PKP SZYBKA KOLEJ MIEJSKA W TRÓJMIE?CIE SP. Z O.O. has floated a tender for Contract notice: Construction work. The project location is Poland and the tender is closing on 22 May 2019. The tender notice number is 181819-2019, while the TOT Ref Number is 32361017. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Poland

Summary : Contract notice: Construction work

Deadline : 22 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32361017

Document Ref. No. : 181819-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PKP SZYBKA KOLEJ MIEJSKA W TRÓJMIE?CIE SP. Z O.O.
Office Name: PKP Szybka Kolej Miejska w Trójmie?cie Sp. z o.o.
Address: ul. Morska 350A
Town: Gdynia
Postal Code: 81-002
Contact Point: Katarzyna Komakowska-Heli?ska

Phone: +48 587212820
Fax: +48 587212966
Poland
Email :przetargi@skm.pkp.pl
URL :www.skm.pkp.pl

Tender Details

Object of the contract
Construction work

Description: Contract notice: Construction work

Authority Type: Utilities entity
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 45000000, 71000000, 45111000, 45111220, 45200000, 71300000, 45230000, 45320000, 45262500, 45262400, 45421000, 45410000, 45431000, 45442100, 45450000, 44211100, 45111290, 45400000, 71320000, 45234000, 45234100, 45234120, 71322000, 45232332, 45314000, 45314300, 45314320, 45311200, 45312100, 31600000, 35123500, 35121300, 35123100, 48000000, 72000000, 32000000, 31200000, 45312200, 51600000, 45000000, 71000000, 45111000, 45111220, 45200000, 71300000, 45230000, 45320000, 45262500, 45262400, 45421000, 45410000, 45431000, 45442100, 45450000, 44211100, 45111290, 45400000, 71320000, 45234000, 45234100, 45234120, 71322000, 45232332, 45314000, 45314300, 45314320, 45311200, 45312100, 31600000, 35123500, 35121300, 35123100, 48000000, 72000000, 32000000, 31200000, 45312200, 51600000
CPV Description: Construction work.

Architectural, construction, engineering and inspection services.

Demolition, site preparation and clearance work.

Scrub-removal work.

Works for complete or part construction and civil engineering work.

Engineering services.

Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.

Insulation work.

Masonry and bricklaying work.

Structural steel erection work.

Joinery work.

Plastering work.

Tiling work.

Painting work.

Other building completion work.

Modular and portable buildings.

Primary works for services.

Building completion work.

Engineering design services.

Construction work for railways and cable transport systems.

Railway construction works.

Urban railway works.

Engineering design services for the construction of civil engineering works.

Ancillary works for telecommunications.

Installation of telecommunications equipment.

Installation of cable infrastructure.

Installation of computer cabling.

Electrical fitting work.

Fire-alarm system installation work.

Electrical equipment and apparatus.

Video identification systems.

Security fittings.

Magnetic-card system.

Software package and information systems.

IT services: consulting, software development, Internet and support.

Electricity distribution and control apparatus.

Burglar-alarm system. installation work. .

Construction of an integrated security monitoring system and information management on the railway line no250 together with the modernization of the Suburban Station building in Gdynia and the SKM

Reference Number platform: SKMMU.086.17.19

Construction of an integrated safety monitoring system and information management on the 250 railway line together with the modernization of the Podmiejski Station building in Gdynia and the SKM platform at the Gdynia Głowna station

Main Site: Gdynia, POLAND

1. The subject matter of the contract is Integrated Constructionabout the security monitoring system and information management on the 250 railway line together with the modernization of the Podmiejskiego Station building in Gdynia and the SKM platform at the Gdynia Głowna station. The subject of the order is in particular the execution of comprehensive multi-disciplinary design documentation, obtaining all required permits, construction works, supply of equipment, constructionand integration of teletechnical systems and provision of author's supervision.

