Skip Navigation

FTA Logo
About FTA Site Map
Federal Transit Administration
arrow

Current International Public Transit Tenders

YOU ARE HERE:

Current International Public Transit Tenders


International Mass Transportation Program

Current International Public Transit Tenders
(By Due Date)

As of October 1, 2004

Notice: This update consists of more than 100 pages if printed in its entirety.

 

New Tenders

 

New Projects

 

********************************************

New Tenders

GERMANY - GELCHSHEIM LOW-FLOOR BUSES

Source: European Union
Due: October 5, 2004

I.1)Official name and address of the contracting entity: Hammer GmbH, Att: Herrn Armin Hammer, Rosenstraße 2, D-97255 Gelchsheim. Tel.: +49 9335 469 . Fax: +49 9335 1579. E-mail: hammer@hammerbus.de. URL: http://www.hammerbus.de. II.1.8.1)Common Procurement Vocabulary (CPV): 34121400. Description: Low-floor buses. IV.3.3)Deadline for receipt of tenders or participation requests: 5.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

ITALY - MESSINA TRAMWAY WORKS

Source: European Union
Due: October 5, 2004

I.1)Official name and address of the contracting entity: Azienda Trasporti di Messina, via La Farina 336, I-98124 Messina. Tel.: 09 02 98 21 80 . Fax: 09 06 51 46 69, 09 06 51 45 43 (DCO Tranvia ATM). II.1.8.1)Common Procurement Vocabulary (CPV): 45234121. Description: Tramway works. IV.3.3)Deadline for receipt of tenders or participation requests: 5.10.2004. Time: 09:00, un'ora prima della celebrazione della gara. Entro e non oltre. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

HUNGARY - SZEGED ARTICULATED BUSES

Source: European Union
Due: October 5, 2004

I.1)Official name and address of the contracting entity:

Tisza Volán Közlekedési és Szolgáltató Rt., Att: Muszaki Igazgatóság, Bakay Nándor u. 48., HU-6724 Szeged. Tel.: +36 62 560 111/4278 . Fax: +36 62 560 111/5005. E-mail: muszak@tiszavolan.hu. II.1.8.1)Common Procurement Vocabulary (CPV):

34121200. Description:

Articulated buses. IV.3.3)Deadline for receipt of tenders or participation requests:

38 days from dispatch of notice. Time: 11:00. Amennyiben ez a nap nem munkanap, akkor a következo munkanap 11.00 óra. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Hungarian.

 

FRANCE - CAEN LOW-FLOOR BUSES

Source: European Union
Due: October 6, 2004

I.1)Official name and address of the contracting entity: Syndicat mixte des transports en commun de l'agglomération caennaise (SMTCAC), 6, boulevard Georges Pompidou, F-14050 Caen Cedex 4. Tel.: 2 31 25 45 80 . Fax: 2 31 25 45 90. II.1.8.1)Common Procurement Vocabulary (CPV): 34121400. Description: Low-floor buses. IV.3.3)Deadline for receipt of tenders or participation requests: 6.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

POLAND - WARSAW BUSES

Source: European Union
Due: October 6, 2004

I.1)Official name and address of the contracting entity: Miejskie Zakady Autobusowe Spólka z ograniczona odpowiedzialnoscia, Att: Roman Gogacz, ul. Senatorska 37, PL-00-099 Warszawa. Tel.: +48 22 826 82 11 . Fax: +48 22 827 46 78. E-mail: Roman.gogacz@mza.waw.pl. URL: www.mza.waw.pl. II.1.8.1)Common Procurement Vocabulary (CPV): 34121000 - X001 - X007 - X010, 50113000, 50116000. Description:

Buses. Articulated. For passenger use. Diesel-powered.

Repair and maintenance services of buses.

Maintenance and repair services related to specific parts of vehicles. IV.3.3)Deadline for receipt of tenders or participation requests: 6.10.2004. Time: 11:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

POLAND - WARSAW LOW-FLOOR BUSES

Source: European Union
Due: October 6, 2004

I.1)Official name and address of the contracting entity: Miejskie Zaklady Autobusowe Spólka z.o.o., Att: Roman Gogacz, ul. Senatorska 37, PL-00-099 Warszawa. Tel.: +48 22 826 82 11 . Fax: +48 22 827 46 78. E-mail: Roman.gogacz@mza.waw.pl. URL: www.mza.waw.pl. II.1.8.1)Common Procurement Vocabulary (CPV): 34121400 - X001 - X007 - X010, 50113000, 50116000. Description:

Low-floor buses. Articulated. For passenger use. Diesel-powered.

Repair and maintenance services of buses.

Maintenance and repair services related to specific parts of vehicles. IV.3.3)Deadline for receipt of tenders or participation requests: 6.10.2004. Time: 11:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

GREECE - ATHENS RAILWAY AND TRAMWAY LOCOMOTIVES AND ROLLING STOCK AND ASSOCIATED PARTS

Source: European Union
Due: October 7, 2004

I.1)Official name and address of the contracting entity: Organismos Sidirodromon Ellados AE (OSE AE), Att: Ypiresia Promitheion, Tmima Diakiryxeon, Karoloy 1-3, GR-104 37 Athina. Tel.: (210) 529 72 29-30. Fax: 522 57 70.

II.1.8.1)Common Procurement Vocabulary (CPV): 35200000.

Description: Railway and tramway locomotives and rolling stock and associated parts.

IV.3.3)Deadline for receipt of tenders or participation requests: 7.10.2004. Time: 11:15.

IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Greek.

 

FRANCE - TOULOUSE BUS BODIES

Source: European Union
Due: October 7, 2004

I.1)Official name and address of the contracting authority: Conseil général de la Haute-Garonne, 1, boulevard de la Marquette, F-31090 Toulouse Cedex 9. II.1.8.1)Common Procurement Vocabulary (CPV): 34211000. Description: Bus bodies. IV.3.3)Time-limit for receipt of tenders or requests to participate: 7.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

GERMANY - MANNHEIM URBAN RAILWAY TRACK CONSTRUCTION WORKS

Source: European Union
Due: October 7, 2004

I.1)Official name and address of the contracting entity: MVV Verkehr AG, Att: Herrn Krebs, Luisenring 49, D-68159 Mannheim. Tel.: 0621/290-2583 . Fax: 0621/290-2676. E-mail: W.Krebs@mvv.de. URL: www.mvv.de. II.1.8.1)Common Procurement Vocabulary (CPV): 45234129, 45262211, 28112221, 29860000, 45314310. Description:

Urban railway track construction works.

Pile driving.

Pylons.

Technical equipment.

Installation of cable laying. IV.3.3)Deadline for receipt of tenders or participation requests: 7.10.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

PORTUGAL - PORTO TICKET-VALIDATION MACHINES

Source: European Union
Due: October 7, 2004

I.1)Official name and address of the contracting entity: TIP - Transportes Intermodais do Porto, ACE, Av. Fernão Magalhães, nº 1862, 9º, Freguesia de Campanhã, P-4350-158 Porto. Tel.: 22 5071172 . Fax: 22 5071110. E-mail: tip@metro-porto.pt. II.1.8.1)Common Procurement Vocabulary (CPV): 30123100, 30144200, 50316000, 50317000. Description:

Ticket-validation machines.

Ticket-issuing machines.

Maintenance and repair of ticket-issuing machinery.

Maintenance and repair of ticket-validation machinery. IV.3.3)Deadline for receipt of tenders or participation requests: 7.10.2004. Time: 17:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Portuguese.

 

FRANCE - PARIS COACHES

Source: European Union
Due: October 7, 2004

I.1)Official name and address of the contracting entity:

SNCF - Paris Saint-Lazare, Att: Service Régional Achat Paris Saint-Lazare - Yves Chaumard, 13 rue d'Amsterdam, F-75008 Paris. Tel.: +33 (0)1 53 42 09 33 . Fax: +33 (0)1 53 42 00 35. E-mail: yves.chaumard@sncf.fr. URL: http://www.fournisseurs.sncf.com. II.1.8.1)Common Procurement Vocabulary (CPV):

34122000. Description:

Coaches. IV.3.3)Deadline for receipt of tenders or participation requests:

37 days from dispatch of notice. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

AUSTRALIA - POWER AND COMMUNICATION INSTALLATION AT FREMANTLE AND WHITFORD TRAIN STATIONS

Source: Western Australia Rail
Due: October 7, 2004

Closing Date: 7/10/2004

Tender Ref.: 111/04 Power and Communication Installation at Fremantle and Whitford Train Stations

Tenders are invited from suitably experience organisations for power and communication installation at Fremantle and Whitfords Train Stations.

