Invitation for Bids

Ukraine

District Heating Energy Efficiency Project (UDHEEP)

Date:   September 05, 2017

Loan No: 8387-UA

IFB No: UDHEEP-DNP-IFB-03

 

  1. This Invitation for Bids follows the General Procurement Notice (GPN) for this Project that appeared in UN Development Business issue of September 8, 2014.
  2. Ukraine has received a loan from the International Bank for Reconstruction and Development (IBRD) in US dollars towards the cost of Ukraine District Heating Energy Efficiency Project (UDHEEP), and intends to apply part of the proceeds toward eligible payments under contract UDHEEP-DNP-ICB-03 for Reconstruction of Boiler Houses in the City of Dnipro.
  3. Public utility “Dniproteploenerho” of Dnipropetrovsk Regional Counsil” now invites sealed bids from eligible bidders for the design, manufacture, testing, delivery, installation, pre-commissioning and commissioning of plant and equipment for reconstruction of twenty-three (23) boiler houses (“the Facilities”) in the City of Dnipro and Novomoskovsk (27km from Dnipro). Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits& Grants by World Bank Borrowers, dated  January 2011 as revised through July 2014 Corrigenda (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
  4. Qualification requirements for Bidders, including members of joint ventures, subcontractors and manufacturers:

Average Annual Turnover: Minimum average annual turnover of nine million US dollars (US$ 9 million) equivalent calculated as total certified payments received for contracts in progress or completed, within the last three (3) years starting 1st of January, 2014.

General Experience: Experience under design, supply and installation contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last six (6) years, starting 1st of January, 2011.

Specific Experience: A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January, 2011, and application submission deadline: at least one (1) contract with a value of at least ten million US dollars (US$ 10 000 000) or two (2) contracts each with a value of at least seven million US dollars (US$ 7 000 000).

The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employer’s Requirements. Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.

Substantial completion shall be based on 80% or more works completed under the contract.

For contracts under which the bidder participated as a joint venture member or sub-contractor, only the bidder’s share, by value, shall be considered to meet this requirement. In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement for total number of contracts, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.

Financial resources: The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

  • the following cash-flow requirement: one million five hundred thousand US dollars (US$ 1 500 000); and
  • the overall cash flow requirements for this contract and its current commitments.

Litigation History: A Bidder shall provide complete information on all the current and past litigations or arbitrations due to the contracts performed or contracts in progress for the period starting 1st of January 2014 to bid submission deadline. All pending litigation shall in total not represent more than thirty percent (30%) of the Bidder’s net worth and shall be treated as resolved against the Bidder.

History of non-performing contracts: Non-performance of a contract did not occur within the period starting 1st of January 2014, to bid submission deadline based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.

Personnel: The Bidder must demonstrate that it will have the personnel for the key positions that comply with qualification requirements established in Ukraine for respective profession and meet the following experience criteria:

 

No. Position Total Work

Experience (years)

Similar Works Experience

(years)

1 Contract Manager 10 5
2 Fitter of Boiler Installations Equipment 10 5
3 Instrumentation, Control and Automation Engineer 10 5
4 Electrical Engineer 10 5

 

 

Subcontractors: Subcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item. Failure to comply with this requirement will result in rejection of the subcontractor.

 

Item No. Description of Item Minimum Criteria to be met
1 Design works At least two (2) years of experience in design of boiler houses or other heat and/or energy facilities
2 Boilers At least five (5) years in manufacturing of industrial boilers
3 Pumps At least five (5) years of experience in manufacturing of pumpsets
4 Diesel Generators At least five (5) years of experience in manufacturing of diesel generators

 

 

Failure to comply with this requirement will result in rejection of the subcontractor.

In the case of a Bidder who offers to supply and install boilers, pumps and diesel generators that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer’s authorization, using the form provided in Section IV (Bidding Forms), showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employer’s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the requirements of ITB 4 and 5 and meets the minimum criteria listed above for that item.

Margin of preference for domestic goods and/or contractors shall not be applied.

Additional details are provided in the Bidding Documents.

  1. Interested eligible bidders may obtain further information from and inspect the bidding documents at the following address (1) from 9:00 a.m. to 4:00 p.m. local time.
  2. A complete set of bidding documents may be purchased by interested bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of US$ 200.00 (two hundred US dollars) or UAH 5 100.00 (five thousand one hundred Ukrainian Hryvnia) to the bank accounts stated below. The document will be sent by airmail for overseas delivery and surface mail or courier for local inland delivery or can be picked from the address (1) below.
  3. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents for Procurement of Plant Design, Supply, and Installation, revised April 2015.
  4. Bids must be delivered to the address (1) provided below before 11:00 a.m. local time October 26, 2017. All bids must be accompanied by a bid security in the form of bank guarantee of at least US$ 300000 (three hundred thousand US dollars) or its equivalent in a freely convertible currency. Electronic bids are not permitted. Late bids will be rejected.
  5. Bids will be opened in the presence of bidders’ representatives who choose to attend at 11:00 a.m. local time on October 26, 2017 at the address (2), stated below.
  6. The addresses referred to above are:

Address (1):

Public utility “Dniproteploenerho” of Dnipropetrovsk Regional Counsil”

Attention: Mr. Oleksandr Kurinnyi, Deputy Head of Regional Project Management Unit

Street Address: 7 Feodosiyivska Street

Floor/Room number: 2nd floor, Room 12

City: Dnipro

ZIP Code: 49005

Country: Ukraine

Telephone: +3056-713-54-12

Facsimile number: +3056-713-54-12

Electronic mail address: udheep@dte.dp.ua; okpdte@gmail.com

 

Address (2):

Public utility “Dniproteploenerho” of Dnipropetrovsk Regional Counsil”

Street Address: 7 Feodosiyivska Street

Floor/Room number: 3rd floor, Conference Room

City: Dnipro

ZIP Code: 49005

Country: Ukraine

 

Bank Accounts:

For transfers in Ukrainian Hryvnia:

Beneficiary: Public utility “Dniproteploenerho” of Dnipropetrovsk Regional Counsil”

Account: 26009300001041 at Dnipropetrovsk Regional Department of Joint Stock Company “Oschadbank”

MFO: 305482

EDRPOU: 30982775

 

For transfers in US dollars:

Beneficiary: Public utility “Dniproteploenerho” of Dnipropetrovsk Regional Counsil”

Account: 26008301001041 at Dnipropetrovsk Regional Department of Joint Stock Company “Oschadbank”

SWIFT: COSBUAUKDNI

ЄДРПОУ: 30982775

 

Intermediary Bank:

Deutsche Bank AG

Frankfurt-am-Main, Germany

SWIFT: DEUT DE FF

CORRESPONDENT ACCOUNT: 947057610

Добавить комментарий

Ваш e-mail не будет опубликован. Обязательные поля помечены *