Blog

September 20, 2016

Odessa Trolleybus: invitation to tender

Supply of low-floor trolleybuses, facilities for washing of trolleybuses and related services

This Invitation for Tenders follows the General Procurement Notice Ref 7990-GPN-47902 for this project, which was published on the EBRD website, Procurement Notices (www.ebrd.com) on 07 September, 2015.

Communal Enterprise „Odesmiskelektrotrans“, hereinafter referred to as “the Purchaser”, intends to use part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the Odessa Trolleybus Project.

The Purchaser now invites sealed tenders from eligible suppliers for the following contract to be funded from part of the proceeds of the loan:

Contract No. OPT-01, Supply of low-floor trolleybuses, facilities for washing of trolleybuses and related services, including:

  • Lot 1 – Supply of 45 low-floor two axle trolleybuses, a set of mandatory spare parts and consumables, a set of workshop tools and equipment for maintenance and repair of trolleybuses and related services, DDP (Odessa), delivery period is 16-50 weeks after receiving of advance payment;
  • Lot 2 – Supply of facilities for washing of trolleybuses, including equipment for water recycling and water treatment, DDP (Odessa), delivery period is 12 weeks after receiving of advance payment.

Tenders are invited for one or more lots.  Each lot must be priced separately.  Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders.

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 for one lot or both lots:

(a)   Tenderers shall meet the eligibility requirements: no conflicts of interests, not having been declared ineligible by the Bank, compliance with requirements of tender documents for government owned entity if a tenderer is owned by the government, not having been excluded as a result of the Borrower’s country laws or by an act of compliance with UN Security Council resolution;

(b)   Tenderers shall not have a consistent history of contractual non-performance within the last 3 (three) years. All pending litigation shall in total not represent more than 10% of the Tenderer’s net worth;

(c)   The audited balance sheets for the last 3 years must demonstrate the soundness of tenderer financial position, showing long-term profitability.

(d)   The tenderer must have an average annual turnover as prime Supplier over the last 3 years of at least:

Lot 1: Euro 10 million equivalent and

Lot 2: Euro 200 thousand equivalent.

(e)   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 production cash flow for the contract estimated as not less than:

Lot 1: Euro 3.0 million equivalent and

Lot 2: Euro 60 thousand equivalent.

(f)    The tenderer must have the following successful experience:

Lot 1: execution of the analogous deliveries of trolleybuses with similar models (single or articulated) in a quantity not less than 50 units in the last 3 years;

Lot 2: supply and installation (or supervision of installations) of facilities for washing of transport vehicles in a quantity of not less than 2 contracts in the last 3 years.

(g)   Tenderer shall be capable of the fulfilment of commitments regarding maintenance, the repair and supply of spare parts, provided in the tender documents;

(h)   In the case of a tenderer offering to supply goods under the Contract which the tenderer does not manufacture or otherwise produce, the tenderer has been duly authorised by the goods’ manufacturer or producer to supply the goods in the Purchaser’s country;

(j)    Manufacturer of trolleybuses proposed by the tenderer in its tender must have a certificate of quality management system (ISO 9000, or its equivalent).

 

Joint venture, consortium, or association (JVCA) shall satisfy the following minimum qualification criteria:

(a)   At least one partner of JVCA shall meet 60% of all the above referred qualification criteria on average annual turnover and financial resources.

(b)   Each partner of JVCA shall meet at least 20% of all the above referred qualification criteria on average annual turnover and financial resources.

(c)   JVCA shall meet in whole criteria for experience, as well as the eligibility and financial situation referred to above, the corresponding data, that defines the overall capacity of the JVCA, shall be specified for each partner. Each JVCA partner shall meet the requirements for historical financial performance, eligibility and trials.

 

Tender documents may be obtained from the Purchaser’s office at the address below upon payment of a non-refundable fee of 200 EUR (two hundred Euro), including VAT, or equivalent in Ukrainian Hryvnia or in US Dollars at the exchange rate of National Bank of Ukraine on the date of payment.

Payment of a non-refundable fee is to be made by bank transfer to:

Beneficiary Bank: Pivdennyi Bank, Odessa, Ukraine

SWIFT: PIVDUA22

Beneficiary: Communal Enterprise „Odesmiskelektrotrans“

Acc.No. for payments in UAH: 26004312202

Acc.No. for payments in USD: 26007342202

Acc.No. for payments in EUR: 26002310220203

Upon receiving appropriate evidence of payment of the non-refundable fee, the tender documents may be collected from the Purchaser’s office at the address given below or the documents will be promptly dispatched by courier or by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery. 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 in the following amount:

Lot 1: EUR 160,000 or its equivalent in a convertible currency;

Lot 2: EUR 20,000 or its equivalent in a convertible currency.

The tenders must be delivered to the address below on or before 07.11.2016, 12:00 Kiev time, at which time they will be opened in the presence of those tenderers’ representatives choose to attend.

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 also inspect and acquire the tender documents at, the following address:

Purchaser:                    Communal Enterprise „Odesmiskelektrotrans“

Contact person:                        Mr. Alexander Katashinsky, Chief Engineer

Ms. Inessa Mandrus, Secretary of the tender commission

Address:                       1, Vodoprovondaya Str., Odessa, 65007, Ukraine

Phone:                          +380 48 7175403, +380 48 7175400 (reception)

Fax:                              +380 48 7246257

E-mail:                          mandrus.i@oget.od.ua

European ITS News, International ITS News
About Ian Bearder
Co-founder and Chairman of ITS Ukraine.

Leave a Reply

Your email address will not be published. Required fields are marked *