Спробуйте новий дизайн сторінки тендера

arrow_right_alt

Звернення до Держаудитслужби

Оберіть

Контактна інформація

Дані про місцезнаходження та Email будуть доступні лише працівникам Державної аудиторської служби України

Електронний підпис

Procurement of Front Wheel Loader
Очікувана вартість
не зазначається
UA-2025-04-17-010482-a 0bb9f175f2574917ad1bfa5d096d65c7
Торги за правилами організатора    Подання пропозицій
Електронний підпис накладено. Перевірити

Перевірка підпису

Подати пропозицію

Контакти

Калиніна Анастасія Олександрівна

380487759504 anastasiya.kalinina@uspa.gov.ua

Державна аудиторська служба України

Знайшли порушення законодавства у сфері закупівель?

Оголошення про проведення

Друкувати оголошення PDFHTML

Інформація про замовників

Найменування: ДП "АМПУ"
Код ЄДРПОУ: 38727770
Вебсайт: http://uspa.gov.ua
Місцезнаходження: 01135, Україна , Київська обл., Київ, проспект Берестейський, 14
Контактна особа: Калиніна Анастасія Олександрівна
380487759504
anastasiya.kalinina@uspa.gov.ua
Категорія: Юридична особа, яка здійснює діяльність в одній або декількох окремих сферах господарювання

Інформація про процедуру

Звернення за роз’ясненнями: до 05 травня 2025 23:59
Кінцевий строк подання тендерних пропозицій: 19 травня 2025 11:00

Фінансування

Закупівля за кошти: Міжнародний банк реконструкції та розвитку (МБРР)

Інформація про предмет закупівлі

Вид предмету закупівлі: Товари


Класифікатор та його відповідний код: ДК 021:2015:43250000-0: Фронтальні ковшові навантажувачі


Ukraine has received financing from the International Bank for Reconstruction and Development (IBRD) (“Bank” or “World Bank”), acting as administrator of the Ukraine Relief, Recovery, Reconstruction and Reform Multi-Donor Trust Fund (URTF), towards the Repairing Essential Logistics Infrastructure and Network Connectivity (RELINC) Project. The objective of the Project is to provide the means for mitigating the immediate impact that disrupted transport networks have on Ukraine's population and economy. State Enterprise "Ukrainian Sea Ports Authority (USPA) is the implementing agency for component "Scaling-up Danube River critical logistics chains"of the Project. The component supports the improvement of Danube seaports handling capacity and the effectiveness and efficiency of port operations.

Ukraine has received financing from the World Bank (Bank) toward the cost of the Repairing Essential Logistics Infrastructure and Network Connectivity Project and intends to apply part of the proceeds toward payments under the contract for “Procurement of Front Wheel Loader”.
The RFQ procurement process shall be carried out in accordance with the “World Bank Procurement Regulations for IPF Borrowers” Fifth Edition, September 2023 (“Procurement Regulations”), which are published on the World Bank`s website.
The State Enterprise “Ukrainian Sea Ports Authority” now invites quotations from Suppliers for the Goods and the Related Services described in Annex 1: “Purchaser’s Requirements”, attached to this RFQ.
The language of the RFQ is English. All correspondence exchange shall be in the language of the RFQ.
The quotations shall be submitted exclusively through the electronic procurement system. No paper originals or copies shall be submitted directly to the Purchaser. Quotations submitted by hand or by email shall not be considered (RFQ also describes in detail).
Розгорнути Згорнути
Опис окремої частини або частин предмета закупівлі
1 штука
Front Wheel Loader
Місце поставки товарів або місце виконання робіт чи надання послуг: Україна, Відповідно до документації
Строк поставки товарів, виконання робіт чи надання послуг: 31 грудня 2025
ДК 021:2015: 43250000-0 — Фронтальні ковшові навантажувачі

Умови оплати договору (порядок здійснення розрахунків)

