53-72-18 - аварійно-диспетчерська служба, 0800-754-044 - колцентр, 
67-03-12 - приймальня,  сайт: www.vinvk.com.ua, е-mail:office@vinvk.com.ua
Telegram-канал: t.me/vinvoda_info

UKRAINE
Second Urban Infrastructure Project (UIP2)
Loan No: 8391-UA and TF017112

Contract Title: Reconstruction of Main Water Supply Network in Vinnitsa city (from Pyrogova Str. to Lebedynskogo Str.)

Reference No. (as per Procurement Plan): VIN-ICB-03-1

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this Project that appeared in UN Development Business issue of August 5, 2014.

2. Ukraine has received financing from the International Bank for Reconstruction and Development (IBRD) toward the cost of the Second Urban Infrastructure Project (UIP2), and intends to apply part of the proceeds of that loan for eligible payments under contract ref. VIN-ICB-03-1 for Reconstruction of Main Water Supply Network in Vinnitsa city (from Pyrogova Str. to Lebedynskogo Str.).

3. Utility Company “Vinnytsiaoblvodokanal” now invites sealed bids from eligible bidders for the works consisting of (1) replacement of existing water main in the central part of Vinnitsa by new polyethylene pipes (D= 400-630 mm, total length – aprx. 9,7 km) including 1 river crossing (inverted syphon) under Pivdennyi Buh (South Buh) river with 2 pipelines Ø400 mm; 1 river crossing (inverted syphon) with 2 pipelines Ø630 mm through pond along Turchianovycha street; (2) arrangement of new branch collectors for reconnection of existing consumers by new polyethylene and steel pipes (D32 – D300, total length – aprx. 2,3 km); and (3) arrangement of new precast reinforced concrete manholes (~26 pcs) and chambers (~22 pcs) with installation of valves and appurtenances. The intended construction period for the whole of the works shall be thirteen (13) months from the Start Date (currently expected in March, 2020).

Qualification requirements for Bidders, including members of joint ventures are as follows:

  • History of Non-Performing Contracts: No history of non-performance of a contract as a result of contractor default since 1st of January 2014.
  • Litigation History: No consistent history of court/arbitral award decisions against the Bidder since 1st of January 2014.
  • Financial Capabilities: The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as USD $1 200 000 (one million two hundred thousand US dollars) for the subject contract net of the Bidders other commitments.

    The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

    The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last 5 (five) years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.

  • Average Annual Construction Turnover: Minimum average annual construction turnover of US$ 7 500 000 (seven million five hundred thousand US dollars), calculated as total certified payments received for contracts in progress and/or completed within the last 5 (five) years starting 1st of January 2014 to December 31, 2018, divided by 5 (five) years.
  • General Construction Experience: Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last 5 (five) years, starting 1st January 2014.
  • Specific Construction & Contract Management Experience:
    • (a) 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-contractor12 between 1st of January 2014 and application submission deadline:
      • (i) 1 (one) contract of minimum value US$ 4 000 000 (four million US dollars);
        OR
      • (ii) 2 (two) contracts each of minimum value US$ 2 500 000 million (two million five hundred thousand US dollars)

      The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VII, Work’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.

      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 of 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

    • (b) For the above and any other contracts completed and under implementation as prime contractor, JV member, management contractor or sub-contractor on or after the first day of the calendar year during the period stipulated in para (a) above, a minimum construction experience in the following key activities successfully completed:
      • (i) reconstruction / construction of pressurized municipal water/wastewater pipelines in a range of DN400 – DN1200, at least 2 km.
      • (ii) reconstruction / construction of river crossings in a range of DN400 – DN1200, at least 1 pcs.

      Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period.

      For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share shall be counted to meet this requirement.