2. A detailed description of the subject of the order is included in Annex 3 to the Terms of Reference - draft contract with attachment: Functional and operational program. Due to the confidential (constituting secret of the Employer's company) the nature of the document: "Annex A to PFU Inventory of the security system for the Gdynia CenterGłowa and the station / stops of the railway line No. 250 ", the Ordering Party stipulates that in accordance with the provisions of Article 8 section 2a and 37 section 6 of the Public Procurement Law, this document will be made available to the Contractor in electronic form after sending a request for access to the information constituting the secret of the PKP company Szybka Kolej Miejska w Trojmiasto Sp. Z o. O. Together with the Obligation to maintain itAttachments 8 and 9 to the ToR. The application together with the obligation should be sent to the e-mail address of the Ordering Party: przetargi@skm.pkp.pl. The Contractor is obliged to attach a document confirming the rules of representation of the Contractor, unless the Employer can obtain it using free and publicly available databases, in particular public registers within the meaning of the Act of 17.2.2005 year about computerization of the entities performing public tasks (ie the Journal of Laws from 2017. In the case when the authorization to represent the Contractor does not result from the document confirming the rules of representation of the Contractor should be submitted the power of attorney should be submitted in the form of an original in the form of an electronic document or also an electronic copy of a notarized certificatefor compliance with the original using a qualified electronic signature.

I. The ordering party does not specify any condition in this respect.

II. Contractors should prove that there are no grounds for exclusion from art. 24 sec. 1 and par. 5 points 1, 4, 5, 6, 7 and 8 of the PPL Act by submitting:

A. To the offer:

1) of the Single European Order Document (EAT)

B) On the call referred to in Chapter VI point 15 SIWZ;

- inffrom the National Criminal Register in the scope specified in art. 24 sec. 1 items 13, 14 and 21 of the Public Procurement Law and, regarding a conviction for a prison sentence, to the extent specified by the ordering party pursuant to art. 24 sec. 5 points 5 and 6 of the Public Procurement Law, issued not earlier than 6 months before the deadline for submitting bids,

- a statement from the competent head of the tax office confirmingego that the contractor is not in arrears with the payment of taxes, issued not earlier than 3 months before the deadline for submission of bids, or other document confirming that the contractor has concluded an agreement with the competent tax authority regarding repayment of such receivables with possible interest or fines, in particular obtained the exemption, deferral or distribution provided for by law, overdue payments or suspension in full of the decision of the competent authority, - a certificate issued by the local organizational unit of the Social Insurance Institution or the Agricultural Social Insurance Fund or other document confirming that the contractor is not in arrears with paying social security or health insurance contributions issued no earlier than 3 months beforeexpiry of the deadline for submission of bids, or other document confirming that the contractor has entered into an agreement with the competent authority regarding repayment of such receivables with possible interest or fines, in particular obtained legally permissible, postponement or installment payment of overdue payments or suspension in full execution of the decision of the competent authority,

- statements by the contractoro failure to issue a final court judgment or final administrative decision against the payment of taxes, fees or social security or health insurance premiums or - in the event of such a verdict or decision - documents confirming payment of such receivables with any interest or fines or conclusion binding agreement on ppayment of these receivables, - statement of the contractor about the lack of a ruling against him as a precautionary measure prohibiting to apply for public orders, - write-off from the relevant register or from the Central Register and Information on Economic Activity, if separate provisions require entry in the register or records, order to confirm the absence of grounds for exclusion under Art. 24 sec. 5 point 1Public Procurement Law Acts, - Contractor's statement about the lack of a final conviction of a conviction court for violation of liberty or a fine to the extent specified by the awarding entity pursuant to art. 24 sec. 5 points 5 and 6 of the Public Procurement Law Act,

- the contractor's statement about the lack of a final administrative decision against him in breach of the obligations under labor law, the right toenvironmental circles or social security regulations to the extent specified by the awarding entity on the basis of art. 24 sec. 5 point 7 of the Public Procurement Law Act - Contractor's declaration on not paying taxes and local fees, referred to in the Act of 12.1.1991 on local taxes and charges.