Contact: Amanda Thompson

Phone: 9326 2247

A non-mandatory site inspection will be held on Friday 24 September 2004. Refer to the tender document for futher details. NOTE: drawings are not available for download due to the size of the files. They are available on CD only from the Public Transport Centre.

 

ROMANIA - MODERNISATION OF THE EXISTENT TRAMWAY TRACK IN THE CITY OF TIMISOARA

Source: European Investment Bank
Due: October 7, 2004

INVITATION FOR TENDERERS FOR INTERNATIONAL PUBLIC OPEN TENDERING - ROMANIA

1. The Employer REGIA AUTONOMA DE TRANSPORT TIMISOARA - RATT, 56 Take Ionescu Blvd. - 300.124 Timisoara - ROMANIA, Phone:+40-(0) 256-433.240/433.742/Fax:+40-(0) 256-433.354; Tax code R2490570

2.a. The applied procedure for awarding the contract of works: INTERNATIONAL PUBLIC OPEN TENDERING.

2.b. The type of the contract of works for which tenders are required: UNIT PRICE (RATE) CONTRACT.

3.a. Location of the works: TIMISOARA Route 5: Dambovita Blvd, A. Ipatescu str.; Route 7: L. Rebreanu Blvd.

3.b. The type and requirements of construction, the general characteristics of the works: The invitation refers to participation in tendering with a view to selecting the contractor for performing the works of rehabilitation of the tramway track in the city of Timisoara, for four routes respectively, with a length of 5.672 km of simple tramway track . The works required to be performed are: the dismantling of the existent tramway track, performance of substructure, superstructure of the tramway track, tramway contact network, modernization of the 600 V DC feed-return netwok and rehabilitation of existent underground networks affected by the tramway track. Regia Autonoma de Transport Timisoara-RATT- invites all eligible Tenderers to present closed tenders for the works associated with the project MODERNIZATION OF SUBSTRUCTURE FOR THE NETWORK OF PUBLIC TRANSPORT BY TRAMWAY IN THE CITY OF TIMISOARA - ROMANIA. ROUTES 5,7. comprising:

Part A: Works for modernization of the tramway tracks:

- Tramway track works;

- Contact network works for the tramway tracks;

- Works of modernization of the 600 V DC feed-return network;

- Cathodic protection of the tracks and of the underground metallic networks, existing and designed.

Part B: Works of rehabilitation of the street networks affected by the modernization of the tramway tracks

- Rehabilitation of existing water supply-sewerage networks, affected by the modernization of the tramway tracks;

- Rehabilitation of existing thermal and natural gas street networks, affected by the modernization of the tramway tracks;

4. The Intended Completion Date for complete the Work : 30 September 2005.

5.a. The tender documents may be bought from the office indicated at the address here under: REGIA AUTONOMA DE TRANSPORT  TIMISOARA - RATT PI Office., (Administrative building Depot 1), between 9-13 hours. 83 Take Ionescu Blvd. - 300.124 Timisoara - ROMANIA against a non-refundable fee of 500 $ (USD) payable in ROL for each set, at the National Bank Of Romania rate of exchange, a day before purchasing. The payment for the tender documents may be cash at the RATT's pay office or by banking transfer to the BCR (Romanian Commercial Bank), branch Timisoara Romanian Lei account no. RO23RNCB4500000000060001.

5.b. Deadline for requiring clarifications: 14 days prior to the deadline for submission of tenders.

6.a. Deadline for submission of tenders: 07 October 2004, 10,00AM.

6.b. Address for submission/transmission of tenders: REGIA AUTONOMA DE TRANSPORT TIMISOARA - RATT, 56 Take Ionescu Blvd. - 300.124 Timisoara - ROMANIA

6.c. Languages in which the tenders have to be drawn up: English and Romanian

7.a. Any Tenderer has the right to be present at the opening of tenders.

7.b. Date, hour and place of tenders opening: 07 October 2004, 12,00 AM, at the RATT headquaters 56 Take Take Ionescu Blvd. - 300.124 Timisoara ROMANIA.

8. The tenders will be accompanied by a Tender Security in amount of EURO 27,000 or the equivalent in any convertible currency, ROL including, at the rate of exchange fixed by the BNR (National Bank of Romania) with 28 days prior to expiring the deadline for submission of tenders.

9. The financing base is the financing Contract concluded among Romania, EIB and RATT, providing a loan from the European Investment Bank, beside the Romanian financing ensured by sources from the state budget, local budget, and RATT's own sources, contract ratified by the GOVERNMENT ORDER no.102/August 30, 1999.

10. The tenderer will specify the juridical form to be legalized for the partnership of the group of tenderers to which the supplying contract was awarded (if applicable).

11. Information regarding the eligibility conditions, as well as the minimum requirements for the technical and economic-financial capability which the tenderer has to meet, and the documents which the Tenderers have to file therefore, are presented in the TENDER DOSSIER.

12. The period for which the tenderer has to keep valid its tender: 120 days of the deadline for submission of tender.

13. The criterion that will be used for awarding the works contract: The most favourable tender, in technical-economic terms, complying with the  technical and financial qualification conditions required for Tenderer by the Tender Documents.

14. Other information: For further purchasing of similar works, the proceeding of negotiation with a single source could be applied, but only by complying with the Romanian laws in force regarding the grant of contracts for public acquisition. The contracting authority has the right to reject all the tenders in the lump without creating any obligation for the contracting authority against suppliers or contractors, excepting the refunding of the tender security. The basic materials required for the completion of instalations (tramway rail, switches and crossing, wires and cables), shall be provided by the Employer and put to the Contractor's disposal for the contract.

15. Participation limits: The Tenderer shall submit : (a) minimum annual cash - flow: EURO 2,000,000 (for 2003, 2004 and 2005); (b) the annual average turnover, in the last three years: EURO 3,000,000; (c) the evidence of execution, within the last five years, of similar works for the tramway track (including the afferent contact network), with a minimum length of 15 km of simple track.

 

AUSTRALIA - POWER AND COMMUNICATIONS INSTALLATION AT FREMANTLE AND WHITFORDS TRAIN STATIONS

Source: Public Transport Center
Due: October 7, 2004

Documents are available from:

Public Transport Centre
West Parade
Perth
6000 6000
Australia
Phone: (08) 9326 2217
Fax: (08) 9326 2192
Email: rbenzie@pta.wa.gov.au

Briefing / Site Visit

Non-mandatory site inspection will be held on Friday 24 September. Please refer to the tender document for further details.

Closing Date & Time

Thursday, 07 October 2004, 2:30 PM (Western Australian Standard Time)

Submit Tender Documents to:

Public Transport Centre
West Parade
Perth
6000 6000
Australia
Phone: (08) 9326 2217
Fax: (08) 9326 2192

Contractual or General Enquiries

Name: Amanda Thompson
Phone: 08 9326 2247

Technical Enquiries

Name: Amanda Thompson
Phone: 08 9326 2247

 

NETHERLANDS - ROTTERDAM TRAMWAY WORKS

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting entity: Rotterdamse Elektrische Tram, namens de Stadsregio Rotterdam, Postbus 112, NL-3000 AC Rotterdam. Fax: +31(0)10-447 52 15. URL: www.ret.rotterdam.nl.

II.1.8.1)Common Procurement Vocabulary (CPV): 45234121, 45247211, 45262213, 45262300.

Description: Tramway works.

Dam wall.

Diaphragm wall technique.

Concrete work.

IV.3.3)Deadline for receipt of tenders or participation requests: 8.10.2004. Time: 11:00.

IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Dutch.

 

POLAND - KATOWICE PUBLIC-SERVICE BUSES

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting authority: Przedsiebiorstwo Komunikacji Miejskiej Katowice Sp. z o.o., Att: Tomasz Kowalski, ul. Mickiewicza 59, PL-40-085 Katowice. Tel.: +48 32 258 80 71 do 75 . Fax: +48 32 258 80 71. E-mail: marketing@pkm.katowice.pl. II.1.8.1)Common Procurement Vocabulary (CPV): 34121100. Description: Public-service buses. IV.3.3)Time-limit for receipt of tenders or requests to participate: 8.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

SPAIN - MADRID ELECTRIC VEHICLES

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting authority: Dirección General de Tráfico, c/ Josefa Valcárcel, 28, E-28071 Madrid. Tel.: 91 301 82 31 . Fax: 91 301 83 00. II.1.8.1)Common Procurement Vocabulary (CPV): 34144900. Description: Electric vehicles. IV.3.3)Time-limit for receipt of tenders or requests to participate: 8.10.2004. Time: 14:30. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Spanish.

