Back to tenders & grants page
Ukraine-Lutsk: Construction supervision services Construction & Engineering Ukraine-Lutsk: Construction supervision services
Receive Tenders like this by email

Ukraine-Lutsk: Construction supervision services

Ukraine-Lutsk: Construction supervision services has been closed on 31 Mar 2022. It no longer accepts any bids. For further information, you can contact the Communal Enterprise “Information and Analytical Centre “Volynenergosoft”

Bellow, you can find more information about this project: 

Location: Ukraine

General information

Donor:

Communal Enterprise “Information and Analytical Centre “Volynenergosoft”

Industry:

Construction & Engineering

Status:

Closed

Timeline

Published:

15 Feb 2022

Deadline:

31 Mar 2022

Value:

Not available

Contacts

Phone:

+380 98-8732607

Description

Contract notice

Services

Legal Basis:

This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement.

Section I: Contracting authority

I.1)Name and addresses
Official name: Communal Enterprise “Information and Analytical Centre “Volynenergosoft”
Postal address: 67, Vynnychenka Street
Town: Lutsk, Volyn Region
NUTS code: UA Ukraine
Postal code: 43006
Country: Ukraine
Contact person: Mrs. Vitalina Havruk, Procurement officer of the Project Implementation Unit (PIU)
E-mail: [email protected]
Telephone: +380 98-8732607
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from another address:
Official name: Communal Enterprise “Information and Analytical Centre “Volynenergosoft”
Postal address: 67, Vynnychenka Street, 3rd floor, room 328
Town: Lutsk, Volyn region
NUTS code: UA Ukraine
Postal code: 43006
Country: Ukraine
Contact person: Mrs. Vitalina Havruk, Procurement officer of the Project Implementation Unit (PIU)
E-mail: [email protected]
Telephone: +380 98-8732607
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Ukraine Municipal Infrastructure Programme – Supervision of the Construction Works on Thermal Renovation of Public Healthcare Buildings in the Volyn Region, Ukraine

Reference number: EIB-GtP/UMIP-OP-3-VOL-056-2
II.1.2)Main CPV code
71520000 Construction supervision services
II.1.3)Type of contract
Services
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 engineering company (Consultant) for provision of construction supervision services.

The primary objective of the assignment is to provide professional support to the implementation of contracts for Thermo-Modernisation of the Public Healthcare Buildings in the Volyn Region.

The Consultant will also carry out such duties and responsibilities as defined and required from the Client’s Engineer / Project Manager in accordance with the contract conditions.

II.1.5)Estimated total value
Value excluding VAT: 782 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UA Ukraine
Main site or place of performance:

Lutsk municipality and district, the Volyn Region, Ukraine

II.2.4)Description of the procurement:

Consultants (firms, including Joint Ventures, Consortia or Associations and their individual members) from all countries may offer consulting services under this selection.

The Consultant shall be an engineering or consulting firm or a group of firms with sufficient expertise, technical, financial and managerial capabilities, and qualified personnel to provide the services required. In the case of a JV, consortium or association, all the partners shall be jointly and severally liable for the entire contract, if selected. Association in the form of sub-contracting is permitted.

The Consultant shall provide a team of four (4) key experts having sufficient qualifications and professional experience adequate for the assignment and a pool of competent non-key experts to support the key staff.

The Consultant shall follow the Environmental and Social Policies and comply with the environmental and social requirements of the European Investment Bank’s (available at https://www.eib.org/en/publications/environmental-and-social-principles-and-standards.htm) and ensure that the Client’s contractors comply with the same.

The Consultant will be selected based on a combination of quality and price factors (Most Economically Advantageous Tender) and in a Full Technical Proposal (FTP) format as detailed in the procurement document (Request for Proposals).

Further details are provided in the procurement document that may be obtained free of charge upon submission of a written application to the Client’s address for communication indicated above.

