(Revised Request for Bids) CONSTRUCTION OF TURGUTREIS WWTP 1ST STAGE (37,000 M3/DAY) AND THE SEA OUTFALL IN BODRUM (CONTRACT NO: MUS-W1)

Revised Request for Bids

SUSTANIABLE CITIES PROJECT-I

REPUBLIC OF TURKEY
MUĞLA METROPOLITAN MUNICIPALITY

GENERAL DIRECTORATE OF
MUĞLA WATER AND SEWERAGE ADMINISTRATION

(MUSKİ)

CONSTRUCTION OF TURGUTREIS WWTP 1ST STAGE (37,000 M3/DAY) AND

THE SEA OUTFALL IN BODRUM

CONTRACT NO: MUS-W1

Country: Republic of Turkey

Name of Project: Sustainable Cities Project

Contract Title: Muğla Wastewater Project

Loan No./Credit No./ Grant No.: 8677-TR RFB

Reference No.: MUS-W1

  1. The ILBANK has received for financing from the World Bank toward the cost of Sustainable Cities Project and intends to apply part of the proceeds toward payments under the contract for the Muğla Wastewater Project.
  2. The General Directorate of Muğla Water and Sewerage Administration (MUSKİ) now invites sealed Bids from Bidders for Construction of Turgutreis WWTP 1st Stage (37,000 m3/day) and the Sea Outfall in Bodrum through Muğla Wastewater Project. The Contract Period is 540 (five hundred and forty) days.

Some of the qualification criteria which shall be met by the Bidders are listed below. Full list of evaluation and qualification criteria can be found on MUSKİ’s website (www.muski.gov.tr).

Financial Capabilities:

  1. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as USD $ 2.000.000 for the subject contract net of the Bidder’s other commitments.
  2. The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last 5 (five) years (2015-2019) shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.

The special report prepared by the sworn-in certified public accountant indicating the annual construction turnover and financial indicators based on the balance sheets shall be provided.

Also, current ratio of at least three years in 5 years shall be equal or more than 1% and in the last five years equity ratio shall be positive.

iii. Minimum average annual construction turnover of US$ 11.500.000 (eleven million five hundred thousand US Dollars), calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years (2015-2019), (if it is not separately shown in the approved financial document, the related supporting documents to prove the values must be provided. The documents shall be properly classified, and a separate summary page shall be submitted)

The special report prepared by the sworn-in certified public accountant indicating the annual construction turnover and financial indicators based on the balance sheets and income statements shall be provided.

Experience:

  1. Experience under construction contracts in the role of prime contractor, JV member, subcontractor, or management contractor between 1st of January 2013 and bid submission deadline,
  2. In maximum similar 2 (two) contracts with an aggregate value of at least US$ 15.000,000 (fifteen million US Dollars) that have been satisfactorily and substantially completed as a prime contractor, joint venture member , management contractor or sub­contractor between 1st January 2010 and bid submission deadline.

The similarity of the contracts shall be based on the following:

Construction and equipment supply and installation of wastewater treatment plant

iii. For the above or other contracts executed during the period stipulated in (ii) above, a minimum experience in the following key activities:

  1. Construction of biological wastewater treatment plant with a minimum capacity of 20.000 m3/day average design flow (in 1 (one) contract)
  2. Construction of sea outfall with minimum nominal diameter of 400 mm. and length of minimum 350 meters.

The above required experiences shall be met in either 1 (one) contract together or in separate contracts.

The requirement under item (iii).2 may also be met through a specialized subcontractor.

3. Bidding will be conducted through international competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, January 2011 (Revised July 2014), and is open to all Bidders from eligible source countries as defined in the Bidding Documents.

4. Interested eligible Bidders may obtain further information from Mr. Cem YAŞAR, General Directorate of Muğla Water and Sewerage Administration (MUSKİ) through the e-mail address cem.yasar@muski.gov.tr and inspect the bidding document during office hours between 10.00 am and 16.00 pm at the address given below.

5. The bidding document in English (In addition to the printed copies, Drawings in PDF® and AutoCAD® format and empty Bill of Quantities in MS Excel® format will be provided to the Bidder in DVD as well) may be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of 1500 TL (including VAT) which shall be deposited at Turkish Lira IBAN No: TR03 0001 0002 0168 2665 1050 01 of MUSKİ referring to Contract No. MUS-W1 . The fee deposited for purchasing the Bidding Documents shall by no means returned. Bidding Documents may be delivered by courier if requested upon submission of a Bank receipt and if cargo cost born by the Bidder. No liability of MUSKİ can be accepted for loss or late delivery if the Bidding Document is delivered by courier.

6. Bids must be delivered to the address below on or before 11.08.2020 at 1400 (Turkey time). Late Bids will be rejected. Based on the precautions held due to COVID-19 Pandemic, Bids will not be publicly opened. Bids will be opened in the presence of Notary and will be streamed online on MUSKİ’s website (www.muski.gov.tr).

7. All Bids must be accompanied by a Bid Security of 1.250.000 Turkish Lira or equivalent in a format acceptable to MUSKİ.

8. The address referred to above is:

Attention to: Mr. Cem YAŞAR

Address: General Directorate of MUSKİ, Head of Plan, Project, Investment and Construction Department

Orhaniye Mahallesi Uğur Mumcu Bulvarı No:41, Muğla, 48000 Country: TURKEY

Telephone: +90 252 441 48 48 Ext: 4301 (Secretariat)

Facsimile number: + 90 252 212 48 80

Electronic mail address: cem. yasar@muski.sov.tr

Web address: www.muski.gov.tr