 

ITALY - LODI BUSES

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting entity:

LINE - Servizi per la Mobilità SpA, via Felice Cavallotti 62, I-26900 Lodi. Tel.: 037 14 49 11 . Fax: 037 16 70 16. E-mail: info@lineservizi.it. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Deadline for receipt of tenders or participation requests:

8.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

GERMANY - FRANKFURT-ON-MAIN ELECTRONIC BULLETIN BOARDS

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting entity:

DB Station&Service AG, Stabsstelle CTO (Chief Technology Officer) / S.B-CTO (optische Informationssysteme), Att: Ulrich Scheuer, Weilburger Straße 22, D-60326 Frankfurt am Main. Tel.: +49 69 265-24512 . Fax: +49 69 265-24483. E-mail: Ulrich.Scheuer@bahn.de. II.1.8.1)Common Procurement Vocabulary (CPV):

30254310. Description:

Electronic bulletin boards. IV.3.3)Deadline for receipt of tenders or participation requests:

8.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

GERMANY - FRANKFURT-ON-MAIN PUBLIC-SERVICE BUSES

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting entity:

DBFuhrparkService GmbH, Att: Herrn Gerhard Dech, Kölner Straße 4, D-60327 Frankfurt am Main. Tel.: +4969-265-29373 . Fax: +4969-265-29377. E-mail: Gerhard.Dech@DBFuhrpark.de. URL: www.DBFuhrpark.de. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100, 34121200, 34121400, 34220000, 50113000. Description:

Public-service buses.

Articulated buses.

Low-floor buses.

Trailers, semi-trailers and mobile containers.

Repair and maintenance services of buses. IV.3.3)Deadline for receipt of tenders or participation requests:

8.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

SWEDEN - HÄSSLEHOLM REAL-TIME PASSENGER INFORMATION SYSTEM

Source: European Union
Due: October 8, 2004

I.1)Official name and address of the contracting entity:

Skånetrafiken, Att: Krister Nordland, Andra Avenyen 7, S-281 83 Hässleholm. Tel.: +46 451-38 86 30 . Fax: +46 451-38 86 99. E-mail: krister.nordland@skanetrafiken.se. URL: www.skanetrafiken.se. II.1.8.1)Common Procurement Vocabulary (CPV):

30254320, 30254300. Description:

Real-time passenger information system.

Passenger information system. IV.3.3)Deadline for receipt of tenders or participation requests:

8.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: English. Swedish.

 

UNITED KINGDOM - RINGMER BUSES

Source: European Union
Due: October 8, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

East Sussex County Council, The County Transport Group, Att: The Transport Manager, The Broyle, UK-Ringmer BN8 5NP . Tel.: 01273 482930 . Fax: 01273 482936.

I.2) Address from which further information can be obtained:

The County Transport Group, Att: Derek Cox / Kevin Staff, The Broyle, Ringmer, UK-Lewes BN8 5NP . Tel.: 01273 482932/482960 . Fax: 01273 482936. E-mail: Kevin.staff@eastsussexcc.gov.uk.

I.3) Address from which documentation may be obtained:

The County Transport Group, Att: Derek Cox / Kevin Staff, The Broyle, Ringmer, UK-Lewes BN8 5NP . Tel.: 01273 482932/482960 . Fax: 01273 482936. E-mail: Kevin.staff@eastsussexcc.gov.uk.

I.4) Address to which tenders/requests to participate must be sent:

The County Transport Group, Att: Derek Cox / Kevin Staff, The Broyle, Ringmer, UK-Lewes BN8 5NP . Tel.: 01273 482932/482960 . Fax: 01273 482936. E-mail: Kevin.staff@eastsussexcc.gov.uk.

I.5) Type of contracting authority:

Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract

II.1.4) Framework agreement:

II.1.5) Title attributed to the contract by the contracting authority:

II.1.6) Description/object of the contract:

East Sussex County Council is seeking to replace two 16-seat welfare buses and one 16-seat accessible PSV. The new vehicles shall be completed and delivered before the termination of the lease contract on the existing vehicles in 2005.

II.1.7) Site or location of works, place of delivery or performance:

Place of delivery:

Ringmer, East Sussex, United Kingdom.

NUTS code: UK531.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

34121000.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

3 vehicles.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

6 months from the award of the contract.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

Payment in full upon delivery.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

III.2.1.1) Legal position – means of proof required:

III.2.1.2) Economic and financial capacity – means of proof required:

III.2.1.3) Technical capacity – means of proof required:

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

No.

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Accelerated restricted.

IV.1.1) Candidates already selected:

No.

IV.1.2) Justification for the choice of accelerated procedure:

To ensure that the new vehicles will enter service before the expirary of the lease contract on the existing buses.

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated below:

1: build quality;

2: high specification;

3: purchase price;

4: warranty;

5: dealer support.

In descending order of priority: Yes.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

T050.

IV.3.2) Conditions for obtaining contract document and additional documents:

Obtainable until: 8.10.2004.

Terms and method of payment: Cheque or bacs payment within 30 days from delivery.

IV.3.3) Time-limit for receipt of tenders or requests to participate:

8.10.2004. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

One legal officer and witness.

IV.3.7.2) Date, time and place:

22.10.2004-12:00.

County Hall, Lewes.

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

Yes.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

VI.4) Additional information:

VI.5) Date of dispatch of this notice: 14.9.2004.

 

SERBIA - OVERHAUL AND COMPLETION OF 20 BUSES

Source: City of Belgrad
Due: October 8, 2004

PUBLIC TRANSPORT COMPANY "BEOGRAD"

Announces

PUBLIC INVITATION

for gathering bids for provision of services in an open procedure:

SUBJECT OF THE PROCUREMENT- GENERAL OVERHAUL AND COMPLETION OF 20 BUSES FOR GSP "BEOGRAD" - IN LOTS

Lot 1: General overhaul of 7 solo buses IK-103

Lot 2: Completion of 7 solo buses IK-103

Lot 3: Completion of 6 articulated buses (IK-201, 1 vehicle; IK-202, 4 vehicles; IK-203, 1 vehicle)

Participation in the tender procedure is open on equal terms to any legal entity or physical person meeting the participation requirements, stated in Article 45 and 46 of the Law on Public Procurement. The bidders are obliged to submit the evidence of the requrements fulfilment in separate envelopes (for bidder and subcontractor).

Bids with variants are not allowed.

Time frame for the procurement realization: until the end of 2004.

Tender documentation is available for insight and taking over in the premises of GSP "Beograd", 41 Zmaj Jovina St., Commercial department, in the office no. 23.

All additional information related to technical details can be obtained at GSP "Beograd" phone number 011/634-150 (contact person: Miroslav Mitrovic) and other information on invitation at 011/2621-943, contact person Tijana Terzic.

Before taking over the tender documentation, all interested tenderers have to make an irretrievable payment in the amount of 2.000,00 dinars to transfer account of GSP "Beograd" no 355-1006754-58 at Vojvodjanska bank, with the purpose of remittance as< Compensation for the cost of tender documentation making- General overhaul and completion of 20 buses > and present the proof on it at the day of taking over the documentation. Payments – not returned.

Deadline for submitting the bids is October 8th 2004 until 0.30 p.m. at the Writing office of the Announcer, regardless the way of the bids delivery.

Public opening of the bids shall be done on October 8th 2004 at 1 p.m. in the Head office of GSP "Beograd", 41 Zmaj Jovina Street.

Bids are to be submitted in sealed envelopes with indication:

"BID FOR GENERAL REPAIR AND COMPLETION OF 20 BUSES

- LOT _____ (cite the number)

DO NOT OPEN; CALL FOR VNU – 35/04"

to the address: GSP "Beograd", Zmaj Jovina 41, 11000 Beograd.

The name, address, phone number, fax and contact person of a participant in the tender procedure should be written on the back of the envelope. Bids which are not sealed, complete or have not been submitted by the deadline shall not be considered.

Kind of financial guarantee:

- Letter on intention of a commercial bank to give a guarantee for correct job execution in the amount of 10% of the bid’s total value, with validity term until the warranty period expiry – individually for each lot you bid

- Letter on intention of the commercial bank to give a guarantee for reimbursement of an advance payment, if the advance payment stands for terms of payment in the offer, individually for each lot you bid

Bids are valid 60 days from the day of its public opening.