C) within 3 days from the date of placing information from the opening of tenders by the Contracting Party on the webnot online (Article 24 (11) of the Public Procurement Law):

- the contractor's statement on whether or not to belong to the same capital group; in the case of belonging to the same capital group, the contractor may submit together with the declaration documents or information confirming that connections with another contractor do not lead to distortion of competition in the proceedings.The Contractor must demonstrate that:

1) has financial resources or creditworthiness in the amount not less than PLN 15, 000, 000 (fifteen million zlotys).

2) has liability insurance in the scope of conducted activities related to the subject of the contract for a guarantee sum of not less than PLN 10, 000, 000 (ten million zlotys),

3) meets the followingfinancial terms:

a) had in the last 3 financial years current liquidity higher than 1.2 ( 1.2), calculated according to the following formula:

Current liquidity rate is equal [(current assets) divided into (liabilities current)];

b) had in the last 3 financial years a quick ratio of more than 1 ( 1) calculated according to the following formula: - liquidity ratioand quick equals [(current assets minus inventories minus short-term prepayments) divided into (current liabilities)];

c) had in the last 3 financial years a general debt ratio below 0.6 (0.6) calculated according to the following formula : - The ratio of general indebtedness is equal [(total liabilities less advances received for long-term and short-term deliveries) divided bya (assets total)],

4) had annual turnover, for the last financial year (on the basis of "Profit and loss account" item "Net income from the sale of products, goods and materials" or "Net revenue from sales and matched with them" ) at least PLN 25, 000, 000.00, including an annual turnover of at least PLN 15, 000, 000.00.

I.Ad. section IV.2.6-The term zw. the offer is 60 days from the day of submitting offers

II. cDfrom section III.1.3 to 2.6. Site manager: person authorized to perform the function of Site Manager, at least 5 years of experience as construction manager during the construction works on the construction site, including experience in the implementation of a minimum of 2 investments consisting in building works in a public utility building with a usable part area groundnot less than 1 000 m.

2.7. The head of the industry robot in the construction and construction specialty without any restrictions: permission to manage the construction and robots in the required specialty without restrictions, at least 5 years of experience in performing activities within the scope of required permissions, including experience in the implementation of at least 1 (one) investment consisting of on exbuilding works in a public utility building with a usable area of the above-ground part not less than 1, 000 m.

2.8. The head of the industry robot in the installation specialty in the field of heating, ventilation, gas, water and sewage networks, installations and devices: authorized to manage the construction and works in the required specialty without restrictions, bringingmore than 5 years of experience in performing activities within the scope required by the required authorizations, including experience in the implementation of at least 1 (one) investment consisting in the performance of construction works in a public building with a usable surface area of not less than 1, 000 m.

2.9. Industry robot manager in rail engineering specialization without any limitationsfor railway construction works with at least 2 years of professional experience in managing track construction works.

2.10.Machine robot manager in the installation specialty in the field of electrical and power networks, installations and devices: authorized to manage the construction and works in the required specialty without restrictions, at least5 years of experience in performing activities in the scope specified by the required qualifications, including experience in the implementation of at least 1 (one) investment consisting in the performance of construction works in a public building with a usable surface area of not less than 1, 000 m.

2.11. at least 1 person with a certificate (diploma) of completing an employee's coursetechnical second degree technical security "Designing Technical Security Systems 1-4 (formerly class SA1 - SA4)", entered into the list of qualified technical security staff under the Act of 22.8.1997 on the protection of persons and property (consolidated text Dz. U. of 2017, item 2213, as amended) and holding the ID card of a Qualified Technical Worker.

2.12. At least 2 persons as Integration Platform Integration Support Engineers, who should have registered certificates of the integrating platform manufacturer in the field of designing, installation, configuration, commissioning, review and service.

2.13. At least 2 people with valid certificates at the expert level (highest degree in the manufacturer's certification path) in terms of deliveryz oo network devices.

In addition, due to the limited number of characters in this notice, the following information will be included in the correction: Documents and statements that Contractors are required to submit to confirm the conditions for participation in the proceedings regarding the technical capacity and professional,

- Deadline for ordering,

- Documents, required from foreign Contractors

- Main financial conditions

- Contract performance condition


Internet address (URL): www.skm.pkp.pl

Documents

 Tender Notice