loading
  • KZ Semei
  • 28.08.2017
  • Ausschreibung
  • (ID 2-272336)

EBRD - CAPEX2.02 Reconstruction of Distribution Networks at HOB Center Area (KZ-Semey)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.08.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Objektplanung Ver-/ Entsorgung / Bauleitung, Objektüberwachung
    Adresse des Bauherren KZ-Semei
    TED Dokumenten-Nr. 280407-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Kazakhstan-Semey: EBRD - CAPEX2.02 Reconstruction of Distribution Networks at HOB Center Area

      2017/S 137-280407

      INVITATION FOR TENDERS

      Project name: Semey District Heating

      Country: Kazakhstan

      Business sector: Municipal and environmental infrastructure

      Project ID: 8761-IFT-43123

      Funding source: EBRD, CTF

      Type of contract: Services, Works, Goods

      Type of notice: Invitation for tenders

      Issue date: 14 July 2017

      Closing date: 28 August 2017 14:00 Semey time

      This Invitation for Tenders follows the updated General Procurement Notice for this project which was published in Procurement Opportunities, on the EBRD website, Procurement Notices (http://www.ebrd.com/) on 25 January 2017.

      State Communal Enterprise Teplokommunenergo (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 Semey District Heating Project. The Employer now invites sealed tenders from contractors for the following contracts to be funded from the proceeds of the loan: CapEx 2.02 Reconstruction of distribution networks at HOB "Center" area in the city of Semey. Procurement/contract type: Works.

      The Project is implemented on the territory of Semey City, Republic of Kazakhstan.

      In general, the scope of basic works of the Contract shall include:

      • full disassembly of existing pipelines and further installation of new pre-insulated heating networks,

      • as well as manholes, drain valves etc.;

      • construction of inspection chambers, bypasses etc;

      • providing hydraulic testing, flushing and disinfection of pipelines;

      • disassembly and installation of holes, stair fixtures, platforms etc;

      • disassembly and installation of stop valves;

      • Provision of competent licenced technical supervision.

      The estimated completion time under the Contract is 240 days.

      The procurement will be carried out in accordance with EBRD Procurement Policies and Rules.

      To be qualified for the award of the contract, Tenderers shall comply with the following minimum criteria:

      (a) The Tenderer, partner of JVCA or their sub-contractors shall demonstrate experience in the execution of at least 3 (three) contracts within the last 5 (five) years, that have been successfully completed and that are similar to the proposed Works.

      (b) The Tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 3 (three) years not less than KZT 2,300,000,000 (two billion three hundred million) equivalent.

      (c) The Tenderer shall demonstrate access to, or availability of, financial resources such as 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 (three) months, estimated as not less than KZT 300,000,000 (three hundred million) equivalent, taking into account the Tenderer's commitments for other contracts.

      (d) The Tenderer shall submit balance sheets audited or supported by the documents issued by tax authorities of the tenderer’s country of origin for the last three (3) years and must demonstrate the soundness of the Tenderer's financial position, showing long-term profitability.

      (e) The Tenderer shall be certified for quality standard ISO 9001, OHSAS 18001 and ISO 14001 (or equivalent) or shall submit his own quality assurance plan to demonstrate quality assurance procedures, which shall be applied for the execution of works under the Contract.

      (f) In case of a Tenderer offering to supply goods under the Contract which the tenderer does not manufacture or otherwise produce, the tenderer has been duly authorised by the goods’ manufacturer or producer to supply the goods in the Purchaser’s country;

      (g) Tenderer will be able to carry out maintenance, repair and spare parts stocking obligations prescribed in these tender documents.

      (h) Tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts complement or under execution by him over the last 5 (five) years. A consistent history of awards against the tenderer or any partner of a joint venture or consortia may result in rejection of the tenderer’s tender.

      Joint ventures or consortia shall satisfy the following minimum qualification criteria:

      (a) The firm - leader of the consortium shall correspond to at least 60% of all the above referred qualification criteria on general experience and financial status.

      (b) Each other member of the consortium shall correspond to at least 25% of all the above referred qualification criteria on general experience and financial status.

      (c) Joint venture or consortium shall meet in whole criteria for delivery experience and installation services, as well as the financial status referred to above. Each consortium member shall meet the requirements for eligibility and litigation history.

      All tenders must be accompanied by a tender security not less than KZT 30,000,000 (thirty million) or equivalent in convertible currency.

      The proceeds of the 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.

      Tender Documents may be obtained at the Purchaser's Mailing address listed below, upon submission of a written formal demand and a copy of payment of a non-refundable fee of EUR 150.00 (one hundred fifty euros) in cash or by bank transfer to the following bank account:

      Recipient: Teplokommunenergo

      IIK KZ59 826f 1KZT D200 2776

      INN (BIN): 030840005887

      БИК ALMNKZKA

      Bank AO “ATFBank” , Semey

      Address: Auezov Avenue, 111, Semey

      VAT registration certificate, series 18001, № 0010059, dated 05.09.2012

      Bank commissions and fees shall be to the expense of the tenderer.

      The Tender Documents will be dispatched promptly by e-mail and by courier at the first opportunity, following confirmation of receipt of the fee by the Purchaser, but no liability will be accepted for loss or late delivery. In the event of discrepancy between electronic and hard copies of the documents, the hard copies shall prevail.

      The tenderer’s formal request for the Tender Documents shall include details of the postal address and email address of where the Tender Documents are to be sent and a contact name, telephone and fax numbers, email address for future correspondence, invoice details and VAT number of the Tenderer.

      Tenders must be delivered to the office at the address below on or before 14:00 hrs Semey (local time) on 28 August, 2017 at which time they will be opened in the presence of the tenderers’ representatives, who wish to attend. Tenders delivered after this deadline will be rejected and returned unopened.

      Prospective Tenderers may obtain further information from the following office:

      State Communal Enterprise Teplokommunenergo, Mrs Indira Tusupova, 111, Auezova Avenue, City: Semey, 071409, Kazakhstan. Phone/Facsimile number: +7 7 222 33 98 29, 33 99 30, e-mail: MjIwU1dcS2BXUSxVWk5bZBpeYQ==

    © 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 20.07.2017
Zuletzt aktualisiert 20.07.2017
Wettbewerbs-ID 2-272336 Status Kostenpflichtig
Seitenaufrufe 39