Decision on the bid acceptance will be made within 30 days from the day of its public opening.

The criteria for bids evaluation will be economically the most favourable bid and the criteria for their weighting will be the following: price 80, reference list 20.

Public invitation is published in the "Official Gazette of the Republic of Serbia" no.101, day 07. 09. 2004.

 

CANADA - DOWNTOWN STREETCAR DESIGN

Source: City of Vancouver
Due: October 9, 2004

This Request for Proposal (RFP) identifies a business opportunity for the successful Proponent to provide the City of Vancouver (The City) with a design, track layout, and ridership study for the City's proposed Downtown Streetcar.

There is a Proponents' Informational meeting on Monday, August 30th, please e-mail or fax if you are going to attend.

It is the sole responsibility of the vendor to regularly check the City of Vancouver Purchasing Web Page at www.city.vancouver.bc.ca/bid for addenda (questions/answers and addendums) related to this Proposal.

Proposals are to be addressed to the Office of the City Clerk, and delivered to the Courier Delivery Drop-off Office, 1st Floor, Vancouver City Hall, 453 West 12th Avenue, Vancouver, British Columbia, Canada, V5Y 1V4 prior to the Closing Time: 11:00:00 A.M. Vancouver Time (as defined in Note 2 below), Friday, September 10, 2004 and will be then registered in public as soon as reasonably possible.

Documentation received after the closing time will be returned unopened.

Faxed Proposal will not be accepted.

Proposal forms may be obtained by downloading the file below or from Purchasing Services, 2nd Floor, 453 W. 12th Avenue, Vancouver, BC, Telephone: 604-873-7263 or by submitting an e-mail to purchasing@city.vancouver.bc.ca. when requesting a document, please include your company's name, mailing address (including street address and postal code), e-mail address, phone and fax numbers. Also, please include the Proposal number and title.

** Please Download the Complete Document from Our Website **** www.city.vancouver.bc.ca/bid/bidopp/RFP_PS04067.htm

For more information contact:

Stowe, Syd
Contracting Specialist
City of Vancouver
Materials Management
2nd floor 453 West 12th Avenue
Vancouver, British Columbia
V5Y 1V4
Phone: 1 (604) 873-7227
Fax: 1 (604) 873-7057
Email: purchasing@city.vancouver.bc.ca

 

POLAND - OPOLE RILWAY PSSENGER CACHES

Source: European Union
Due: October 10, 2004

I.1)Official name and address of the contracting authority:

Województwo Opolskie Urzad Marszalkowski Województwa Opolskiego, ul. Piastowska 14, PL-45-082 Opole. Tel.: +48 77 452 46 00 . Fax: +48 77 452 48 30. E-mail: d.fitkowska@umwo.opole.pl. URL: www.umwo.opole.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

35222200. Description:

Railway passenger coaches. IV.3.3)Time-limit for receipt of tenders or requests to participate:

10.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

POLAND - LEGNICA PUBLIC-SERVICE BUSES

Source: European Union
Due: October 11, 2004

I.1)Official name and address of the contracting authority: Miejskie Przedsiebiorstwo Komunikacyjne Sp. z o.o., Att: mgr inz. Piotr Lisiecki w sprawach merytorycznych, ul. Domejki 2, PL-59-220 Legnica. Tel.: +48 76 722 34 00 . Fax: +48 76 722 34 10. E-mail: mpk@mpk.legnica.pl. URL: www.mpk.legnica.pl. II.1.8.1)Common Procurement Vocabulary (CPV): 34121100. Description: Public-service buses. IV.3.3)Time-limit for receipt of tenders or requests to participate: 11.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

GERMANY - MUNICH CHANGING MESSAGE INDICATOR PANELS

Source: European Union
Due: October 11, 2004

I.1)Official name and address of the contracting entity: Stadtwerke München GmbH, D-80287 München. II.1.8.1)Common Procurement Vocabulary (CPV): 31624100, 30254300. Description:

Changing message indicator panels.

Passenger information system. IV.3.3)Deadline for receipt of tenders or participation requests: 11.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

FRANCE - CAEN MOTOR VEHICLES FOR THE TRANSPORT OF 10 OR MORE PERSONS

Source: European Union
Due: October 11, 2004

I.1)Official name and address of the contracting authority:

Syndicat mixte pour le rétablissement du caractère maritime du Mont-Saint-Michel, Att: M. le Président du Syndicat mixte, Abbaye aux Dames, place de la Reine Mathilde, BP 523, F-14035 Caen Cedex. Tel.: 2 31 06 98 15 . Fax: 2 31 06 97 67. URL: www.projetmontsaintmichel.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

34120000. Description:

Motor vehicles for the transport of 10 or more persons. IV.3.3)Time-limit for receipt of tenders or requests to participate:

11.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

ITALY - BOLZANO BUSES

Source: European Union
Due: October 11, 2004

I.1)Official name and address of the contracting authority:

SASA SpA AG, Att: Ufficio Appalti, via Buozzi 8, I-39100 Bolzano. Tel.: 04 71 51 95 32 / 51 95 30 . Fax: 04 71 51 95 49. E-mail: ufficio.appalti@sasabz.it. URL: www.sasabz.it. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

11.10.2004. Time: 12:30. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

FRANCE - LE HAVRE LOW-FLOOR BUSES

Source: European Union
Due: October 11, 2004

I.1)Official name and address of the contracting authority:

Communauté de l'agglomération havraise, Hôtel de Ville, secrétariat de la Commission d'appel d'offres, BP 51, F-76085 Le Havre Cedex. Tel.: 2 35 19 44 76 . Fax: 2 35 19 44 66. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400, 34121200. Description:

Low-floor buses.

Articulated buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

10.11.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

FRANCE - CANCALE MOTOR VEHICLES FOR THE TRANSPORT OF 10 OR MORE PERSONS

Source: European Union
Due: October 12, 2004

I.1)Official name and address of the contracting authority: Communauté d'agglomération du Pays de Saint-Malo - Saint-Malo Agglomération, Att: Monsieur le président, BP 11, rue des Noés, F-35260 Cancale. Tel.: 2 23 15 10 85 . Fax: 2 23 15 10 86. E-mail: Accueil@stmalo-agglomération.fr. II.1.8.1)Common Procurement Vocabulary (CPV): 34120000. Description: Motor vehicles for the transport of 10 or more persons. IV.3.3)Time-limit for receipt of tenders or requests to participate: 12.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

GERMANY – NUREMBERG METRO ESCALATORS

Source: European Union
Due: October 12, 2004

I.1)Official name and address of the contracting entity: Stadt Nürnberg, Tiefbauamt / U-Bahnbau, Karl-Bröger-Straße 9, D-90459 Nürnberg. Tel.: 0049 911 /231 - 4478, -4492 . Fax: 0049 911 /231 - 4978. E-mail: tu2el@stadt.nuernberg.de. URL: www.stadt.nuernberg.de. II.1.8.1)Common Procurement Vocabulary (CPV): 29221640, 45313200, 45350000. Description:

Escalators.

Escalator installation work.