Подія Опис Тип оплати Період, (днів) Тип днів Розмір оплати, (%)
Iнша подія Forty (40) percent of the Contract Price of Goods shall be paid, within forty-five (45) days of signing of the Contract upon submission by the Supplier of a claim/invoice and a bank guarantee for the equivalent amount as well as the Performance Declaration in the forms provided in the Request for Quotations or other forms acceptable to the Purchaser. Аванс 45 Календарні 40
Iнша подія Fifty (50) percent of the Contract Price of the Goods shipped shall be paid, within forty-five (45) days after submission of documents specified in CC 9. Пiсляоплата 45 Календарні 50
Iнша подія Ten (10) percent of the Contract Price of Goods received shall be paid within forty-five (45) days of receipt of the Goods upon submission of claim/invoice supported by the Act of Acceptance-Transfer of Goods issued by the Purchaser and receipt of documents specified in CC 9. Payments to nationals of the Purchaser’s country shall be made entirely in Ukrainian Hryvnia. Therefore, the balance of the foreign currency portion of the Contract Price shall be paid to a Supplier national of the Purchaser’s country in Ukrainian Hryvnia at the exchange rate fixed by the National Bank of Ukraine at the date of: (i) Act of Acceptance-Transfer of Goods and (ii) Acceptance Certificate for payment for the completed related services. Such payment will be made to the Supplier's nominated bank account in accordance with the rules and regulations of the National Bank of Ukraine in force at the time of payment. Пiсляоплата 45 Календарні 10

Тендерна документація

Критерії вибору переможця

Ціна: 100%
05 травня 2025 17:02
Clarification_Document_1_ RLNC-USPA-E-7.docx
05 травня 2025 17:02
Addendum No.2 RLNC-USPA-E-7.docx
05 травня 2025 17:02
Addendum No.1 RLNC-USPA-E-7.docx
17 квітня 2025 16:35
Електронний підпис Друкувати оголошення PDF
17 квітня 2025 16:35
USPA_RFQ_Wheel loader_17.04.25.docx
17 квітня 2025 16:35
ANNEX 3 Contract Forms.docx

