Sei sulla pagina 1di 6

Procurement - railways fleet renewal project - existing single phase 25 kv, 50 hz

electric locomotives series 441 and 461

rok:
28.04.2014

Railways Fleet renewal Project


pocetak strane

Procurement ref:
7304-IFT-43997

povratak na index
print via server
mail via server

Country:
FYR Macedonia
Sector:
Transport
Project number:
43997
Funding sources:
EBRD
Contract type:
Consultancy Services
Notice type:
Invitation for tenders
Issue date:
12 Mar 2014
Closing date:
28 Apr 2014
12:00 Local Time
More about this project
.
This Invitation for Tenders follows the General Procurement Notice for this
project which was published on the EBRD Web Site, Procurement
Opportunities on 1 June 2012 and updated on 15 July 2013.
Macedonian Railways Transport JSC Skopje (MRTJSC) hereinafter referred
to as the Employer, intends to use part of the proceeds of a loan from the
European Bank for Reconstruction and Development (the EBRD or the
Bank) towards the cost of the Macedonian Railways Rehabilitation Project
which forms part of the overall Macedonian Railways Fleet Renewal Project
(the Project).
The Employer now invites sealed tenders from eligible Contractors for the

following contract to be funded from part of the proceeds of the loan:


Design, manufacture, general overhaul, modification, modernization,
testing, inspection, delivery and provision of associated services in
respect of:
-2 No. Existing Single Phase 25 kV, 50 Hz Electric Locomotives Series
441 and
-1 No. Existing Single Phase 25 kV, 50 Hz Electric Locomotives Series
461.
It is envisaged that the Contractor shall transport the Employers 3 No.
existing electric locomotives in three (3) separate consignments from the
Employers Site to the Contractors Works Site for rehabilitation purposes.
The Contractor shall be required to, inter alia:
-Undertake a general overhaul of the locomotives including the obligatory
replacement of expired equipment, complete interior and exterior painting,
etc.
-Undertake modifications to the locomotives including, inter alia, roof
equipment, bogies, pneumatic installation, etc.
-Undertake modernization of the locomotives including the installation of,
inter alia, electronic speedometers, brake cylinders and hand brake,
modernization of drivers cab, etc.
-Install other Plant and Equipment
The anticipated Time for Completion of the Contract is 9 months from the
Effective Date (date of receipt of the Advance Payment).
Tendering for contracts that are to be financed with the proceeds of a loan
from the Bank is open to firms, joint ventures and consortiums from any
country or countries.
To be qualified for the award of a contract, tenderers must satisfy the
following minimum criteria:
(i) Manufacturers Authorisation Form. In the case of a tenderer offering to
supply Plant and Equipment under the Contract which the tenderer does not
manufacture or otherwise produce, the tenderer has been duly authorised by
the Plant and Equipments manufacturer or producer to supply the Plant and
Equipment in the Employers country. The tenderer shall provide a
Manufacturers Authorisation Form (Volume I. v) for the Plant and
Equipment and all major bought-in components thereof
(ii) General Experience. Average annual turnover as prime Contractor
(defined as billing for performed works delivered and under delivery) over
the last three (3) years of EURO 15 million (fifteen million) equivalent
(iii) General Experience. Experience as prime contractor, contractor, or
subcontractor, in at least two (2) contracts within the last five (5) years, each
with a value of at least EURO 3 million (three million), that have been
successfully and substantially completed and that are similar to the proposed
contract. The similarity shall be based on the physical size, complexity,
methods/technology or other characteristics as described in Volume III, The
Requirements. The tenderer shall provide client names, addresses, contract

details and contract values


(iv) Financial Position. The audited balance sheets for the last three (3) years
shall be submitted, or if such is not required by the legislation of the
tenderers country, any other financial statements acceptable to the Employer,
which must demonstrate the current soundness of the tenderer s financial
position, showing long-term profitability. Where necessary, the Employer
will make inquiries with the tenderers bankers
(v) Financial Position. 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 the EURO equivalent value of 80% of the
contract price offered by the tenderer, taking into account the tenderers
commitments for other contracts
(vi) Personnel. The tenderer shall demonstrate that the staff used for
engineering support, installation and technical supervision for the duration of
the contract will be suitably qualified. The tenderer shall provide suitably
qualified and professional personnel to fill the following positions. Each
candidate shall meet the experience requirements specified below: (total
experience, years/ in similar works, years):
1.1 No. Contractors Representative (10/5)
2.1 No. Works Supervisor (5/3)
3.4 No. Locomotive mechanics/technicians (5/3)
(vii) Quality Assurance. The tenderer and its manufacturing plants shall be
accredited to the International Quality Standard ISO 9001, or substantial
equivalent, and shall provide a current accreditation certificate. If the
tenderer provides an equivalent quality assurance standard to ISO 9001, the
tenderer must also provide confirmation by the corresponding national body
for standards and certification of its substantial equivalence to International
Quality Standard ISO 9001.
(viii) Litigation History. The tenderer shall provide accurate information on
any current or past litigation or arbitration resulting from contracts
completed or under execution over the last three (3) years. A consistent
history of historical non-performance and/or litigation awards against the
tenderer or any partner of a joint venture may result in rejection of the tender
(ix) The tenderer shall demonstrate that it is capable of carrying out the
repair and maintenance of the Facilities in Macedonia during the Defect
Liability Period that it is capable of making prompt delivery of consumables
and spare parts to the Employers Site to ensure the proper and continuing
functioning of the Facilities and that it shall be capable of ensuring the
possibility of the repair and maintenance of the Facilities in Macedonia after
the Defect Liability Period expiry as well. The tenderer shall demonstrate
how these obligations will be met in the event of a contract
In case the tender is submitted by particular partnerships or other
unincorporated association of enterprises carrying out their activity on the