Mechanical installations. IV.3.3)Deadline for receipt of tenders or participation requests: 12.10.2004. Time: 10:00 Uhr. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

ITALY - LAMEZIA TERME BUSES

Source: European Union
Due: October 13, 2004

I.1)Official name and address of the contracting authority: Lamezia Multiservizi SpA, Att: Ufficio Tecnico, via della Vittoria, I-88046 Lamezia Terme. Tel.: 09 68 44 18 12 . Fax: 09 68 44 11 22. E-mail: villella@lameziamultiservizi.it. URL: www.lameziamultiservizi.it. II.1.8.1)Common Procurement Vocabulary (CPV): 34121000. Description: Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate: 13.10.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

POLAND - GDANSK RAILWAY AND TRAMWAY LOCOMOTIVES AND ROLLING STOCK AND ASSOCIATED PARTS

Source: European Union
Due: October 13, 2004

I.1)Official name and address of the contracting authority:

Samorzad Województwa Pomorskiego, Att: Malgorzata Poluchowicz-K.C., Ul. Okopowa 21/27, PL-80-810 Gdansk. Tel.: +48 58 326 15 51 . Fax: +48 58 326 15 57. E-mail: bou@woj-pomorskie.pl. URL: www.woj-pomorskie.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

35200000. Description:

Railway and tramway locomotives and rolling stock and associated parts. IV.3.3)Time-limit for receipt of tenders or requests to participate:

13.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

POLAND - LUBLIN RAILWAY AND TRAMWAY LOCOMOTIVES AND ROLLING STOCK AND ASSOCIATED PPARTS

Source: European Union
Due: October 13, 2004

I.1)Official name and address of the contracting entity:

"PKP Przewozy Regionalne" Sp. z o.o. w Warszawie Lubelski Zaklad Przewozów Regionalnych w Lublinie, Att: Lidia Kustra, ul. Gazowa 4, PL-20-406 Lublin. Tel.: +48 81 531 59 51 . Fax: +48 81 532 32 96. E-mail: pz.lublin@pkp.com.pl. URL: http://www.pzlublin.pkp.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

35200000. Description:

Railway and tramway locomotives and rolling stock and associated parts. IV.3.3)Deadline for receipt of tenders or participation requests:

13.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

AUSTRALIA - FINANCING, DESIGN, MANUFACTURE AND MAINTENANCE OF ELECTRIC PASSENGER TRAINS

Source: RailCorp
Due: October 13, 2004

RFT Number: 2004/0106E RFT Title: Request for Expression of Interest - Financing, Design, Manufacture and Maintenance of Electric Passenger Trains Category: Machinery and transport equipment manufacture Closing Date: 13 Oct 2004 Closing Time: 10:00 AM (NSW & ACT Local Time) Location: Sydney [<empty>] Description:

1. RailCorp's Requirements

RailCorp's core business is the safe provision of rail services to customers. In order to achieve this it requires an appropriate number of trains of the required standard and reliability to be available to operate the timetabled services. It is looking as a minimum for proposals for a modern, safe, reliable, air-conditioned fleet.

RailCorp intends to implement solutions which address all the objectives described below and has decided that the appropriate mechanism is a public private partnership ("PPP") for the financing, design, manufacture and maintenance of the replacement rollingstock and any related facilities. This will be an arrangement where payment is based on the performance against a number of Key Performance Indicators of the PPP Company (being the successful private sector company with which RailCorp enters into a Project Deed) over the reasonable life of the assets.

RailCorp does not intend to specify the number of train sets required to be manufactured, but only the number required to be available for service. This number is currently estimated to be in the order of 125 four-car sets. RailCorp is interested in proposals that maximise value by optimising whole life cost and maximising utilisation.

For this arrangement to be successful the PPP Company must demonstrate strong experience, capability and capacity in the maintenance of trains or comparable assets. The preferred site for carrying out maintenance of the replacement rollingstock has not yet been established, but a RailCorp-owned greenfield site at Auburn is an available option.

Further details of RailCorp’s requirements are set out in Section 4 of the EOI Document.

RailCorp is consulting with Labor Council on the potential to involve the successful Proponent in the upgrade of existing maintenance facilities. Any additional scope for the PPP arising from these discussions will be specified in the Request for Detailed Proposals (RDP).

2. Objectives of the PPP

The objectives of the Public Private Partnership ("the Project") are to:

1. Procure a modern, safe, well maintained, reliable fleet of air-conditioned rollingstock for the CityRail travelling public by the end of 2010;

2. Minimise fleet whole of life costs and deliver demonstrable value for money;

3. Support a contestable marketplace for the supply, maintenance, modification and refurbishment of electric passenger rollingstock;

4. Ensure the PPP is consistent with the provision of secure employment and skills upgrading for current Passenger Fleet Maintenance employees; and

5. Deliver the project in accordance with applicable standards and procedures, including the Working with Government Guidelines (www.nsw.gov.au/wwg).

RailCorp commenced the first stage of the PPP procurement process with an openly invited Registration of Interest which is now complete. The list of registrants is available from the Contact Officer or can be found at:

https://tenders.nsw.gov.au/railcorp/shared/rftdetail.cfm?p_id=4487&p_criteria=2004%2F0101I&p_advert=0

RailCorp has since invited registrants and other interested parties to informal ‘market sounding’ discussions on the objectives and structure of the PPP. The outcomes of this are reflected in this Request for Expressions of Interest ("EOI").

3. Purpose of this Request for Expressions of Interest

The purpose of this EOI is to:

1. Invite responses ("Responses") from capable Proponents that wish to be shortlisted for the Project; and

2. Allow RailCorp to shortlist Proponents to proceed to the next stage of the procurement.

Proponents may be either consortia or individual firms, but RailCorp will expect Responses to demonstrate the project management, technical, financial, commercial and other experience, capability and capacity to supply and maintain all or a significant proportion of the replacement rollingstock and fulfil all obligations (not only parts of the project) for the duration of the term.

4. Additional Technical Information

Appendix 3 of the EOI gives references to material available on the web. Access to this material is restricted and requires a password. Proponents may obtain a password from the Contact Officer.

Appendix 7 of the EOI refers to photographs of RailCorp maintenance facilities. These are available on CD-ROM on application to the Contact Officer.

Appendix 7 refers to site layouts of RailCorp maintenance facilities. These diagrams may be obtained by e-mail from the Contact Officer. Please note that these diagrams should be regarded as indicative only, as they are of poor reproductive quality and may be out of date. Updated versions are expected to be available at the RDP stage.

5. Market Briefing Session

A market briefing session will be held for prospective Proponents from 10am to 12 noon on Friday 10 September 2004 at

Level 41

Governor Macquarie Tower

One Farrar Place

Sydney NSW 2000

Attendance is recommended but not mandatory. To register to attend the briefing, please contact the Contact Officer.

Notes of the briefing session will be forwarded to all attendees and posted on this website.

6. Site Visit

An all-day site visit of RailCorp’s electric train maintenance sites has been arranged for prospective Proponents on Sunday 12th September 2004. Attendance is recommended but not mandatory. The bus will depart from the Maintrain carpark, corner of Manchester Road Auburn, at 7.15am. Numbers are limited and those wishing to attend should register with the Contact Officer by Monday 6 September 2004. Subject to the response, there may be a need to arrange a second site visit on a different day. Proponents are requested to restrict the number of attendees to 2 persons per organisation.

Tender Type:

Open Tenders - An invitation to tender by public advertisement with no restriction placed on who may tender. Tenderers will normally be required to demonstrate in their tender that they have the necessary skills, resources, experience, financial capacity, and in some cases licences, accreditations, etc., to fulfil the tender requirements.

Contact:

Anwar Islam Phone: +61-2-8202 2365 Fax: +61-2- 8202 2373 Email: anwarul.islam@railcorp.nsw.gov.au

 

UNITED KINGDOM - CARDIFF TICKET-ISSUING MACHINES

Source: European Union
Due: October 13, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING ENTITY

I.1) Official name and address of the contracting entity:

Arriva Trains Wales/Trenau Arriva Cymru Limited, Att: David Perrett, 9th Floor, Brunel House, 2 Fitzalan Road, UK-Cardiff CF24 0SU . Tel.: 029 2043 0374 . Fax: 029 2043 0569. E-mail: David.perrett@atw.co.uk. URL: www.arrivatrainswales.co.uk.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

A combination of these(purchase, rent, lease, hire-purchase).

II.1.3) Type of service contract:

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting entity:

Mobile Ticketing Machines.

II.1.6) Description/object of the contract:

To sell train tickets using a hand held mobile unit that is RSP approved.

II.1.7) Site or location of works, place of delivery or performance:

NUTS code: UK900.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

30144200, 50316000.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.1.11) Derogation from the use of European specifications:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

A) 55 machines.

B) 265 machines.

Decision on quantity will depend mainly on price.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time period for execution:

Starting: 1.1.2005 - Ending: 31.12.2019.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main terms of financing and payment and/or reference to the provisions in which these are contained:

To be negotiated.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum capacity required:

The product offered must conform, but not limited to: RSP accredited by December 2005, national TOD enabled, integrated chip & pin system, data exchange with Lennon(inc SDCI+ records), NRS/CRS, RJIS data factory, CTR database, Banking merchant services and season ticket database, availability to allow the use of Smart cards, Compatible with ITSO and Oyster standards. Ticket issue speed no less than SPORTIS. Should be able to co-inside with MS Office Applications, internet explorer/netscape navigator. Ability to log on to 'Retail Network'.

A more indepth list is available on request.

III.2.1.1) Legal position - means of proof required:

III.2.1.2) Economic and financial capacity - means of proof required:

Bankers reference, copy of last 2 years published accounts.

