Ausschreibung: Bauaufsicht - UA-Mariupol Bauaufsicht Beleuchtungssysteme Dokument Nr...: 272658-2021 (ID: 2021060109021979679) Veröffentlicht: 01.06.2021 * UA-Mariupol: Bauaufsicht 2021/S 104/2021 272658 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: This contract will be financed by the European Investment Bank (EIB) and subject to the EIB's Guide to Procurement. Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postanschrift: 18 Spaska Street, Ground Floor, Directors Office Ort: Mariupol NUTS-Code: UA Ukraine Postleitzahl: 87528 Land: Ukraine Kontaktstelle(n): Mr. Serhii Prilipin E-Mail: [6]mp.gorsvet@gmail.com Telefon: +380 505676965 I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: Weitere Auskünfte erteilen/erteilt folgende Kontaktstelle: Offizielle Bezeichnung: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postanschrift: 18 Spaska Street, Ground Floor, Directors Office Ort: Mariupol NUTS-Code: UA Ukraine Postleitzahl: 87528 Land: Ukraine Kontaktstelle(n): Mr. Serhii Prilipin E-Mail: [7]mp.gorsvet@gmail.com Telefon: +380 505676965 Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Wohnungswesen und kommunale Einrichtungen Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Ukraine Municipal Infrastructure Programme Technical Supervision and Contract Administration Support for Reconstruction and Upgrade of the Public Lighting System in the City of Mariupol Referenznummer der Bekanntmachung: EIB-GtP/UMIP-MEAT-4-DON-019 II.1.2)CPV-Code Hauptteil 71520000 Bauaufsicht II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: 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 and contract administration services. The primary objective of the assignment is to provide professional construction management and supervision services for one contract to be signed in 2021. The scope of works under that contract includes reconstruction and upgrade of the street lighting system in Mariupol. The Consultant will also carry out such duties and responsibilities as are defined and required from the Engineer in accordance with the FIDIC Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Plant and for Building and Engineering Works Designed by the Contractor, First Edition 1999. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 539 552.00 EUR II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.2)Weitere(r) CPV-Code(s) 31527260 Beleuchtungssysteme II.2.3)Erfüllungsort NUTS-Code: UA Ukraine Hauptort der Ausführung: Multiple locations within the administrative boundaries of Mariupol, UKRAINE. II.2.4)Beschreibung der Beschaffung: 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 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 five (5) 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 Banks (available at [8]https://www.eib.org/en/publications/environmental-and-social-princip les-and-standards.htm) and ensure that the Clients 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 described 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 Clients address for communications indicated above. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 42 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: Extension of the contract duration and respective increase of the contract price to align with possible extension of related works contract. II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: The following minimum requirements shall be applied to determine the Consultants 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), at least 10 years of experience in engineering and consulting services (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): copy of valid business license from country of origin (if such activity is subject to licencing in the consultants country) or extract from the state/court registry issued not earlier than 3 months prior to the proposal submission deadline, verified copy of articles of incorporation or other document confirming legal status of the consultant acceptable to the Client, the number of Consultants permanent professional staff working on permanent employment contracts must be at least 8 persons during the period between 1 January 2018, and the deadline for submission of proposals (in case of JV, at least the Lead Member shall correspond to the criteria). As a proof of compliance with this requirement the consultant shall provide a signed and stamped staffing table. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The following minimum requirement shall be applied to determine the Consultants financial standing on a fail/pass basis. Proposals of those consultants who fail the below requirement shall be disqualified and rejected for further evaluation of the Full Technical Proposals: the average annual turnover of the Consultant, calculated as the total of payments received for the last 3 completed financial years, starting 1 January 2018, divided by 3 must be at least EUR 650 000 or equivalent (in case of JV, the Lead Member should meet at least 50 % of the requirement, while the combination of partners must fully meet the requirement). As a proof of compliance with this requirement, the consultant shall provide audited balance sheets or verified financial statements covering the required period. The values in other currencies will be converted to Euro based on the average exchange rate as set by the National Bank of Ukraine ([9]www.bank.gov.ua) for