March 07, 2017
RUSSIAN FEDERATION
SECOND NATIONAL HYDROMET MODERNIZATION PROJECT
Loan No.: 8291-RU
Implementation of the main part of the integrated information-telecommunication system (integration of Data Collection Centers, meteorological, hydrological and upper-air stations into an integrated information-telecommunicaton system of Roshydromet)
Reference No. (as per Procurement Plan): NHMP2/1/A.3.a
The Russian Federation has received financing from the World Bank toward the cost of the Second National Hydromet Modernization Project, and intends to apply part of the proceeds toward payments under the contract for Implementation of the main part of the integrated information-telecommunication system (integration of Data Collection Centers, meteorological, hydrological and upper-air stations into an integrated information-telecommunicaton system of Roshydromet).
The Foundation “Bureau of Economic Analysis” (hereinafter BEA) acting in accordance with Agency Agreement # 01-01-06/17-108 dated April 09, 2014 between the Ministry of Finance of the Russian Federation, the Federal Service for Hydrometeorology and Environmental Monitoring and BEA on the implementation of the Second National Hydromet Modernization Project now invites sealed bids from eligible bidders for Implementation of the main part of the integrated information-telecommunication system (integration of Data Collection Centers, meteorological, hydrological and upper-air stations into an integrated information-telecommunicaton system of Roshydromet), for the solution of tasks on complex upgrade and modernization of systems of collection, handling and the analysis, provision and distribution of information of Roshydromet. The delivery period including acceptance testing is 55 weeks.
Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers , edition of January 2011 (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines, that meet the following minimum qualification criteria:
(a) Financial Capabilities
The Bidder’s (single Bidder or Joint Venture) average annual turnover shall be at least equivalent of USD 40 million for the last 3 years (2014 – 2016).
If the Bidder is a Joint Venture, the average annual turnover of the Partner in charge shall be at least equivalent of USD 30 million for the last 3 years (2014 – 2016) and the average annual turnover of the each other partner shall be at least equivalent of USD 10 million.
The Bidder shall provide, as documentary evidence for the above information, copies of the auditor's conclusions for the above mentioned period or balance sheets certified by tax service of the Bidder's country (as a rule for the Russian companies).
(b) Specific Experience with Similar Projects
The Bidder (if a JV/consortium, one of the partners) shall confirm its experience of implementing at least 2 (two) similar contracts for geographically spread supply, installation, testing, warranty services and technical support of computer systems, each to the amount at least USD1.5 million over the latest 3 years (2014-2016).
The Bidder (if a JV/consortium, the leader) shall confirm its experience of implementing at least 1 (one) contract (as the prime contractor) for supply, installation and pre-commissioning of similar equipment (equipment from the proposed Manufacturer) and for rendering of similar services (implementation, technical support and warranty services) over the latest 3 (three) years (2014-2016). It is mandatory that list of equipment supplied under the implemented contract must include a virtualization system on the basis of the solution offered for supply.
The Bidder (if a JV/consortium, the partner-in-charge) shall have successful experience in implementing information systems in the territory of the Russian Federation over at least 10 years.
(c) Technical Capacities
(i) The Bidder shall have quality certificates ISO 9001:2008 or GOST ISO 9001-2011[1]
(quality management certificates). The certificate shall be submitted by the Bidder to the Purchaser before signing the Contract Agreement.
(ii) The Bidder or its authorized sub-contractor(s) shall have capacities to carry out warranty services of the supplied Goods. To confirm such capacities, the Bidder shall submit documentary evidence of its capacities related to warranty services of the whole range of the supplied Goods in compliance with the Contract terms and conditions, as part of its Bid. The document shall include a detailed description of the service infrastructure, such as: material, technical and human resources (dispatching and technical staff); technologies and periods for malfunction localization, for repairs and spare parts provision, including organization and delivery periods of defective, repaired and replacement equipment. If the Bidder does not have such a service system or if it is insufficient for servicing the whole range of supplied equipment, it shall submit a detailed plan for including additional services into its service system. The plan shall include a schedule for roll-out of such services before equipment supply completion, state addresses of service centers, and describe procedures for their roll-out (contracting, specialist training, spare part supply arrangements, authorizations by Manufacturers, etc.) and operation.
