Supply of new low-floor 12-metres length trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, including a set of main, wearing and consumable spare parts, a set of equipment and tools for maintenance and repair, and related services, up to a total budget of €5 million, sales taxes and customs duties excluded

Supply of two-axle Trolleybuses, new, manufactured not earlier than 2023, class M3 designed and constructed for the carriage of passengers, comprising more than eight seats in addition to the driver’s seat, and having a maximum mass exceeding 5 tons, in accordance with UNECE Regulation n°107. Overall dimensions of the Trolleybus …

CPV: 34622300 Trolebuses
Plazo:
25 de septiembre de 2024 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Supply of new low-floor 12-metres length trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, including a set of main, wearing and consumable spare parts, a set of equipment and tools for maintenance and repair, and related services, up to a total budget of €5 million, sales taxes and customs duties excluded
Organismo adjudicador:
Municipal Company "Dnipro Electrotransport"
Número de premio:
EIB-GtP/MOB/RTRANS/200190001-09

1. Buyer

1.1 Buyer

Official name : Municipal Company "Dnipro Electrotransport"
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Supply of new low-floor 12-metres length trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, including a set of main, wearing and consumable spare parts, a set of equipment and tools for maintenance and repair, and related services, up to a total budget of €5 million, sales taxes and customs duties excluded
Description : Supply of two-axle Trolleybuses, new, manufactured not earlier than 2023, class M3 designed and constructed for the carriage of passengers, comprising more than eight seats in addition to the driver’s seat, and having a maximum mass exceeding 5 tons, in accordance with UNECE Regulation n°107. Overall dimensions of the Trolleybus are as follows: length, a two-axle vehicle, one section: 11,800 to 12,600 mm (with current collectors lowered); width: 2,500 (-50/+50) mm (except for side mirrors); height: 3,750 mm (DSTU 4905). The base of the Trolleybus, the shapes of the front and rear parts of the body shall be such that, when turning to the right and to the left, it fits into a corridor having the following dimensions (UNECE Regulation n°107): 12.5 m - outer radius of the corridor; 5.3 m - inner radius of the corridor. A Trolleybus must accommodate at least 95-106 passengers in total capacity, including 30 seats. The passenger compartment shall be provided with: 1 place for a passenger in a wheelchair; 1 place for a perambulator (it can be combined with a place for a wheelchair); 4 seats for passengers with reduced mobility who are not in a wheelchair. Further information can be obtained in the Tender Documents.
Procedure identifier : ee048d08-4a82-4323-8de4-afa7fe671243
Internal identifier : EIB-GtP/MOB/RTRANS/200190001-09
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34622300 Trolleybuses

2.1.2 Place of performance

Postal address : Trolleybus depot No.1 − 2 Kholodylna St.
Town : Dnipro
Postcode : 49074
Country : Ukraine

2.1.2 Place of performance

Postal address : Trolleybus depot No.2 − 31A Bohdana Khmelnytskoho Ave.
Town : Dnipro
Postcode : 49055
Country : Ukraine

