Back to tenders & grants page
Tajikistan-Dushanbe: EBRD - Procurement of road maintenance machines, vehicles and equipment including IT equipment for their monitoring
Receive Tenders like this by email

Tajikistan-Dushanbe: EBRD - Procurement of road maintenance machines, vehicles and equipment including IT equipment for their monitoring

Tajikistan-Dushanbe: EBRD - Procurement of road maintenance machines, vehicles and equipment including IT equipment for their monitoring has been closed on 08 Jul 2017. It no longer accepts any bids. For further information, you can contact the Ministry of Transport

Bellow, you can find more information about this project: 

Location: Tajikistan

General information

Donor:

Ministry of Transport

Industry:

Automotive

Information Technology

Machinery & Equipment

Transport & Logistics

Status:

Closed

Timeline

Published:

14 Jun 2017

Deadline:

08 Jul 2017

Value:

Not available

Contacts

Description

Project name: Road Maintenance Development Project

Country: Tajikistan

Business sector: Transport

Project ID: 8720-IFT-36826

Funding source: EBRD and the client

Type of contract: Goods and Associated services

Type of notice: Invitation for Tenders

Issue date: 7 June 2017

Closing date: 7 August 2017, 2pm Tajikistan time

This Invitation for Tenders follows the General Procurement Notice No. 7791-GPN-36826 for this project which was published on the EBRD website, Procurement Notices (www.ebrd.com) on 20 January 2015, updated on 19 January 2016.

The Government of Republic of Tajikistan represented by the Ministry of Transport hereinafter referred to as “the Purchaser”, intends using the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) complimented by the grant funds towards the cost of critically needed maintenance equipment for the national road network within the Road Maintenance Development Project.

The Purchaser now invites sealed tenders from Suppliers for one or more of the following lots to be funded from the proceeds of the loan and of the grant:

Lot 1: Excavation equipment:

No.; Item name; Amount:

1.1.; Wheel Excavator: >120kW, diesel; op. weight >19,5t, digging depth >6m, bucket vol. ≥0,8m3; 4;

1.2.; Motor Grader: >125kW, diesel; 3,9-4.3m blade; 4;

1.3.; Bulldozer: >150kW, diesel; medium dozer, (>6.0m3); 2;

1.4.; Front End Loader: >160kW, diesel engine, bucket volume 3.0 m3; 6.

Lot 2: Compaction and other equipment:

No.; Item name; Amount:

2.1.; Vibrating Roller: >90kW, diesel; op. weight >11t, drum >Ø1.5m; 2;

2.2.; Plate Compactor: 2.5kW gasoline; plate 500x340mm or equal, op.weight 130kg; 10;

2.3.; Tandem Roller: > 20kW, diesel; op. weight >2.7t, drums (front equal rear), >Ø 700mm; 4;

2.4.; Drilling rig (mining, crawler): middle class, >110kW, drill Ø60-110mm, 25m<depth >15m; 2;

2.5.; Mobile asphalt plant: prod.cap. <5t/hour; weighing cap. ≥200kg; 1.

Lot 3: Road Maintenance Vehicles and Equipment:

No.; Item name; Amount:

3.1.; Dump Truck (10t.) 4x2 axle config. >205kW; op. weight 10t, cargo space 8m3; 8;

3.2.; Dump Truck (20t.) 6x4 axle config. >205kW; op.weight 20t, cargo space 15m3; 8;

3.3.; Fire-engine: 4x2 axle config. >205kW, diesel; water & foam tank ratio 8:0,4m3; 2;

3.4.; Mobile Crane: 8x4 axle config. >205kW, diesel; lifting capacity 10t, carrying capacity 20t; 1;

3.5.; Fuel Truck: 4x2 axle config, >205kW; tanker capacity min 10m3; 2;

3.6.; Equipment Transporter: >270kW; loading capacity >25t; 1;

3.7.; Bitumen Transporter: 4x2 axle config. >205kW, diesel; tanker capacity min 8m3; 3;

3.8.; Multi Purpose Truck with Accessories: 6x4 axle config. >205kW, diesel; loading capacity <17t; 4;

3.9. Equipment for road quality control and diagnostics:

3.9.1.; Mobile laboratory: standard chassis with basic equipment and autonomous power supply, IRI control system, subsurface probing system, engineering facilities inventory module; 1;

3.9.2.; Stationary laboratory equipment for testing according to indicated GOST testing method; set.