III.2.1.3) Technical capacity - means of proof required:

Names and addresses of 3 current customers for reference, full list of current clients.

III.2.1.4) Other information:

Company profile information including any subsidiaries, evidence of past/present work with mobile ticket machines.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

No.

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

Yes.

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Negotiated.

IV.1.1) Previous publications concerning the same contract

IV.1.1.1) Periodic Indicative Notice concerning the same contract:

IV.1.1.2) Other previous publications:

IV.1.2) Number of firms which will be invited to tender:

Minimum: 3 - Maximum: 5.

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated in contract documents.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting entity:

ATW06/04.

IV.3.2) Conditions for obtaining contractual documents and additional documents:

Terms and method of payment: To be agreed.

IV.3.3) Deadline for receipt of tenders or participation requests:

37 days from dispatch of notice.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Scheduled date: 1.1.2005.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum period for which the tenderer is required to keep open the offer:

6 months from the deadline stated for receipt of tenders.

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

D. Perrett, Adrian Carrington, Gary Saunders, Derek Thompson, Ian Bullock.

IV.3.7.2) Date, time and place:

1.3.2005-10.00am.

9th Floor, Brunel House, 2 Fitzalan Road, UK-Cardiff CF24 0SU.

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this contract is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

This notice is a request for interested suppliers only.

VI.5) Date of dispatch of this notice: 6.9.2004.

 

GERMANY - AACHEN LOW-FLOOR BUSES

Source: European Union
Due: October 13, 2004

I.1)Official name and address of the contracting authority:

Aachener Straßenbahn und Energieversorgungs AG, vertreten durch die Energieversorgungs- und Verkehrsgesellschaft mbH Aachen, Att: Herrn Horst Walbert oder Herrn Günter Jansen, Neuköllner Straße 1, D-52068 Aachen. Tel.: 0241-181895 . Fax: 0241-181869. E-mail: Horst.walbert@eva-aachen.de / Günter.Jansen@eva-aachen.de. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400. Description:

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

13.10.2004. Time: 14:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

AUSTRALIA - REFURBISHMENT OF PASSENGER SEATS

Source: RailCorp
Due: October 13, 2004

Closing Date: 13 Oct 2004 Closing Time: 10:00 AM (NSW & ACT Local Time) Location: Sydney [<empty>] Description:

RailCorp's XPT fleet consists of cars between 9 and 20 years old which are expected to remain in service for at least a further 10 years. The fleet consists of 60 trailer cars and 19 power cars.

The work forms overall refurbishment of the XPT fleet to return the cars to as-new condition in terms of presentation, passenger and crew comfort, reliability, and performance. The project will also introduce modifications to achieve improved performance, safety, and compliance with latest standards and regulations.

The last major refurbishment of the older trailer cars was in 1993.

The Scope of Works comprises of Scheduled Works (mandatory), Out of Course Works (subject to Joint Inspection) and Options (which may or may not be taken up by the Purchaser).

A critical aspect of this project is the movement and availability of cars. The XPT fleet is timetabled for a busy passenger service and availability of cars for this project is limited. Adherence to the program is therefore critical.

The successful Tenderer will become the Nominated Sub-Contractor for the seat refurbishment portion of the overall Trailer Cars refurbishment project, the works for which will be carried out by the Principal / Head Contractor appointed by RailCorp.

Refer website : https://tenders.nsw.gov.au/railcorp

A Pre-Tender Inspection will be held and all prospective Tenderers should meet RailCorp’s representative commencing 10am, Tuesday 21 September 2004 at XPT Maintenance Centre, Way Street Sydenham. All visitors are requested to bring their own safety vests. Contact Vimal Roy on 9372 6207 regarding the Inspection only.

Tender Type:

Open Tenders - An invitation to tender by public advertisement with no restriction placed on who may tender. Tenderers will normally be required to demonstrate in their tender that they have the necessary skills, resources, experience, financial capacity, and in some cases licences, accreditations, etc., to fulfil the tender requirements.

Contact:

Mark Atkinson Phone: 02 8202 2364 Fax: 02 8202 2373 Email: mark.atkinson@railcorp.nsw.gov.au

 

GERMANY - HOF LOW-FLOOR BUSES

Source: European Union
Due: October 14, 2004

I.1)Official name and address of the contracting entity: HofBus GmbH, Unterkotzauer Weg 16, D-95028 Hof. Tel.: 09281/819400. Fax: 09281/8194091.

II.1.8.1)Common Procurement Vocabulary (CPV): 34121400.

Description: Low-floor buses.

IV.3.3)Deadline for receipt of tenders or participation requests: 14.10.2004. Time: 10:00.

IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

FINLAND - TURKU LOW-FLOOR BUSES

Source: European Union
Due: October 14, 2004

I.1)Official name and address of the contracting authority: Turun Liikennelaitos, Att: Eva-Liisa Vainikainen, Kristiinankatu 1, FIN-20100 Turku. Tel.: (358-2) 262 72 48 . E-mail: turun.kaupunki@turku.fi. II.1.8.1)Common Procurement Vocabulary (CPV): 34121400. Description: Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate: 14.10.2004. Time: 14:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Finnish.

 

POLAND - OPOLE PUBLIC-SERVICE BUSES

Source: European Union
Due: October 14, 2004

I.1)Official name and address of the contracting authority:

Miejski Zaklad Komunikacyjny Sp. z o.o., Att: Arkadiusz Poskan, ul. Luboszycka 19, PL-45-215 Opole. Tel.: +48 77 455 60 51 . Fax: +48 77 455 60 57. E-mail: mzkopole@punkt.pl. URL: www.mzkopole.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

14.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

BELGIUM - BRUSSELS BUSES

Source: European Union
Due: October 14, 2004

I.1)Official name and address of the contracting authority:

Ville de Bruxelles, département centrale d'achats, Att: Lydia Petit, boulevard du Neuvième de Ligne 39, B-1000 Bruxelles. Tel.: 2 279 42 51 . Fax: 2 279 42 53. E-mail: centraledachts@brucity.be. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

14.10.2004. Time: 09:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French. Dutch.

 

GERMANY - WINDISCHLEUBA PUBLIC-SERVICE BUSES

Source: European Union
Due: October 15, 2004

I.1)Official name and address of the contracting entity:

THÜSAC Personennahverkehrsgesellschaft mbH, Att: Herrn Bog, Industriestraße 4, D-04603 Windischleuba. Tel.: 03447 / 850-3 . Fax: 03447 / 850 402. E-mail: sbog@thuesac.de. URL: www.thuesac.de. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Deadline for receipt of tenders or participation requests:

15.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

ITALY - BARI BUSES

Source: European Union
Due: October 15, 2004

I.1)Official name and address of the contracting authority:

STM Bari SpA - Servizi Trasporti Mobilità Bari SpA, viale L. Jacobini - Zona Industriale, I-70123 Bari. Tel.: 08 05 39 31 11 . Fax: 08 05 39 32 25. URL: www.amtab.it. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

15.10.2004. Time: 13.00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

HONG KONG - REPLACEMENT OF UNINTERRUPTIBLE POWER SUPPLY FOR LIGHT RAIL STOPS

Source: KCRC
Due: October 15, 2004

Tender No. 2004-0086

Subject Replacement of Uninterruptible Power Supply for Light Rail Stops

Closing Date 15 October 2004

Forms of tender and further particulars are obtainable from :

Contact Address

Mr. Thomas Chow
Signal & Communications Project Manager,
Infrastructure & Buildings Department,
Transport Division,
Kowloon-Canton Railway Corporation
4th Floor, KCRC House,
No. 9 Lok King Street, Fo Tan, Shatin,
New Territories, Hong Kong.
Telephone no. : (852) 2688 1231
Facsimile no. : (852) 2690 3022

The tender MUST be deposited in the Tender Box located at Ground Floor, KCRC House, No. 9 Lok King Street, Fo Tan, Shatin, New Territories, Hong Kong BEFORE 12:00 hours (Hong Kong time broadcast by Radio Television Hong Kong) on the specified closing date. The Corporation's office hours are from 9:00 a.m. to 5:00 p.m., Monday to Friday (except for public holidays).

The Corporation does not bind itself to accept the lowest tender or any tender, and reserves the right to negotiate with any tenderer about the terms of the offer.