II.2.5)Award criteria
Price 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 system
Duration in months: 42
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Extension of the contract duration and respective increase of the contract price is possible to align with possible extension of related works contracts.

II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

The following minimum requirements shall be applied to determine the Consultant’s suitability on a fail/pass basis. Proposals of those consultants who fail any of the below requirements shall be disqualified and rejected for further evaluation of the Full Technical Proposals.

The consultant must be a registered firm or association/joint venture of firms (corporate services are required) having at least the following experience to complete the assignment:

Core business and years in business:

- at least 10 (ten) years of experience in engineering and consulting services starting 1st of January 2011 (in case of JV, at least the Lead Partner must meet the requirement). As a proof of compliance, the consultant shall provide the following documents in the Technical Proposal (in case of JV must be provided for each partner):

a) copy of valid business license from county of origin (if such activity is subject to licencing in the consultant’s country) or extract from the state/court registry issued not earlier than 3 months prior to the proposal submission deadline;

b) verified copy of articles of incorporation or other document confirming legal status of the consultant acceptable to the Client.

III.1.3)Technical and professional ability
Minimum level(s) of standards possibly required:

The following minimum requirements shall be applied to determine the consultant’s qualification on a fail/pass basis. Proposals of those consultants who fail any of the below requirements shall be disqualified and rejected for further evaluation of the Full Technical Proposals:

Qualifications in the field of the assignment:

- at least 1 construction supervision assignment with a value EURO 400 000 or 2 constructions supervision assignments each with a value EURO 200 000 in Energy Efficiency Rehabilitation of Buildings successfully and substantially (at least 80%) completed either alone or as a member of a JV with a minimum participation of 50% during the period starting 1st of January 2011 to the submission deadline. Summation of several small value contracts (less than the values specified under the requirement) to meet the overall requirement will not be accepted. In case of JV, all members collectively should meet this requirement.

Contracts completed by the consultant’s permanent or non-permanent staff individually (outside contracts signed by the consultant as a firm) will not be accepted as valid references;

- at least 1 completed project in supervision of works in Energy Efficiency Rehabilitation of Buildings financed by International Financial Institutions (World Bank, EIB, EBRD, ADB, NEFCO, SIDA, etc) successfully completed during the period starting 1st of January 2011 to the submission deadline (in case of JV, all members collectively should meet this requirement). Reference letters from the clients should be provided to confirm successful completion.

As a proof of compliance with the above requirements, the consultant shall provide a signed and stamped list of related contracts, incl. amounts, brief description of the assignment, contacts for reference check, pictures (photos with date and place), copy of the main contract pages and commissioning letter/letter of acceptance or reference letter from the client.

Experience in similar locations:

- at least 1 supervision assignments in Energy Efficiency Rehabilitation or new construction of buildings successfully and substantially (at least 80%) completed either alone or as a member of a JV in countries with physical and institutional conditions similar to those of Ukraine (Eastern Partnership or CIS) during the period starting 1st of January 2011 to the submission deadline (in case of JV, all members collectively should meet this requirement).

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open 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 participate
Date: 31/03/2022
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 tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 31/03/2022
Local time: 11:05
Place:

Communal Enterprise “Information and Analytical Centre “Volynenergosoft”, 3rd floor, room 321, 67 Vynnychenka Street, Lutsk 43006 Ukraine

Information about authorised persons and opening procedure:

Tenders will be opened in the presence of the Consultants’ authorised representatives (authorisation to be confirmed by a Power of Attorney) and anyone who chooses to attend. Envelopes with the Financial Proposals shall remain sealed and shall be securely stored by the Client until they are opened in accordance with provisions of the procurement document (Request for Proposals)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Project Management and Support Unit at the Ministry of Communities and Territories Development of Ukraine
Postal address: 24 Dilova Street
Town: Kyiv
Postal code: 03150
Country: Ukraine
VI.5)Date of dispatch of this notice:
10/02/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:80928-2022: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