MAYOR`S OFFICE OF THE TOWN OF KARA-SUU has floated a tender for Contract notice: EBRD - Procurement of Works for the rehabilitation of water supply system. The project location is Kyrgyzstan and the tender is closing on 02 Sep 2019. The tender notice number is 323036-2019, while the TOT Ref Number is 34583081. 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 : Kyrgyzstan

Summary : Contract notice: EBRD - Procurement of Works for the rehabilitation of water supply system

Deadline : 02 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 34583081

Document Ref. No. : 323036-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MAYOR`S OFFICE OF THE TOWN OF KARA-SUU
Office Name: Mayor`s Office of the Town of Kara-Suu

Town: Kara-Suu


Attention: Mr. Altynbek Shamshiev
Phone: 996 (556) 65 28 65
Kyrgyzstan
Email :mihan551@mail.ru

Tender Details

Object of the contract
EBRD - Procurement of Works for the rehabilitation of water supply system

Description: Contract notice: EBRD - Procurement of Works for the rehabilitation of water supply system

Authority Type: Utilities entity
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Investment Bank, European Investment Fund, European Bank for Reconstruction and Development
Award criteria: Not specified
CPV code: 45240000,
CPV Description: Construction work for water projects.

Procurement reference: 9451-IFT-46354.

Project name: Kara-Suu Water Project.

Country: Kyrgyz Republic.

Business sector: Municipal and environmental infrastructure.

Project ID: 46354.

Funding source: EBRD Loan and EU IFCA.

Type of contract: Project goods, works and services.

Type of notice: Invitation for tenders.

Issue date: 2.7.2019.

Closing date: 2.9.2019, 14.00 local 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 8.6.2018..

Municipal Enterprise of Kara Suu city `Kara Suu Taza Suu`, hereinafter referred to as `the Employer`, intends using part of the proceeds of a loan from the Bank towards the cost of Kara Suu Water Project..

The employer now invites sealed tenders from contractors for the following contract[s] to be funded from part of the proceeds of the loan. The contract includes:.

— rehabilitation of the `Telman` groundwater intake facilities, .

— rehabilitation of the `Brigade 6` groundwater intake facilities, .

— rehabilitation of about 20 km of water supply distribution network in the Urban `Kara Suu`..

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country..

The time for completion is 18 months including a 1 month`s allowance for mobilisation. The time for completion (construction period) is followed by a 1-year (365 days) defects notification period..

To be qualified for the award of a contract, tenderers must satisfy i.a. the following minimum criteria:.

(i) History of non-performing contracts.

The tenderer, 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 5 (five) years..

(ii) Historical financial performance.

The tenderer and each partner in case of JVCA shall submit audited balance sheets for the last three (3) years which should demonstrate the soundness of the tenderer`s financial position by showing long-term profitability..

(iii) Average annual turnover:.

The tenderer shall have an average annual turnover as contractor or JVCA contractor (defined as billing for works in progress and completed) over the last 3 years of not less than 3 000 000 EUR or the equivalent..

(iv) Financial resources:.

The tenderer shall demonstrate that it has access to, or has available, 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 4 (four) months, estimated as not less than 500 000 EUR for either lot or the equivalent, taking into account the applicant`s commitments for other contracts..

(v) General experience.

Experience under contracts in the role of contractor or management contractor for the last 5 years prior to the tender submission deadline, and with activity in at least nine (9) months in each year..

(vi) Specific experience.

(a) participation as contractor or management contractor in at least one (1) contracts within the last three (3) years, each with a value of at least 1 000 000 EUR, that has been successfully and substantially completed and that is 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;.

(b) for the above or other contracts executed during the period stipulated in (a) above, a minimum experience in the following 2 key activities:.

— 3 contracts in the field of rehabilitation or construction of water supply or waste water supply networks in urban areas with a value of at least 1 000 000 EUR. Of these 3 contracts, at least 1 Contract must include a water reservoir with a capacity 500 m, .

— 1 contract in the field of rehabilitation or construction of water supply or waste water supply pipeline with a diameter of at least 300 mm and total length of at least 5 km.

(vii) Joint ventures.

Joint ventures (JVCA) must satisfy collectively all the qualification criteria, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture`s total capacity:.

(a) all partners must meet requirement of `General Experience` working as contractor in the last 5 years at least 9 months each year;.

(b) the lead partner and all partners combined must meet requirement of (vi) `Specific Experience` (a); for the 2 key activities mentioned under (vi) (b) the lead partner must provide at least 2 contracts while each other partner must provide at least 1 contract..

(c) the lead partner shall meet at least sixty five (65 %) percent of the minimum qualifying criteria for `Average Annual Turnover` (iii) and "Financial Resources" (iv);.

(d) other partners shall meet at least thirty five (30 %) percent of the minimum qualifying criteria for "Average Annual Turnover" (iii) and "Financial Resources" (iv);.

Tender documents (including a data storage device for electronic version of the tender document to be filled in) may be obtained from the office at the address below upon payment of a non-refundable fee of 100 EUR or equivalent in another convertible currency or Kyrgyz Som at the exchange rate of the National Bank of the Kyrgyz Republic on the date of payment..

Payments shall be made to:.

Beneficiary name: Municipal Enterprise `Kara-Suu Taza-Suu`.

Bank name: Demir Kyrgyz International Bank Osh Datka branch, Osh city.

Account name: EUR-1180000100524441.

SWIFT (BIC): DEMIKG22.

SWIFT (BIC): RZBAATWW.

Correspondent bank: Raiffeisen Bank International AG.

Upon receiving appropriate evidence of payment (with indication of company details, address and email on transfer voucher) of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery. Documents can also be dispatched electronically after the presentation by the prospective tenderer of appropriate evidence of payment of the non-refundable fee. In the event of any 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 EUR and consistent with paragraph 19.1 of the Instructions to Tenderers (ITT)]..

Tenders must be delivered to the office at the address below on or before 2.9.2019, 14.00.

Local time 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:.

.


Internet address (URL):

Documents

 Tender Notice