 

FINLAND - TAMPERE PUBLIC-SERVICE BUSES

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting authority: Tampereen kaupungin liikennelaitos, Att: Reijo Nieminen, Jokipohjantie 24, FIN-33800 Tampere. Tel.: (358-3) 31 46 13 . Fax: (358-3) 31 46 32 10. E-mail: reijo.nieminen@tt.tampere.fi. URL: http://tampere.fi/tkl. II.1.8.1)Common Procurement Vocabulary (CPV): 34121100 - X010. Description: Public-service buses. Diesel-powered. IV.3.3)Time-limit for receipt of tenders or requests to participate: 18.10.2004. Time: 15:45. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Finnish.

 

FRANCE - BORDEAUX TRACK CONSTRUCTION WORKS

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting authority:

Communauté urbaine de Bordeaux, esplanade Charles de Gaulle, F-33076 Bordeaux Cedex. Fax: 5 56 99 87 83. II.1.8.1)Common Procurement Vocabulary (CPV):

45234116, 45234120. Description:

Track construction works.

Urban railway works. IV.3.3)Time-limit for receipt of tenders or requests to participate:

18.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

GERMANY - BERLIN BUSES

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting entity:

Connex Verkehr GmbH, Att: Carsten Paul, Georgenstraße 22, D-10117 Berlin. Tel.: +49 (30) 200 73-0 . Fax: -200. E-mail: carsten.paul@connex-gruppe.de. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Deadline for receipt of tenders or participation requests:

18.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

UNITED KINGDOM - ARMAGH BUS CHASSIS

Source: European Union
Due: October 18, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

Southern Education and Library Board, Att: Mrs Linda Best, 3 Charlemont Place, The Mall, UK-Armagh BT61 9AX . Tel.: 028 3751 2549 . Fax: 028 3751 2491. E-mail: linda.best@selb.org.

I.2) Address from which further information can be obtained:

The Southern Education and Library Board, Att: Mrs Linda Best, 3 Charlemont Place, The Mall, UK-Armagh BT61 9AX . Tel.: 028 3751 2549 . Fax: 028 3751 2491. E-mail: linda.best@selb.org.

I.3) Address from which documentation may be obtained:

The Southern Education and Library Board, Att: Mrs Linda Best, 3 Charlemont Place, The Mall, UK-Armagh BT61 9AX . Tel.: 028 3751 2549 . Fax: 028 3751 2491. E-mail: purchasing.enquiries@selb.org or linda.best@selb.org.

I.4) Address to which tenders/requests to participate must be sent:

The Southern Education and Library Board, Att: Mrs Linda Best, 3 Charlemont Place, The Mall, UK-Armagh BT61 9AX . Tel.: 028 3751 2549 . Fax: 028 3751 2491. E-mail: purchasing.enquiries@selb.org or linda.best@selb.org.

I.5) Type of contracting authority:

Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract

II.1.4) Framework agreement:

Yes.

II.1.5) Title attributed to the contract by the contracting authority:

Bus Chassis, 25 Seater Type.

II.1.6) Description/object of the contract:

25 seater bus chassis as and when required during the period of the contract.

II.1.7) Site or location of works, place of delivery or performance:

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

34139000.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

25 seater bus chassis as required during the period of the contract. Requirements are forecast at approximately 5 chassis per year during the contract period.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

Ending: 30.9.2005.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Not applicable.

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

Not applicable.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

Not applicable.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

Evidence of previous similar awarded contracts and reference sites may be required. May be subject to an interview and or inspection of premises to assess economic and technical standards.

III.2.1.1) Legal position – means of proof required:

None.

III.2.1.2) Economic and financial capacity – means of proof required:

None.

III.2.1.3) Technical capacity – means of proof required:

None.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

No.

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

No.

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Open.

IV.1.1) Candidates already selected:

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated below:

1: technical merit;

2: quality;

3: price;.

4: technical backup;

5: running costs;

6: delivery date.

In descending order of priority: No.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

50297.

IV.3.2) Conditions for obtaining contract document and additional documents:

Obtainable until: 4.10.2004.

IV.3.3) Time-limit for receipt of tenders or requests to participate:

18.10.2004. Time: 16:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

60 days from the deadline stated for receipt of tenders.

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

A board member and 2 officers as designated by the chief executive.

IV.3.7.2) Date, time and place:

19.10.2004-9:00.

Southern Education and Library Board, 3 Charlemont Place, The Mall, UK-Armagh BT61 9AX.

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

II.3) Duration of the contract or time-limit for completion: with option to extend for 2 further periods of 12 months each.

VI.5) Date of dispatch of this notice: 26.8.2004.

 

FRANCE - NICE ROLLING STOCK

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting entity:

CFTA - Chemins de fer de Provence, Att: Jean-Paul Seiler, directeur adjoint, 40, rue Clément Roassal, F-06007 Nice Cedex 1. Tel.: 4 93 16 29 91 . Fax: 4 93 16 28 71. II.1.8.1)Common Procurement Vocabulary (CPV):

35220000, 35222200, 35231000. Description:

Rolling stock.

Railway passenger coaches.

Parts of locomotives or rolling stock. IV.3.3)Deadline for receipt of tenders or participation requests:

18.10.2004. Time: 17:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

GERMANY – HANOVER URBAN RAILWAY TRACK CONSTRUCTION WORKS

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting authority:

TransTec Bauplanungs- und Managementgesellschaft Hannover mbH, Abteilung Einkauf, Goethestraße 18, D-30169 Hannover. Tel.: 0511 / 3995-1119 . Fax: 0511 / 3995-1266. E-mail: krenziehausen@transtec-hannover.de. II.1.8.1)Common Procurement Vocabulary (CPV):

45234129, 45234128. Description:

Urban railway track construction works.

Tramway platforms. IV.3.3)Time-limit for receipt of tenders or requests to participate:

18.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

POLAND – WARSAW MINI BUSES

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting authority:

Agencja Rynku Rolnego, Att: Magdalena Budner, ul. Nowy Swiat 6/12, PL-00-400 Warszawa. Tel.: +48 22 661 77 63 . Fax: +48 22 661 75 35. URL: http://www.arr.gov.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34110000, 34114400. Description:

Passenger cars.

Minibuses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

18.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

AUSTRIA - VIENNA WHEEL AXLES AND TYRES AND OTHER PARTS OF LOCOMOTIVES OR ROLLING STOCK

Source: European Union
Due: October 18, 2004

I.1)Official name and address of the contracting entity:

Österreichische Bundesbahnen, Att: Ing. Johann Wernhart, Operngasse 24, A-1040 Wien. Tel.: +43/1/93000/33460 . Fax: +43/1/93000/25471. E-mail: johann.wernhart@em.oebb.at. URL: http://www.oebb.at. II.1.8.1)Common Procurement Vocabulary (CPV):

35231400. Description:

Wheel axles and tyres and other parts of locomotives or rolling stock. IV.3.3)Deadline for receipt of tenders or participation requests:

18.10.2004. Time: 15:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

CZECH REPUBLIC - MOST LOW-FLOOR BUSES

Source: European Union
Due: October 19, 2004

I.1)Official name and address of the contracting entity: DOPRAVNÍ PODNIK mest Mostu a Litvínova, a.s., Att: Beneš Karel, Tr. Budovatelu 1395, CZ-434 01 Most. Tel.: 476 769 011 . Fax: 476 702 585. E-mail: info@dpmost.cz. URL: www.dpmost.cz. II.1.8.1)Common Procurement Vocabulary (CPV): 34121400. Description: Low-floor buses. IV.3.3)Deadline for receipt of tenders or participation requests: 19.10.2004. Time: 10:00:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Czech.

 

FRANCE - SAINT-ÉTIENNE TRAMWAY WORKS

Source: European Union
Due: October 19, 2004

I.1)Official name and address of the contracting authority: Communauté d'agglomération de Saint-Étienne Métropole, service marchés publics, 35, rue Pierre et Dominique Ponchardier, BP 23, F-42009 Saint-Étienne Cedex 02. Tel.: 4 77 49 74 07 . Fax: 4 77 49 98 21. E-mail: marches@agglo-st-etienne.fr. URL: www.agglo-st-etienne.fr. II.1.8.1)Common Procurement Vocabulary (CPV): 45234121, 45311000. Description:

Tramway works.

Electrical wiring and fitting work. IV.3.3)Time-limit for receipt of tenders or requests to participate: 19.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

UNITED KINGDOM - LONDON RAILWAY CONSTRUCTION WORKS

Source: European Union
Due: October 19, 2004

This contract is covered by the Government Procurement Agreement (GPA): Yes.