basis of an agreement on joint venture (hereinafter "joint venture or


sonsortium"), such joint venture or consortium shall meet the following
qualification requirements:
(a) The lead partner shall meet not less than 70 percent of all the qualifying
criteria for general experience and financial position specified above.
(b) The other partners shall meet not less than 30 percent of all the qualifying
criteria for general experience and financial position specified above.
(c) The joint venture must satisfy collectively the criteria for personnel
capabilities stated above, for which purpose the relevant figures for each of
the partners shall be added to arrive at the joint venture s total capacity.
However, individual partners of the joint venture must each satisfy the
requirements for the financial position (preferably audited) and litigation.
Tender documents may be obtained from the office at the address below
upon payment of a non-refundable fee of EURO 250.00 (Two Hundred and
Fifty) or Macedonian denars (MKD) equivalent, or the equivalent amount in
any freely convertible currency. Currency exchange rates shall be in
accordance with rates set by the National Bank of Macedonia on the date of
payment.
Payments in EURO shall be made by bank transfer, to the following account:
Amount
EURO 250.00
Beneficiary Bank Name:
SPARKASE BANKA MAKEDONIJA AD SKOPJE
Beneficiary Bank Address:
Makedonija street 9-11, P.F. 385
1000 Skopje
Republic of Macedonia
Purpose
Tender Documents for rehabilitation of electric locomotives
IBAN:
MK 07250029000036470
SWIFT:
INSBMK 22
Beneficiary Name:
MAKEDONSKI ZELEZNICI TRANSPORT AD SKOPJE

Beneficiary Address:
III Makedonska brigada No. 66
1000 Skopje
Republic of Macedonia
Payments in Macedonian denars (MKD) shall be made according the middle
exchange rate of the National Bank of Macedonia on the date of payment via
bank transfer, to the following account:
Beneficiary Bank Name:
SPARKASE BANKA MAKEDONIJA AD SKOPJE
Beneficiary Bank Address:
Makedonija street 9-11, P.F. 385
1000 Skopje
Republic of Macedonia
Purpose
Tender Documents for rehabilitation of electric locomotives
Beneficiary Account Number:
250029000036470
Beneficiary Name:
MAKEDONSKI ZELEZNICI TRANSPORT AD SKOPJE
Beneficiary Address:
III Makedonska brigada No. 66
1000 Skopje
Republic of Macedonia
Upon receiving appropriate evidence of payment of the non-refundable fee,
the documents will be promptly dispatched by courier, however, no liability
can be accepted for loss or late delivery. If requested the documents can also
be dispatched electronically after the presentation by the prospective
tenderer of appropriate evidence of payment of the non-refundable fee. In the
event of discrepancy between electronic and hard copies of the documents,
the hard copy shall prevail.
Site visits to inspect and gather data on the Employers existing electric
locomotives will be arranged from 26 March to 28 of March 2014. Given
that the contract will be on a Lump Sum basis (re-measurement is not

applicable), tenderers shall be expected to take all necessary survey


information and measurements on site within the timescales of the site visits
and to satisfy themselves that all quantities and works have been included in
their tender prices.. Tenderers shall be deemed to have full knowledge of the
physical conditions to be expected commensurate with the type and age of
the Employers existing electric locomotives. Attendance at the site visits is
therefore considered as mandatory and non-attendance may result in the
rejection of a tenderers tender. Tenderers attending the site visits shall do so
at their own expense.
All tenders must be accompanied by a Tender Security to Macedonian
Railways Transport JSC of EURO 100,000 (One Hundred Thousand) or its
equivalent in a convertible currency, in the form of a Bank Guarantee as
included in Volume I .iv.
Tenders must be delivered to the office at the address below on or before
12:00 hrs local time on 28 of April 2014, at which time they will be opened
in the presence of those tenderers representatives who choose to attend.
Prospective tenderers may obtain further information from, inspect a register
of potential tenderers who have purchased the tender documents and also
inspect and acquire the tender documents at, the following office:
CONTACTS
Mr. Kire Dimanoski
Macedonian Railways Transport JSC Skopje,
III Makedonska Brigada No. 66,
1000 Skopje,
Republic of Macedonia
Tel: +389 2 3248701
Fax: +389 2 3248719
E-mail: kiredimanoski@mztransportad.com.mk

Potrebbero piacerti anche