EBRD - Kurgan-Tyube Solid Waste (примерный перевод: ЕБРР - Твердые отходы Курган-Тюбе) (Таджикистан - Тендер #3398250) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Таджикистан (другие тендеры и закупки Таджикистан) Номер конкурса: 3398250 Дата публикации: 07-06-2018 Источник тендера: Единая система закупок Европейского союза TED |
||
Procurement reference: 9125-IFT- 43754
Project name: Kurgan-Tyube Solid Waste
Country: Tajikistan
Business sector: Municipal and environmental infrastructure
Project ID: 43754
Funding source: EBRD and grant
Type of contract: Works
Type of notice: invitation for tenders
Issue date: 31.5.2018
Closing date: 19.7.2018 at 14:00 Tajikistan time
This invitation for tenders follows the general procurement notice for this project which was published on European Bank for Reconstruction and Development (the bank) website, procurement notices ( www.ebrd.com ) on 9.2.2018.
The State Unitary Enterprise “Khojagii Manziliy Kommunali” (“KMK”) in Kurgantyube, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the bank towards the cost of Kurgantyube Solid Waste Project.
The employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loan and grant:
— reconstruction of operation centre of SUE KMK in Kurgatyube. The contract will include the earthworks, concrete, masonry and form works, plastering, painting, flooring and decoration, pre-cast RCC works, reinforcement, metal works, pipe and pipe laying, woodworks, glass and glazing, power supply, demolition and repair works for construction of an administrative building with canteen, water supply and sewerage system, power supply, boiler house, public toilets, fuel tank, work shop, vehicle washing, control room, transformer sub-station and internal roads. The contract’s completion period is 365 days from the commencement date with 365 days defects notification period.
Tendering for contracts to be financed with the proceeds of a loan from the bank is open to firms from any country.
To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria:
— the renderer, or any partner in a JVCA, shall not have a consistent history of litigation and/or arbitration resulting in awards against the tenderer, or any partner in a JVCA, within the last 3 years (2015 – 2017); all pending litigation shall in total not represent more than 25 % of the tenderer’s net worth,
— the tenderer shall have a minimum average annual construction turnover of 1 500 000 USD (one million five hundred thousand US dollars), calculated as total certified payments received for contracts in progress or completed, within the last 3 years (2015 – 2017),
— the tenderer 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 cash-flow requirement of 200 000 USD and the overall cash flow requirements for this contract and its current commitments,
— the tenderer shall have experience under contracts in the role of contractor or management contractor for the last 3 years (2015 – 2017) prior to the tender submission deadline, and with activity in at least 9 months in each year,
— the tenderer shall have experience as contractor or management contractor in at least 2 contracts within the last 3 years (2015 – 2017), each with a value of at least 500 000 USD (five hundred thousand US dollars), that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods /technology or other characteristics as described in Section VI, employer’s requirements. In addition, minimum experience in the following key activities is required: RCC works – min 550 m3; brick works – min 150 m3 and earth works – min 3 000 m3,
— the tenderer shall have experienced personnel with at least the following key experts (minimum general experience /specific works experience): project manager (10 years /5 years), site engineer (5 years /3 years), quantity surveyor (5 years /3 years) and foremen (5 years /3 years),
— the tenderer shall own, or have assured access to, the following equipment in full working order and shall demonstrate that based on known commitments it will be available for use in the proposed contract: Bulldozer – 1 no, Excavator – 1 no, Compactor – 1 no, portable concrete mixer machine -1 no and dump truck from 10 to 16 ton - 3 nos,
— JVCA must satisfy collectively all criteria for general and specific experience, personnel and equipment capabilities and financial position stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the JVCA"s total capacity. In addition:
—— the lead partner of the JVCA shall meet not less than 50 % of the required average annual turnover, the financial resources and demonstrate individually at least one contract of similar nature and magnitude,
—— other partners of the JVCA shall meet not less than 30 % of the required average annual turnover and the financial resources.
Tender documents may be obtained from the office at the address below upon payment of a nonrefundable fee of 100 USD or equivalent in a convertible currency.
USD Account:
Beneficiary’s name: KDF Khochagii Kommunali
Beneficiary’s account: 2020 6840000013343000
Beneficiary‘s bank: Branch No.43 in Kurgan-Tyube City of State Savings Bank “Amonatbonk”,
Dushanbe, Tajikistan
Swift code: ASSETJ22
Intermediate bank: Bank of New York,
New York, NY USA
Account: 890-0057-610
Swift Code: IRVTUS3N
Correspondent bank: Sberbank (Head Office-All Brances and Offices in Russia
Moscow RU
Account: 30111840000000000076
Swift Code: SABRRUMM
Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. In addition, if requested, the documents can be dispatched electronically after presentation by the prospective tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.
All tenders must be accompanied by a tender security of 25 000 USD or its equivalent in a convertible currency.
Tenders must be delivered to the office at the address below on or before 14:00 local Tajikistan time on 19.7.2018, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R) which can be located at:
http://www.ebrd.com/news/publications/policies/procurement-policies-and-rules.html
A register of potential tenderers who have purchased the tender documents may be inspected at the address below.
Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:
Subsidiary of State Unitary Communal Enterprise “Khojagii Manziliy Kommunali” (“KMK”) in KurganTyube City, Attention: Abdulkosim Musoev, Director, Osimi- 28 Street, 735140 Kurgantyube, Republic of Tajikistan, Phone number: 992 3222 22915, Electronic mail address: musoev_abdulkosim@mail.ru
Date: 31 May 2018