the fiscal year reported in file ([10]http://bank.gov.ua/files/Exchange_r.xls). III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The following minimum requirements shall be applied to determine the Consultants qualifications professional ability 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 3 construction supervision assignments each with a value of at least EUR 350 000 w/o VAT or equivalent, 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 between January 1st, 2011 and the deadline for submission of proposal (in case of JV, the Lead Member should have at least 1 assignment, while the combination of partners must fully meet the requirement). Summation of several small value contracts (less than the values specified under the requirement) to meet the overall requirement will not be accepted. Contracts completed by the consultants permanent or non-permanent staff individually (outside contracts signed by the consultant as a firm) will not be accepted as a valid reference. In case of experience in the role of a member of past JV and/or Subconsultant, the experience and amount will be determined based on the consultants share and responsibility in the past JV or amount of the Subconsultants contract. at least 3 construction supervision assignments successfully and substantially (at least 80 %) completed for the contracts based on the FIDIC Yellow book conditions of contract or other internationally recognized Design and build (Design, Supply and Installation) conditions of contracts performed during the period between January 1st, 2011 and the deadline for submission of proposal (in case of JV, all members collectively should meet this requirement). The value of single contract shall by recalculated into Euro using the exchange rates set by the National Bank of Ukraine ([11]www.bank.gov.ua) on the contract signing date. Experience in similar locations: at least 1 construction supervision assignment 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 between January 1st, 2011 and the proposal submission deadline (in case of JV, all members collectively should meet this requirement). 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 should be provided to confirm successful completion. III.2)Bedingungen für den Auftrag III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 23/07/2021 Ortszeit: 11:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 4 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 23/07/2021 Ortszeit: 11:00 Ort: 18 Spaska Street, Ground Floor, Directors Office, Mariupol, UKRAINE. Angaben über befugte Personen und das Öffnungsverfahren: 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 Proposal 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). Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postanschrift: 18 Spaska Street Ort: Mariupol Postleitzahl: 87528 Land: Ukraine VI.5)Tag der Absendung dieser Bekanntmachung: 27/05/2021 References 6. mailto:mp.gorsvet@gmail.com?subject=TED 7. mailto:mp.gorsvet@gmail.com?subject=TED 8. https://www.eib.org/en/publications/environmental-and-social-principles-and-standards.htm 9. http://www.bank.gov.ua/ 10. http://bank.gov.ua/files/Exchange_r.xls 11. http://www.bank.gov.ua/ OT: 01/06/2021 S104 Ukraine-Mariupol: Construction supervision services 2021/S 104-272658 Contract notice Services 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 addresses Official name: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postal address: 18 Spaska Street, Ground Floor, Directors Office Town: Mariupol NUTS code: UA Ukraine Postal code: 87528 Country: Ukraine Contact person: Mr. Serhii Prilipin E-mail: [6]mp.gorsvet@gmail.com Telephone: +380 505676965 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: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postal address: 18 Spaska Street, Ground Floor, Directors Office Town: Mariupol NUTS code: UA Ukraine Postal code: 87528 Country: Ukraine Contact person: Mr. Serhii Prilipin E-mail: [7]mp.gorsvet@gmail.com Telephone: +380 505676965 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 Technical Supervision and Contract Administration Support for Reconstruction and Upgrade of the Public Lighting System in the City of Mariupol Reference number: EIB-GtP/UMIP-MEAT-4-DON-019 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 and contract administration services. The primary objective of the assignment is to provide professional construction management and supervision services for one contract to be signed in 2021. The scope of works under that contract includes reconstruction and upgrade of the street lighting system in Mariupol. The Consultant will also carry out such duties and responsibilities as are defined and required from the Engineer in accordance with the FIDIC Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Plant and for Building and Engineering Works Designed by the Contractor, First Edition 1999. II.1.5)Estimated total value Value excluding VAT: 539 552.00 EUR II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.2)Additional CPV code(s) 31527260 Lighting systems II.2.3)Place of performance NUTS code: UA Ukraine Main site or place of performance: Multiple locations within the administrative boundaries of Mariupol, UKRAINE. II.2.4)Description of the procurement: 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 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 five (5) 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 Banks (available at [8]https://www.eib.org/en/publications/environmental-and-social-princip les-and-standards.htm) and ensure that the Clients 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 described 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 Clients address for communications 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 to align with possible extension of related works contract. 