Lot 4: IT equipment for monitoring the maintenance of road machines and vehicles (Lot 1, Lot 2 and Lot 3):

No.; Item name; Amount:

4.1. Hardware:

4.1.1.; Server; 1;

4.1.2.; UPS10kVA; 1;

4.1.3.; Tablet OS Google Android Lollipop 5.0; 11;

4.1.4.; Laser printer, 4in1, monochrom, 1.3 GH 4-core MTK MT8382; 2;

4.2. Communication equipment:

4.2.1.; Tracking device supporting A-GPS/GLONASS; 50;

4.2.2.; GB switch, 50 ports; 3;

4.2.3.; Fiber chanel switch, 8 ports; 2;

4.2.4.; Fiber chanel controller: 8Gb Fibre Channel x 2 ports; 2;

4.2.5.; Optical patch cord Flex LC/LC OM4 2f 5m Cbl; 10;

4.2.6.; SFP transceiver: 8Gb SW Fibre Channel 1 Pack; 12;

4.3. Software:

4.3.1.; GPS monitoring system (server software) licenced for 200 trackers; 1;

4.3.2.; SQL Server: Standard 2014 English OLP; 1;

4.3.3.; SQL CAL: Russian LicSAPk OLP A Gov Device CAL; 68;

4.4. Services:

4.4.1.; Development of DBMS for road maintenance fleet; set;

4.4.2.; Installation of trackers: according to selection list; 50;

4.4.3.; One-year operation and maintenance of the trackers: SIM, Internet and GLONASS access; 50;

4.4.4.; One-year operation and maintenance of the tablets: SIM, Internet and GLONASS access; 11;

4.4.5.; Training: 11 authorised persons + 3 system managers; set.

Each lot will be tendered separately. Detailed specifications and delivery periods are provided in the Tender Documents.

Tendering for contracts that are to be financed with the proceeds of a loan/grant from the Bank is open to firms from any country. 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 qualified for the award of a contract, tenderers for each lot must satisfy the minimum qualification criteria specified in the tender documents. The summary of the criteria is provided below (the tenderers applying for more than one lot will have to demonstrate that they meet the cumulative requirements for all lots):

A) If the tenderer is the Manufacturer:

i) Average annual turnover (converted in US dollars) defined as the total payments received or certified for manufacture and for supply of road maintenance machines and equipment (contracts completed and in progress) over the last three years (2014, 2015, 2016) shall be as minimum

For Lot 1: 5 mln. USD

For Lot 2: 3,5 mln. USD

For Lot 3: 6 mln. USD

For Lot 4: 450 thousand USD.

ii) Sound financial position must be demonstrated through audited financial statements (balance sheets, income statement).

iii) The Goods offered must have been in production for at least two (2) years and the minimum of twenty-five (25) units of similar type and capacity have been sold and have been in operation satisfactorily for at least 1 (one year) as proven by the evidences as indicated in the Tender documents.

B) If a tenderer is not a manufacturer:

The Manufacturer, who has provided Manufacturer's Authorisation Form to the tenderer, shall demonstrate the above qualifications and the tenderer shall demonstrate that

iv) it has available, or has access to liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the projected cash flow for the contract(s) estimated as not less than:

For Lot 1: 1.2 mln. USD

For Lot 2: 600 thousand USD

For Lot 3: 1.4 mln. USD

For Lot 4: 60 thousand USD

v) it has successfully completed at least five (5) contracts of similar goods in the past 3 years.

vi) At least one of the contracts shall have been completed in a country with similar climatic conditions. Value, nature and complexity of these contracts shall be comparable to the contract to be awarded.

Tender documents in English language may be received in soft version PDF, and Word format, from the office at the address in para. 12 below between 09:00 and 17:00 hours on the submission of a written application or e-mail request to the same address. No liability will be accepted for loss or late delivery. Russian language copy of the tender documents may also be provided upon request.

Two stage tender procedure will be adopted and will proceed as follows:

(a) the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions a tenderer wishes to offer, and a justification therefor, provided always that such deviations or alternative solutions do not change the basic functionalities of the equipment and the objectives of the project. Following evaluation by the Purchaser of the First Stage tenders, the Purchaser will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The tenders of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum. Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a Second Stage tender.

(b) the Second Stage tender will consist of an updated technical tender incorporating all changes required by the Purchaser as recorded in the Memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the First Stage tender; and the commercial tender.

A Pre-Tender meeting will take place at 10:00 hours local time on 5th July 2017 at the following place:

Ministry of Transport

14, Ayni Street,

1st floor, Meeting room

734042, Dushanbe

Republic of Tajikistan

First Stage Tenders in English and in Russian must be delivered to the office at the address below on or before 14:00 hours local time on 7 August 2017 at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.

State Committee for Investment and State Property

Management of the Republic of Tajikistan

Tender box No. 2

27 Shotemur Street,

734025 Dushanbe, Republic of Tajikistan

Prospective tenderers may obtain further information from, and also inspect and acquire the tender documents and the register of potential tenderers who have received the tender documents at the following office:

Ministry of Transport, Mr Olim Yatimov, Head of the Department on cooperation with foreign investment, 734042, Republic of Tajikistan, Dushanbe, 14 Ayni Street, 3rd floor, room No.308. Tel: +992 37 222-2221, Fax: +992 37 222-2221. E-mail address: [email protected]


http://ted.europa.eu/udl?uri=TED:NOTICE:224711-2017:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more