  • • Personnel: The Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements:
    Position Total Work Experience
    (years)
    Similar Works Experience
    (years)
    1 Contract Manager / Contractor’s Representative 15 10
    2 Civil Engineer 10 6
    3 Mechanical Engineer 10 6
    4 Environmental, Health & Safety
    (EHS) Representative
    5 2

     

  • • Equipment: The Bidder must demonstrate that it will have access (for buy, lease, hire, etc) to the key Contractor’s equipment listed hereafter:
    Equipment Type and Characteristics Minimum Number required
    1 Dump truck, at least 10 t 2 pcs
    2 High sided truck, at least 10 t 2 pcs
    3 Backhoe excavator, with bucket capacity 0.5 to 1 m3 2 pcs
    4 Self-propelled roller, at least 10 t 1 pc
    5 Pneumatic-tired roller, at least 25 t 1 pc
    6 Truck-mounted crane, at least 10 t 2 pc
    7 Horizontal Directional Drill Machine (Vermeer D36x50DR Series II or equivalent) 1 pc
    8 Truck-mounted vacuum silt aspirator, with tank volume of 7 m3 1 pc
    9 Mud mixing system (Vermeer MX 240 or equivalent) 1 pc
    10 Pipe-laying crane, at least 10 t 1 pc

    Qualification of any Subcontractors (if proposed by the Bidder) will not be taken into account during evaluation of the Bidder’s qualification.

    A margin of preference for eligible national contractors/joint ventures shall not be applied.

    Further details are provided in the Bidding Document.

4. 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.

5. Interested eligible bidders may obtain further information from Utility Company “Vinnytsiaoblvodokanal”, Mrs. Larysa Korol, Procurement Specialist, telephone: +380 432 53-73-98, facsimile number: +380 432 53-73-98, e-mail: Ця електронна адреса захищена від спам-ботів. Вам необхідно увімкнути JavaScript, щоб побачити її. (with mandatory copy to Ця електронна адреса захищена від спам-ботів. Вам необхідно увімкнути JavaScript, щоб побачити її.), and inspect the bidding documents in the Utility Company's premises during office hours from 08:00 to 17:00 local time at the Address (1) given below.

6. A complete set of bidding documents in English language may be purchased by interested eligible bidders upon the submission of a written application to the Address (1) below and payment of a non-refundable fee of UAH 8 500 (eight thousand five hundred Ukrainian Hryvnia) or USD 330 (three hundred thirty US dollars). The method of payment will be banking transfer to the bank account indicated 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.

7. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Document for Procurement of Small Works, April 2015 revision (incorporating January, 2017 updates to enhance environmental, social, health and safety performance).

8. Bids must be delivered to Address (1) below before 12:00 noon local time October 10, 2019. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the Address (2) below at 12:00 noon local time October 10, 2019.

9. All bids must be accompanied by a Bid Security of US$ 100,000 (one hundred thousand US dollars) or its equivalent in a freely convertible currency or in Ukrainian Hryvnia determined at the official rate(s) of the Ukrainian Hryvnia against foreign currencies established by the National Bank of Ukraine (www.bank.gov.ua) on the date twenty-eight (28) days prior to the bid submission deadline.

10. Addresses above:

Banking details for payments in UAH:

BENEFICIARY Utility Company “Vinnytsiaoblvodokanal”
BENEFICIARY ACCOUNT 26001215958.980
BENEFICIARY BANK JSB “UKRGASBANK”,
Vinnytsia, Bevsa str. 34
MFO 320478

 

Banking details for payments in USD:

BENEFICIARY Utility Company “Vinnytsiaoblvodokanal”
BENEFICIARY ACCOUNT  26001215958.840
BENEFICIARY BANK  JSB “UKRGASBANK”, UKRAINE SWIFT: UGASUAUK
CORRESPONDENT BANK  J.P. Morgan Chase Bank, New York 70 Park Avenue, New York, NY, 10017 USA, New York SWIFT: CHASUS33
CORR. ACCOUNT  899579957

Подачa показників лічильників

Малюнки дітей

На сайті 48 гостей та 0 користувачів