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 Consultants 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), at least 10 years of experience in engineering and consulting services (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): copy of valid business license from country of origin (if such activity is subject to licencing in the consultants country) or extract from the state/court registry issued not earlier than 3 months prior to the proposal submission deadline, verified copy of articles of incorporation or other document confirming legal status of the consultant acceptable to the Client, the number of Consultants permanent professional staff working on permanent employment contracts must be at least 8 persons during the period between 1 January 2018, and the deadline for submission of proposals (in case of JV, at least the Lead Member shall correspond to the criteria). As a proof of compliance with this requirement the consultant shall provide a signed and stamped staffing table. III.1.2)Economic and financial standing List and brief description of selection criteria: The following minimum requirement shall be applied to determine the Consultants financial standing on a fail/pass basis. Proposals of those consultants who fail the below requirement shall be disqualified and rejected for further evaluation of the Full Technical Proposals: the average annual turnover of the Consultant, calculated as the total of payments received for the last 3 completed financial years, starting 1 January 2018, divided by 3 must be at least EUR 650 000 or equivalent (in case of JV, the Lead Member should meet at least 50 % of the requirement, while the combination of partners must fully meet the requirement). As a proof of compliance with this requirement, the consultant shall provide audited balance sheets or verified financial statements covering the required period. The values in other currencies will be converted to Euro based on the average exchange rate as set by the National Bank of Ukraine ([9]www.bank.gov.ua) for the fiscal year reported in file ([10]http://bank.gov.ua/files/Exchange_r.xls). III.1.3)Technical and professional ability List and brief description of selection criteria: The following minimum requirements shall be applied to determine the Consultants qualifications professional ability 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 3 construction supervision assignments each with a value of at least EUR 350 000 w/o VAT or equivalent, 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 between January 1st, 2011 and the deadline for submission of proposal (in case of JV, the Lead Member should have at least 1 assignment, while the combination of partners must fully meet the requirement). Summation of several small value contracts (less than the values specified under the requirement) to meet the overall requirement will not be accepted. Contracts completed by the consultants permanent or non-permanent staff individually (outside contracts signed by the consultant as a firm) will not be accepted as a valid reference. In case of experience in the role of a member of past JV and/or Subconsultant, the experience and amount will be determined based on the consultants share and responsibility in the past JV or amount of the Subconsultants contract. at least 3 construction supervision assignments successfully and substantially (at least 80 %) completed for the contracts based on the FIDIC Yellow book conditions of contract or other internationally recognized Design and build (Design, Supply and Installation) conditions of contracts performed during the period between January 1st, 2011 and the deadline for submission of proposal (in case of JV, all members collectively should meet this requirement). The value of single contract shall by recalculated into Euro using the exchange rates set by the National Bank of Ukraine ([11]www.bank.gov.ua) on the contract signing date. Experience in similar locations: at least 1 construction supervision assignment 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 between January 1st, 2011 and the proposal submission deadline (in case of JV, all members collectively should meet this requirement). 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 should be provided to confirm successful completion. 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: 23/07/2021 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: 23/07/2021 Local time: 11:00 Place: 18 Spaska Street, Ground Floor, Directors Office, Mariupol, 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 Proposal 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: Company of Electrical Networks for Public Lighting Misksvitlo of Mariupol City Postal address: 18 Spaska Street Town: Mariupol Postal code: 87528 Country: Ukraine VI.5)Date of dispatch of this notice: 27/05/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de