Legal Basis:
This contract will be financed by the European Investment Bank (EIB) and subject to the EIB's Guide to Procurement.
Section I: Contracting authority
I.1)Name and addressesOfficial name: PUC “Lutskvodokanal” (Lutsk Utility of Water and Sewage)
Postal address: 26 Dubnivska Street
Town: Lutsk
NUTS code:
UA UkrainePostal code: 43010
Country: Ukraine
Contact person: Mr.Sviatoslav Dmytrotsa, Deputy Head of the Tendering Committee
E-mail:
slavadm1975@gmail.comTelephone: +38 067-3323747
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from another address:
Official name: PUC “Lutskvodokanal” (Lutsk Utility of Water and Sewage)
Postal address: 26 Dubnivska Street, 4th floor, Assembly Hall
Town: Lutsk
NUTS code:
UA UkrainePostal code: 43010
Country: Ukraine
Contact person: Mr. Sviatoslav Dmytrotsa, Deputy Head of the Tendering Committee
E-mail:
slavadm1975@gmail.comTelephone: +38 067-3323747
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Water
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Ukraine Municipal Infrastructure Programme – Rehabilitation of Wastewater Treatment Plant (WWTP) in Lutsk
Reference number: EIB-GtP/UTD/UMIP-OP-2-VOL-052-4
II.1.2)Main CPV code45252127 Wastewater treatment plant construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
The procuring entity intends to apply a part of financing allocated under the Ukraine Municipal Infrastructure Programme (UMIP) to eligible payments to a qualified contractor under the contract for the rehabilitation of Wastewater Treatment Plant (WWTP) in Lutsk. The Contractor’s scope of works includes (i) preparation of formal design for 2 phases of rehabilitation of the existing WWTP with the inlet design capacity of about 3,500 m3/h, and (ii) further reconstruction of phase 1 facilities, including but not limited to supply and installation of new automated screening facility, new sand traps with grease removal system, automated flow metering unit and sampling station, disinfection plant, rehabilitation of the existing inlet chamber, primary and secondary sedimentation tanks, aeration tanks, effluent discharge line, sludge treatment facility, SCADA system, etc, including all related civil, mechanical and electrical works, testing and commissioning of a fully functional WWTP.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UA Ukraine
Main site or place of performance:
II.2.4)Description of the procurement:
Open procedure will be conducted in accordance with the procurement framework of the European Investment Bank (EIB) as detailed in the latest revision of the Guide to Procurement for Projects Financed by the EIB (EIB’s GtP) available online at https://www.eib.org/en/publications/guide-to-procurement .
Firms, including joint ventures, consortia or associations (JVCA), and their individual members, originating from all countries of the world are eligible to tender for the contract. In the case of a JVCA, all member firms of the joint venture shall be liable jointly and severally for the execution of the contract if an award is made. A firm or a member of a JVCA may participate in only one tender for the Contract, either individually or as a partner in a JVCA. However, this does not limit the inclusion of the same subcontractors in more than one tender. Government-owned entities in Ukraine shall be eligible only if they can establish that they: (i) are legally and financially autonomous; (ii) operate under the principles of commercial law; and (iii) are not dependent agencies of the Employer.
A Tenderer shall furnish with its Tender the original of Tender-Securing Declaration OR Tender Security based on the forms included in the tender documents. If the Tenderer decides to submit the Tender Security its amount shall be EUR 160 000.00 (one hundred sixty thousand Euro) or equivalent in a freely convertible currency or Ukrainian Hryvnia (UAH) determined based on the official exchange rate of the Ukrainian Hryvnia established by the National Bank of Ukraine (www.bank.gov.ua) on the date twenty-eight (28) days prior to the tender submission deadline. The issuing bank of the tender security shall have a minimum credit rating of: not lower than "uaAAA" (in the case of the absence of a rating on a national scale from banks of foreign banking groups, the rating of parent foreign bank groups from one of the rating companies shall be not lower than: Fitch – ‘BBB-‘, Moody's – ‘Baa3’, and S&P – ‘BBB-‘. If the guarantee is issued by a financial institution located outside the Employer’s country, the issuing financial institution shall have a correspondent financial institution located in the Employer’s Country to make it enforceable. If the JVCA has not been legally constituted into a legally enforceable JVCA at the time of submission of Proposals, the Tender Security shall be in the name of a Lead partner of the JVCA on condition that the tender security clearly specifies the names of all future partners of the JVCA as named in the letter of intent referred to and states that the security is submitted for and on behalf of the JVCA.
Tenders shall be prepared and submitted pursuant to the requirements, procedures and forms provided in the procurement documents available upon written application to the email address of the procuring entity indicated in Section I above free of charge.
Failure to furnish all information or documentation required by the procurement documents may result in rejection of the tender.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 42
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Extension of completion period and variations of contract price are possible under the contract conditions.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Provided in the tender document.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/09/2023
Local time: 11:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 06/09/2023
Local time: 11:05
Place:
Public Utility Company “Lutskvodokanal”, Assembly Hall, 4th floor, 26 Dubnivska Street, Lutsk 43010 Ukraine.
Information about authorised persons and opening procedure:
Tenders will be opened in the presence of representatives of tenderers and anyone who wish to attend. Authorisation for participation in the opening procedure on behalf of a tenderer shall be confirmed by the Power of Attorney.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: UMIP Programme Management and Support Unit at the Ministry for Communities, Territories and Infrastructure Development of Ukraine
Postal address: 14 Beresteyskyi Avenue
Town: Kyiv
Postal code: 01135
Country: Ukraine
VI.5)Date of dispatch of this notice:13/07/2023