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Euro

2.1.4 General information

Additional information : Supply of new low-floor 12-metres length trolleybuses, associated goods and related services includes the supply of the following: - New low-floor 12m trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries; - Documentation; - Maintenance and repair equipment and tools for the new low-floor 12m trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries; - Main spare parts; - Consumable and wearable spare parts; - Commissioning of the new low-floor 12m trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, and spare and maintenance parts (including starting up, if needed); - Personnel training. The price of the Goods shall be quoted on the basis of the latest in power edition of INCOTERMS delivery terms, published by the International Chamber of Commerce, Paris (EXW for Goods to be supplied from within the Contracting Authority’s country and CIP for Goods to be supplied from outside the Contracting Authority’s country). The required date of arrival of the first delivery on the Project Site is no later than: 8 months from the date of the advance payment receipt by the Supplier. The required completion date is no later than: 12 months from the date of the advance payment receipt by the Supplier. • A complete set of Tender Documents may be purchased on the submission of an application at the address below upon payment of a non-refundable fee of 200 EUR (two hundred euros), including VAT, or equivalent in Ukrainian hryvnias (UAH) at the National Bank of Ukraine exchange rate on the day of transfer. • Payment of this non-refundable fee is to be made by bank transfer: 1) For participants from Ukraine, payment is made in Ukrainian hryvnias (UAH) at the National Bank of Ukraine exchange rate on the day of transfer to the bank account: Beneficiary: MC “Dnipro electrotransport”; EDRPOU code: 32616520; IBAN: UA763052990000026005050293360; Beneficiary bank: JSC CB "PRIVATBANK", 1D HRUSHEVSKOHO STR., KYIV, 01001, UKRAINE. 2) For participants outside Ukraine, payment is made in euros to the following bank account: Beneficiary: MC “Dnipro electrotransport”; Account type: EUR; Account number: UA483052990000026000050024471; Beneficiary bank: JSC CB "PRIVATBANK", 1D HRUSHEVSKOHO STR., KYIV, 01001, UKRAINE; Bank address: 119A DMYTRA YAVORNYTSKOHO AVE., DNIPRO, 49038, DNIPROPETROVSK REGION, UKRAINE; SWIFT code: PBANUA2X. Correspondent banks: Account in the correspondent bank: 400886700401; SWIFT code of the correspondent bank: COBADEFF; Correspondent bank: Commerzbank AG, Frankfurt am Main, Germany; or Account in the correspondent bank: 6231605145; SWIFT code of the correspondent bank: CHASDEFX; Correspondent bank: J.P.MORGAN AG, FRANKFURT AM MAIN, GERMANY. A register of potential Tenderers who have purchased the Tender Documents may be inspected at the address below. In line with cl. 19 of Section 1 “Instruction to Tenders” and cl. 19 of the “Tender Data Sheet” in the Tender Documents, all tenders must be accompanied by a tender security of EUR 25,000.00 (twenty-five thousand euros) or the equivalent amount in another freely convertible currency or in the Ukrainian hryvnias, determined at the official rate(s) of the Ukrainian hryvnia against foreign currencies established by the National Bank of Ukraine as of the date of the tender security issue, and must be submitted at the address indicated below no later than the time and date of the deadline for tender submission. All Tenders must be delivered in closed envelopes bearing the mention “Supply of new low-floor 12-metres length trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, including a set of main, wearing and consumable spare parts, a set of equipment and tools for maintenance and repair, and related services, up to a total budget of € 5 million, sales taxes and customs duties excluded” to the office at the address below on or before 25/09/2024 at 11:00 (local time). Tenders will be opened at 13:00 (local time) in the presence of Tenderers’ representatives who choose to attend.
Legal basis :
Other
This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement. -

2.1.6 Grounds for exclusion

Conflict of interest due to its participation in the procurement procedure : Exclusion grounds as per section 1.5 of the EIB GtP.
Fraud : EIB Anti-Fraud Policy and EIB Exclusion Policy and EIB’s definition of prohibited conduct as per the Covenant of Integrity.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply of new low-floor 12-metres length trolleybuses with a system of autonomous running, not less than 1,000 m based on batteries, including a set of main, wearing and consumable spare parts, a set of equipment and tools for maintenance and repair, and related services, up to a total budget of €5 million, sales taxes and customs duties excluded
Description : Supply of two-axle Trolleybuses, new, manufactured not earlier than 2023, class M3 designed and constructed for the carriage of passengers, comprising more than eight seats in addition to the driver’s seat, and having a maximum mass exceeding 5 tons, in accordance with UNECE Regulation n°107. Overall dimensions of the Trolleybus are as follows: length, a two-axle vehicle, one section: 11,800 to 12,600 mm (with current collectors lowered); width: 2,500 (-50/+50) mm (except for side mirrors); height: 3,750 mm (DSTU 4905). The base of the Trolleybus, the shapes of the front and rear parts of the body shall be such that, when turning to the right and to the left, it fits into a corridor having the following dimensions (UNECE Regulation n°107): 12.5 m - outer radius of the corridor; 5.3 m - inner radius of the corridor. A Trolleybus must accommodate at least 95-106 passengers in total capacity, including 30 seats. The passenger compartment shall be provided with: 1 place for a passenger in a wheelchair; 1 place for a perambulator (it can be combined with a place for a wheelchair); 4 seats for passengers with reduced mobility who are not in a wheelchair. Further information can be obtained in the Tender Documents.
Internal identifier : EIB-GtP/MOB/RTRANS/200190001-09

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34622300 Trolleybuses
Options :
Description of the options : No options and variants allowed.