Роз’яснення до процедури

Запитання до процедури

MACHINERY MAIN COMPONENTS
Дата подання: 21 квітня 2025 14:39
Дата відповіді: 24 квітня 2025 17:38
Good afternoon! The tender documentation provides for : «The propulsion machinery consists in one diesel engine compliant with Stage V air pollutant emission limits, according 2016/1628 EU Regulation» In order to expand the circle of participants, we ask you to make the following changes: «The propulsion machinery consists in one diesel engine compliant with "no less Stage III" air pollutant emission limits, according 2016/1628 EU Regulation»
Розгорнути Згорнути
Відповідь: Thank you for your interest in the procurement and for the proposed change
Please note that the requirement for the propulsion machinery to comply with Stage V air pollutant emission limits in accordance with EU Regulation 2016/1628 has been established to ensure alignment with best international environmental standards.
"Stage III" air pollutant emission is an earlier normative (dated 2013) that would allow older generation of engines to be installed on the Front Wheel Loader, which is not acceptable for this project.
Consequently, the current requirement for Stage V compliance is maintained, and quotations proposing engines with lower emission standards will be considered non-compliant with the RFQ technical specifications.
Specific Experience
Дата подання: 21 квітня 2025 16:47
Дата відповіді: 24 квітня 2025 17:40
Good afternoon! The tender documentation provides for: « If the Bidder is not a manufacturer of the Front Wheel Loader offered, the Bidder shall: i. demonstrate that it has successfully completed the supply of at least two (2) contracts, each for supply of at least two (2) front wheel loaders or other similar or more complex equipment within 5 years prior to the quotation submission deadline; and ii. provide evidence that the manufacturer of the Front Wheel Loader offered has successfully manufactured and completed the supply of at least four (4) front wheel loaders or other similar or more complex equipment within 5 years prior to the quotation submission deadline. Please explain why a participant who is not a manufacturer must provide information from the manufacturer?
Розгорнути Згорнути
Відповідь: Thank you for your request for clarification.
The requirement for a non-manufacturer bidder to provide evidence of the manufacturer’s experience is a standard due diligence practice to ensure that the proposed goods are produced by an entity with proven production and delivery capability.
This approach ensures that the goods offered meet the standards of quality, reliability, and fitness for purpose, even when the bidder acts as a supplier, dealer, or distributor. Such a requirement helps mitigate implementation risks and is in line with the Core Procurement Principles outlined in Section I, paragraph 1.3 of the same Regulations.
Question
Дата подання: 21 квітня 2025 16:53
Дата відповіді: 24 квітня 2025 17:40
Is it possible to provide 4 contracts for the supply of 1 unit of equipment, to confirm specific experience for a participant who is not a manufacturer?
Відповідь: It is acceptable to provide four 4 separate contracts, each for the supply of one 1 unit. The RFQ document will be amended accordingly to incorporate this clarification.
Terms of supply
Дата подання: 22 квітня 2025 16:52
Дата відповіді: 24 квітня 2025 17:42
Good day! Is it possible for you to deliver the goods on DDP terms?
Відповідь: Thank you for your interest in this procurement and for your question.
As specified in the RFQ document, the required delivery terms are CIP (Carriage and Insurance Paid to) Port Reni, Ukraine, in accordance with Incoterms 2020.
The the delivery under DDP (Delivered Duty Paid) terms is not acceptable for this procurement.
Therefore, all bids must be submitted in accordance with the specified delivery term CIP Port Reni, Ukraine, and offers based on DDP terms will not be considered compliant.
Product manufacturing localization
Дата подання: 22 квітня 2025 16:59
Дата відповіді: 24 квітня 2025 17:43
Starting from January 1, 2025, the minimum localization level for machinery products procured by state institutions is set at 25%. This means that at least a quarter of the product’s value must come from Ukrainian components, works, or services. Will this requirement apply to the subject of procurement under this tender?
Відповідь: Thank you for your question regarding the localization requirement.
We confirm that this procurement is conducted under a project financed by the International Bank for Reconstruction and Development (IBRD) and is governed by the World Bank Procurement Regulations for IPF Borrowers, Fifth Edition, September 2023.
According to part 2 of Article 6 of the Law of Ukraine “On Public Procurement”, if an international financial organization has established its own rules and procedures, the procurement shall be carried out in accordance with them, and the requirements of national legislation, shall not apply.
In accordance with Section II, Clause 2.1 of the Regulations and part 3 of Article 2 of the Law of Ukraine “On Public Procurement”, the national localization requirements, including the 25% localization rule established by Resolution of the Cabinet of Ministers of Ukraine No. 861, do not apply to procurements conducted under World Bank-financed projects.
Therefore, the 25% localization requirement is not applicable to this procurement.
Question
Дата подання: 24 квітня 2025 15:08
Дата відповіді: 24 квітня 2025 17:44
Good afternoon! Are you planning to answer questions?
Відповідь: According to the World Bank Procurement Regulations, there is no specific deadline prescribed for responding to clarification requests submitted in relation to a Request for Quotation (RFQ). The Purchaser reviews and prepares responses to such requests within a reasonable timeframe, taking into account the nature of the inquiry and the stage of the procurement process.
