MUNICIPAL ENTERPRISE OF KARA SUU CITY “KARA SUU - TAZA SUU” has floated a tender for Kara Suu Water Project - Package II Wastewater Treatment and Disposal. The project location is Kyrgyzstan and the tender is closing on 20 Nov 2019. The tender notice number is 9510-IFT-46345, while the TOT Ref Number is 36466648. 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 : Kara Suu Water Project - Package II Wastewater Treatment and Disposal

Deadline : 20 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36466648

Document Ref. No. : 9510-IFT-46345

Competition : ICB

Financier : European Bank for Reconstruction and Development (EBRD)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MUNICIPAL ENTERPRISE OF KARA SUU CITY “KARA SUU - TAZA SUU”
Attention:Mr. Altynbek Shamshiev - Head of Project Implementation Unit Mayor-s Office of the Town of Kara-Suu; 2, Koushbakov str, 2nd floor, Accounting room Kara-Suu 723300 Telephone: +996 (556) 65 28 65
Kyrgyzstan
Email :mihan551@mail.ru

Tender Details

Tenders are invited for Kara Suu Water Project - Package II Wastewater Treatment and Disposal

Kara Suu Water Project

Municipal Enterprise of Kara Suu city “Kara Suu - Taza Suu”, hereinafter referred to as “the Employer”, intents using part of the proceeds of loans received by the Kyrgyz Republic herein referred as “the borrower” from the European Bank for Reconstruction and Development (EBRD) and the European Investment Bank (EIB) and grant from the European Union-s Investment Facility for Central Asia (EU IFCA), administered by EBRD, towards the cost of Kara Suu Water Project targeting rehabilitation and upgrade of the water supply and wastewater treatment infrastructure in the city of Kara-Suu.

The Employer now invites sealed Tenders from Contractors for the following contract to be funded from part of the proceeds of the loans / grant:

“Kara Suu Water Project - Package II Wastewater Treatment and Disposal”

The contract includes:

Design and construction of a biological wastewater water treatment plant for a design hydraulic capacity of 97 m³/h and a design pollution load capacity of 7, 700 PE60 (1 PE60 corresponds to a BOD5 load of 60 g per day);
Selection of an effluent discharge point (recipient waterbody or other viable outlet) and obtainment of all required permits / licences;
Depending on the selected effluent discharge point, if required, design and construction of a treated effluent pumping station and transmission pipeline, from the effluent pumping station to the effluent discharge point, with a design capacity of 313 m³/h;
Depending on the selected effluent discharge point, if required, design and construction of infrastructure (e.g. storage or infiltration basins) for effluent disposal with a design capacity of 97 m³/h.
The Conditions of Contract shall be FIDIC Conditions of Contract for Plant and Design-Build (first edition 1999).

The Time for Completion is 730 calendar days, including a 1 month-s allowance for mobilisation. The Time for Completion (construction period) is followed by a 1 year (365 calendar days) Defects Notification Period.

Eligibility and Qualification Criteria

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank-s 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.

To be considered qualified a Contractor (hereinafter referred as “Tenderer”) must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, personnel, equipment, financial position, non-performance history and other requirements specified in detail in the Tender documents and presented briefly below:

General Experience
The Tenderer shall have an average annual turnover (defined as annual earnings, expressed in its equivalent of a defined currency) as a contractor over the last 5 (five) years of EUR 2, 000, 000 (Euro two million) equivalent.

Specific Experience
The Tenderer shall meet the following minimum criteria:

Successful experience as a contractor (prime or subcontractor) in the execution of at least 2 (two) contracts of a magnitude comparable to the proposed contract within the last 10 (ten) years. For assessment purposes the values of the referred contracts shall be not less than the equivalent of EUR 1, 200, 000 (Euro one million two hundred thousand);
The Tenderer or the lead partner in a JVCA shall have acted as a main contractor in 1 (one) contract of a similar magnitude within the last 10 (ten) years. For assessment purposes the values of the referred contracts shall be not less than the equivalent of EUR 1, 200, 000 (Euro one million two hundred thousand);
Successful experience (signed and stamped Performance Certificate) as a contractor (prime or subcontractor) in the execution of at least 2 (two) contracts of a nature and complexity comparable to the proposed contract within the last 10 (ten) years. For assessment purposes the referred contracts shall include:
Design, installation and commissioning of a wastewater treatment plant of a constructed capacity of at least 5, 000 PE60, it shall comprise at least one biological treatment stage and sludge treatment stage (including sludge dewatering)
In addition, the following specific works experience shall be demonstrated:
Design, installation and commissioning of a biological wastewater treatment plant of at least 5, 000 PE60 under FIDIC Conditions of Contract (or similar)


Financial Position
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 months, estimated as not less than EUR 275, 000.00 (Euro two hundred seventy-five thousand) equivalent, taking into account the Tenderer`s commitments in other contracts.

Tender documents may be obtained from the address below upon payment of a non-refundable fee of EUR 20 (Euro twenty) or equivalent in Kyrgyz Som (KGS) at the rate issued by the National Bank of Kyrgyzstan at the date of payment.

The Tenderer must ensure that the amount paid shall be exclusive of bank transfer expenditures. When making payment, please state as subject: “Tender Documents - KSWP Package II - Wastewater Treatment and Disposal”.

Employers Bank account details:

For payment in EUR, payments can be made by bank transfer, to the following account:

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

For payment in KGS, payments can be made by bank transfer, to the following account:

Beneficiary name: Municipal Enterprise “Kara-Suu Taza-Suu”

Bank name: The “RSK Bank” Open Joint Stock Company Kara-Suu BranchTIN: 02406199910105
Account No. (in KGS): 1290463230020584
BIC: 129046

Attention: Mr. Altynbek Shamshiev
Head of Project Implementation Unit
Address: Mayor-s Office of the Town of Kara-Suu; 2, Koushbakov str, 2nd floor, Accounting room
City: Kara-Suu
Postal Code: 723300
Country: Kyrgyz Republic
Telephone number: +996 (556) 65 28 65
E-mail address: mihan551@mail.ru

Documents

 Tender Notice