5.1.3 Estimated duration

Duration : 12 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Tenderers shall submit their tenders by submitting their tenders electronically by the deadline for submission of tender proposals via email: 39218@ukr.net . The tender proposal should be in .pdf format in the form of an archived Zip file or any other protected file format that cannot be overwritten, locked with a password (so the Contracting Authority cannot open it) and submitted in a proper manner before the deadline for submission of tenders. The Tenderer shall provide to the Contracting Authority the password to the tender in .pdf format in the Zip file or any other protected file of the tender proposal file, which cannot be overwritten, by sending it via e-mail 39218@ukr.net no later than 2 hours after but not earlier than the deadline for submission of tenders. The tender in digital format shall be submitted before the deadline for submission of tenders. The password to the tender in secured format shall be submitted no later than 2 hours after but not earlier than the deadline for submission of tenders. Non-provision of the password by the means stated above will make tender opening impossible and such tender will not be considered. Despite the submission of tenders in electronic form, the Tenderers should submit the same tender proposal in the printed (hard) copy by courier (Meest Express, Nova Poshta, DHL, UPS, etc.) no later than 10 calendar days after the deadline for submission of tenders. The printed (hard) copy of the tender shall be the same as the electronic version, as well as the structure of the electronic version of tenders shall correspond to the structure of the printed (hard) copy of tender. In case of discrepancies between the printed (hard) copy and the electronic version of the tender, the printed (hard) copy of tender shall prevail. Additional hard copy documents that were not submitted electronically, i.e. in .pdf or Zip format or in any other protected file that cannot be overwritten, blocked by a password before the deadline for submission of the tender proposal, will not be accepted and considered by the Contracting Authority. The Contracting Authority will review the tenders from the Tenderers after opening of the tenders, however, the Contract will not be awarded without the availability of the printed copy of the tender. The Contracting Authority shall arrange for an online tender proposal opening procedure on the date and time specified in the Tender Documents (cl. 25.1) using ZOOM platform, Google Meet, Microsoft Teams, YouTube or any other online media available to the Tenderers. The tender opening will be recorded in the Tender Opening Protocol and the recorded document shall be kept for the official use by the Contracting Authority and the Bank. A record of the Tender opening will be sent to all Tenderers who submitted tenders in time. A link to ZOOM, Google Meets, Microsoft Teams, YouTube or any other online link available will be sent to all parties interested in the tender opening procedure several days, but not later than 48 hours before the tender opening.

5.1.9 Selection criteria

Criterion :
Type : Other
Name : Selection criteria as stated in the tender documents.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Languages in which the procurement documents are officially available : English
Information about restricted documents is available at : https://det-dnipro.dp.ua/

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Address for submission : https://det-dnipro.dp.ua/
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 25/09/2024 11:00 +03:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 25/09/2024 13:00 +03:00
Place : 49 Serhiia Nihoiana Ave., 1st floor, room 10, 49064 Dnipro, Ukraine
Additional information : Tenderers shall submit their tenders electronically by the deadline for submission of tender proposals via email: 39218@ukr.net . More detailed information is in the Tender Documents.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : All contract performance conditions are enclosed in the Tender Documents. The contract shall be compliant with the Bank’s environmental and social standards. ( http://www.eib.org/attachments/strategies/environmental_and_social_practices_handbook_en.pdf)
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Commercial Court of Dnipropetrovsk region
Organisation providing additional information about the procurement procedure : Municipal Company "Dnipro Electrotransport"
Organisation providing offline access to the procurement documents : Municipal Company "Dnipro Electrotransport"
Organisation providing more information on the review procedures : Commercial Court of Dnipropetrovsk region
Organisation receiving requests to participate : Municipal Company "Dnipro Electrotransport"
Organisation processing tenders : Municipal Company "Dnipro Electrotransport"

8. Organisations

8.1 ORG-0001

Official name : Municipal Company "Dnipro Electrotransport"
Registration number : 000000000
Postal address : 49 Serhiia Nihoiana Ave.
Town : Dnipro
Postcode : 49064
Country : Ukraine
Contact point : Serhii Dorofeev
Telephone : +380990272901
Fax : +380563739218
Internet address : https://det-dnipro.dp.ua/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Commercial Court of Dnipropetrovsk region
Registration number : 00000000
Postal address : 1A Volodymyra Vynnychenka Str.
Town : Dnipro
Postcode : 49600
Country : Ukraine
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

10. Change

Version of the previous notice to be changed : 336000-2024
Main reason for change : Buyer correction

11. Notice information

11.1 Notice information

Notice identifier/version : da484039-d525-4fcf-9f52-55cd36a1cb4f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/08/2024 11:52 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00466082-2024
OJ S issue number : 150/2024
Publication date : 02/08/2024