 5%;

      • technical and administrative capacity; 5%.

      Experience; 20%:

      • Experience of consultant specific to the assignment; 10%;

      • Experience of consultant specific to the region; 10%.

      Personnel qualification; 70%:

      • General qualifications (education and experience); 20%;

      • Adequacy for the Assignment (training, and experience in the sector and similar assignments); 30%;

      • Relevant experience in the region (working level fluency in local language(s)/knowledge of local regulations); 20%.

      Interested consultants may obtain further information at the address below during office hours from 8:00 a.m. to 5:00 p.m. (local time).

      Three (3) copies of the above required information in Ukrainian and one (1) copy in English should be submitted to the address below in a sealed envelope marked as «Expression of Interest for the Pan-European Corridors Project/European Roads Ukraine II: Consultancy services for preparation of tender documentation for the interchanges construction works on M-05 road Kyiv – Odessa and М-06 Kyiv – Chop » and shall be delivered in a printed form to the address below (in person, or by mail) before 16:00 (Local time) January 20, 2017.

      Please note that submission of Expressions of Interest that do not comply with these requirements may be rejected.

      Expressions of interest received after this time and date may not be considered and may be returned unopened.

      Contacts:

      State Road Agency of Ukraine, Attn: Slawomir Nowak, Acting Head, Office 509, 9 Fizkultury str., Kyiv 03150, Ukraine. Tel/fax: +38 044 287-52-00, +38 044 287-41-18. E-mail: MjE3VV5hVFIvZFphUGVjXlNeYR1WXmUdZFAq MTJqbV9scT5zaXBfdHJtYm1wLGVtdCxzXzk= MTlkWGBjN2xiaVtmaWBlbVxqayVeZm0lbFg=

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.12.2016
Zuletzt aktualisiert 27.12.2016
Wettbewerbs-ID 2-252215 Status Kostenpflichtig
Seitenaufrufe 31