(iii) The Bidder shall confirm availability of required staff, namely: availability of at least 2 specialists certified by the Manufacturers of the hardware and software for assembly, installation and commissioning of the supplied hardware and software and the other equipment as per paragraphs 2.2.2, 2.2.3, 2.2.4, 2.2.5, 2.2.6, 2.2.7.1 - 2.2.7.3,2.2.7.4, 2.2.7.6, 2.2.7.7, 2.2.7.8, 2.3.2,2.3.3,2.3.4-2.3.8, 2.3.9, 2.3.10, 2.3.11, 2.3.12, 2.3.13, 2.4.4 - 2.4.6 2.3.13, 2.4.4 - 2.4.6 of Section VI “Technical Requirements”. It is allowed to combine positions; but replacements are allowed only upon agreement with the Purchaser with a specialist with the same or better confirmed qualifications. The specialists shall speak fluent Russian or have simultaneous interpretation support for the whole Contract period.
(iv) The Bidder or its authorized sub-contractor in charge of commissioning Customer's Cisco telecommunication equipment shall have a Cisco partner status at least Gold Certified Partner.
Interested eligible bidders may obtain further information from Mr. Sergey Yu. Kirnos, Head of BEA Procurement Department, e-mail: skirnos@beafnd.org, and inspect the bidding documents during office hours [from 10:00 to 16:00 hours Moscow time] at the address given below.
A complete set of bidding documents in Russian and English languages may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of RUR 5,800.00 (no VAT is charged) or USD 100.00. The method of payment will be direct transfer to the following accounts:
- for payment in Russian Rubles:
Beneficiary: Interregional Operation Department of Russian Federal Treasury (Ministry of Finance of the Russian Federation)
INN: 7710168360
KPP: 771001001
ОКTMO: 45382000
Beneficiary Bank: OPERU-1 of the Bank of Russia, Moscow
Beneficiary Bank BIC: 044501002
Beneficiary Account: 40101810500000001901
KBK 092 1 10 07000 01 6000 180
(please indicate: non-refundable fee of bidders under the loan No. 8291-RU, Package No. NHMP2/1/A.3.a; VAT exempt);
- for payment in USD:
Beneficiary: MEZREGIONALNOE OPERACIONNOE UFK, INN 7710198360, KPP 771001001
Beneficiary Bank: CENTRAL BANK OF RUSSIAN FEDERATION MOSCOW RU (CBRFRUMM)
Beneficiary Account: 40105840300000002901
Beneficiary Bank Account: 0011907227
Intermediary Bank: JPMORGAN CHASE BANK N.A., NEW YORK (CHASUS33)
Details of Payment: KBK 092 1 10 07000 01 6000 180
(please indicate: non-refundable fee of bidders under the loan No. No. 8291-RU, Package No. NHMP2/1/A.3.a; VAT exempt).
The document will be sent by airmail for overseas delivery and surface mail for local delivery.
Bids must be delivered to the address below on or before 14:00 Moscow time April 21, 2017. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 14:00 Moscow time April 21, 2017.
All bids must be accompanied by a bid security of USD 160,000.00 or an equivalent amount in the currency of Bid, or any other foreign currency, or in Russian Rubles.
The address referred to above is:
Foundation “Bureau of Economic Analysis”
Second National Hydromet Modernization Project
Attn. Mr. Sergey Yu. Kirnos, Head of Procurement Department
27, bld 3, Zoubovsky blvd, Moscow, 119021, Russia
Tel: (+7-495) 937-6750
Fax: (+7-495) 937-6753
E-mail: skirnos@beafnd.org
Web site: www.beafnd.org/en/
[1] Such certificates are official documents to confirm that the company meets the requirements of the international standards ISO 9001 and to confirm the quality of work performance and service rendering. Beginning from January 01, 2013, the Russian Federation enacted the interstate standard GOST ISO 9001–2011 "Quality management systems. Requirements" approved by the Interstate Council for Standardization, Metrology and Certification (Minutes # 48 of 22.12.2011). Conformity certificates issued to confirm compliance with GOST R ISO 9001–2008 shall be effective till the end of their validity period.