Specific Experience
Дата подання: 25 квітня 2025 14:03
Дата відповіді: 29 квітня 2025 17:21
Good afternoon! The request for quotation states: The Bidder, who is a manufacturer of the Front Wheel Loader offered, shall demonstrate that it has successfully completed at least two (2) contracts, each for supply of at least two (2) front wheel loaders or other similar or more complex equipment within 5 years prior to the quotation submission deadline. If the Bidder is not a manufacturer of the Front Wheel Loader offered, the Bidder shall: i. demonstrate that it has successfully completed the supply of at least two (2) contracts, each for supply of at least two (2) front wheel loaders or other similar or more complex equipment within 5 years prior to the quotation submission deadline; and ii. provide evidence that the manufacturer of the Front Wheel Loader offered has successfully manufactured and completed the supply of at least four (4) front wheel loaders or other similar or more complex equipment within 5 years prior to the quotation submission deadline. Please explain why there are different requirements for a participant who is a manufacturer and a participant who is not a manufacturer? For a participant who is a manufacturer - only 2 contracts for the supply of two 2 units of equipment, and for a participant who is not a manufacturer - 2 contracts for the supply of 2 units of equipment. In addition, information from the manufacturer regarding 4 units of equipment must be provided. You have not formed equivalent conditions for confirming experience. We request that the requirement to provide information for a participant who is not a manufacturer to confirm delivery from the manufacturer be removed
Розгорнути Згорнути
Відповідь: The requirement for a non-manufacturer Bidder to provide evidence of the manufacturer’s experience has been established to ensure that both the supplier and the manufacturer have demonstrated capability to deliver goods that meet the required quality and performance standards.
The current requirement remains unchanged.
Demand Guarantee
Дата подання: 28 квітня 2025 11:49
Дата відповіді: 29 квітня 2025 17:21
Dear Tender Committee, We are writing to you with the following question regarding the tender: We would like to participate in the tender. In the process of reviewing the tender documents, we have seen the form of the Demand Guarantee, which is required for the World Bank in case of signing the Contract. The bank cannot issue the guarantee in the form set out in the sample, as it is against current Ukrainian legislation. Are you ready to consider another draft of the guarantee offered by our bank or to change the draft of your guarantee? Best regards, Bidder.
Розгорнути Згорнути
Відповідь: Thank you for your communication regarding the bank guarantee format required under the ongoing bidding process.
Please note that the format provided in the bidding documents is consistent with standard international practice and has previously been accepted and issued under other contracts, including those governed by the same applicable legal framework in Ukraine.
The format of the required bank guarantee shall remain as stated in the RFQ.
Warranty period of guarantee
Дата подання: 30 квітня 2025 11:32
Дата відповіді: 05 травня 2025 17:11
Dear purchaser, Could you please tell us how long the bank guarantee should be valid for? Also, please provide us with an information on the deadline for making a decision on the winner and concluding a contract.
Відповідь: Thank you for your request. The response has been provided in a separate file titled “Clarification Document No. 1__RLNC-USPA-E-7.docx”, published in the electronic procurement system on May 05, 2025 at 17:02.
Form of Bank Garantee
Дата подання: 02 травня 2025 10:50
Дата відповіді: 05 травня 2025 17:11
Good afternoon! According to the Terms and Conditions of Contract, clause 11.3 (i) of the tender documents states the following conditions: Advance Payment: Forty (40) per cent of the Contract Price of the Goods shall be paid, within forty-five (45) days of signing of the Contract upon submission by the Supplier of a claim/invoice and a bank guarantee for an equivalent amount as well as the Performance Declaration in the forms provided in the Request for Quotations or other forms acceptable to the Purchaser. Do we understand correctly that the Bank Guarantee in the form of the Supplier's bank will be considered?
Розгорнути Згорнути
Відповідь: Thank you for your request. The response has been provided in a separate file titled “Clarification Document No. 1__RLNC-USPA-E-7.docx”, published in the electronic procurement system on May 05, 2025 at 17:02.
MAIN PARTICULARS and MACHINERY MAIN COMPONENTS
Дата подання: 02 травня 2025 14:16
Дата відповіді: 05 травня 2025 17:11
Good afternoon! The tender documentation provides for: «Operating weight -18000-20000 kg; Transmission gears: front min. 4-5, rear min. 3, Fuel oil tank - 250 - 300 liters; Dump Angle at maximum lift - min. 45°; diesel engine compliant with Stage V». In order to expand the circle of participants, we ask you to make the following changes: «Operating weight -17400-20000 kg; Transmission gears: front min. 2, rear min. 1, Fuel oil tank - 250 - 320 liters, Dump Angle at maximum lift - min. 44°, diesel engine compliant with Stage III (According to the Ukrainian regulations, using the diesel engine compliant with Stage III is allowed) ».
Розгорнути Згорнути
Відповідь: Thank you for your request. The response has been provided in a separate file titled “Clarification Document No. 1__RLNC-USPA-E-7.docx”, published in the electronic procurement system on May 05, 2025 at 17:02.
Розгорнути всі запитання: 11 Згорнути запитання