SECTION I: CONTRACTING ENTITY

I.1) Official name and address of the contracting entity:

Docklands Light Railway Limited, Att: David Keep, Castor Lane, Poplar, UK-London E14 0DX . Tel.: +44 (0)207 363 9534 . Fax: +44 (0)207 363 9708. E-mail: dkeep@dlr.tfl.gov.uk.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

Design and execution.

II.1.2) Type of supplies contract:

II.1.3) Type of service contract:

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting entity:

Beckton Depot Expansion Works.

II.1.6) Description/object of the contract:

The aim of the scheme is to expand the existing DLR depot at Beckton to accommodate a larger train fleet in anticipation of new extensions and growth in patronage on the railway. Six sidings and one through track will be constructed as part of the depot expansion. On-site power supplies will be upgraded and a new electricity substation will be installed. A new level crossing and security gatehouse will be constructed as part of the scheme. Additional security and safety fencing and lighting will be installed.

II.1.7) Site or location of works, place of delivery or performance:

The work will be conducted at Beckton Depot which is part of the Docklands Light Railway in London, Docklands (United Kingdom).

NUTS code: UK550.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

45234100, 74231123, 45234112.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.1.11) Derogation from the use of European specifications:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Refer II.1.6).

Tenders may be submitted for all lots.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time period for execution:

18 months from the award of the contract.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Parent company guarantee (where applicable) and unconditional on-demand financial bond or guarantee for 20 % of the contract value from an 'AAA' rated bank or financial institution acceptable to the contracting entity.

III.1.2) Main terms of financing and payment and/or reference to the provisions in which these are contained:

Payment would be against achievement of appropriate milestones with some retention of funds against final contract completion and subsequent warranty performance.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

Group submissions need to be integrated under one main contractor who bears full risk and liability.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum capacity required:

III.2.1.1) Legal position - means of proof required:

The supplier will be required to be an appropriately constituted company for the contracting entity to be confident that they can successfully undertake and complete the contract. Details of incorporation as well as related group or parent company structure, the latter where applicable should be supplied.

III.2.1.2) Economic and financial capacity - means of proof required:

The supplier will be required to have sufficient financial assets for the contracting entity to be confident that they can successfully undertake and complete the contract. Current and previous two-years' sets of accounts (including balance sheet and profit and loss accounts) should be included together with group accounts where the supplier is part of a corporate group.

III.2.1.3) Technical capacity - means of proof required:

The supplier will be required to have sufficient previous experience of managing and undertaking railway infrastructure projects and should provide details to so confirm. These should include a company profile confirming such matters as scale of operations, industries served, nature and size of business, number of staff.

III.2.1.4) Other information:

Refer II.1.2) above. The onus will rest with suppliers to prove that European specifications, if/where intended for use, are equivalent to those of the contracting entity.

Expressions of interest will be scored in accordance with a minimum criteria process for the initial evaluation stage and with a weighted selection process for the detailed evaluation stage. The scoring process will rank candidates on their overall corporate, technical and financial suitability for the project. Details are provided in the pre-qualify document which is available and will be sent to those expressing interest.

The contracting entity will not be under an obligation to proceed with the requirement and place a contract with the most economically advantageous or any other tender. The competition may be suspended or cancelled prior to contract award without cost or liability to any party.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

No.

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

No.

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Negotiated.

IV.1.1) Previous publications concerning the same contract

IV.1.1.1) Periodic Indicative Notice concerning the same contract:

IV.1.1.2) Other previous publications:

IV.1.2) Number of firms which will be invited to tender:

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated in contract documents.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting entity:

BDE4079.

IV.3.2) Conditions for obtaining contractual documents and additional documents:

IV.3.3) Deadline for receipt of tenders or participation requests:

19.10.2004. Time: 12.00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Scheduled date: 9.11.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum period for which the tenderer is required to keep open the offer:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

Commercial/Contracting, Project Management and Sponsoring Department staff from the contracting entity.

IV.3.7.2) Date, time and place:

4.1.2005-12.00.

Address of the contracting entity as in Section I.1).

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this contract is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

An invitation to pre-qualify document is available and will be sent to those organisations expressing interest in the project.

II.1.3) Type of service contract: Service category: 1.

IV.1.2) Number of firms which will be invited to tender: maximum 4.

VI.5) Date of dispatch of this notice: 24.8.2004.

 

NETHERLANDS - HILVERSUM PUBLIC-SERVICE BUSES

Source: European Union
Due: October 19, 2004

I.1)Official name and address of the contracting authority:

Connexxion Vloot BV, Att: de heer J.R. Troelstra, Marathon 6, NL-1213 PK Hilversum. Tel.: 035 625 14 21 . Fax: 035 625 16 99. E-mail: j.troelstra@connexxion.nl. URL: www.connexxion.nl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

19.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Dutch.

 

PORTUGAL - FUNCHAL TICKET-ISSUING SYSTEM, PASSENGER-INFORMATION SYSTEM

Source: European Union
Due: October 20, 2004

I.1)Official name and address of the contracting authority: Horários do Funchal, Transportes Públicos, SA, Fundoa de Baixo - São Roque, P-9020-242 Funchal. Tel.: +351 291 70 55 20. Fax: +351 291 70 55 56. E-mail: saebip@horariosdofunchal.pt. URL: www.horariosdofunchal.pt.

II.1.8.1)Common Procurement Vocabulary (CPV): 30144200, 30211300, 30254300.

Description: Ticket-issuing machines.

Computer platforms.

Passenger information system.

IV.3.3)Time-limit for receipt of tenders or requests to participate: 20.10.2004. Time: 17:00.

IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Portuguese.

 

UNITED KINGDOM - SOUTHEND-ON-SEA BUS STATION

Source: European Union
Due: October 20, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

Southend-on-Sea Borough Council, Design and Regeneration, Att: Mr S Kearney, PO Box 5557, Civic Centre, Victoria Avenue, UK-Southend-on-Sea SS2 6ER . Tel.: 01702-215000 . Fax: 01702-339607.

I.2) Address from which further information can be obtained:

Dudley Smith Partnership, Att: Steve Downing, 139 New London Road, UK-Chelmsford CM2 0QT . Tel.: 01245-256141 . Fax: 01245-281214. E-mail: steve.downing@dudleysmith.com. URL: www.dudleysmith.com.

I.3) Address from which documentation may be obtained:

As in I.2).

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

I.5) Type of contracting authority:

Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

Design and execution.

II.1.2) Type of supplies contract:

II.1.3) Type of service contract

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting authority:

Travel Centre, Southend-on-Sea.

II.1.6) Description/object of the contract:

Design and construction of bus passenger travel centre with associated retail and welfare facilities including related infrastructure modifications.

In additional to meeting functional requirements the building in terms of aesthetics, will be a landmark structure including exposed frame elements with multi directional roofing and structural glazing to walls together with complementary projected lighting systems.

II.1.7) Site or location of works, place of delivery or performance:

Southend-on-Sea

NUTS code: UK540.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

45213311.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Gross internal floor area 550m2 - approximate total value 3 500 000 GBP.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

Ending: 31.3.2006.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Performance bond and/or parent-company guarantee.

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

III.2.1.1) Legal position – means of proof required:

A certificate issued by the competent authority in the Member State concerned, or a declaration on oath or by a solemn declaration made before a competent authority, a notary or a competent professional or trade body, to the effect that the bidder has fulfilled its obligations relating to the payment of taxes and social security contributions in accordance with the legal provisions of the country in which the bidder is established.

III.2.1.2) Economic and financial capacity – means of proof required:

(1) A reference from the bidder's bankers.

(2) Presentation of the bidder's balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the bidder is established.

(3) A statement of the bidder's overall turnover and the turnover related to similar activities covered by this contract, for the three previous financial years.

III.2.1.3) Technical capacity – means of proof required:

A list of the works carried out by the bidder over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where necessary, the competent authority shall submit these certificates to the contracting authority direct.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Restricted.

IV.1.1) Candidates already selected:

No.

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

Number: 5.

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated in contract documents.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

IV.3.2) Conditions for obtaining contract document and additional documents:

IV.3.3) Time-limit for receipt of tenders or requests to participate:

37 days from dispatch of notice. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Estimated date: 5.11.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

Bidder will not be allowed to attend the meeting.

IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

Yes.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

Yes.

Information provided on requested. See item 1.2.

VI.4) Additional information:

The awarding authority does not bind itself to accept the lowest or any bid and will not be held responsible for any costs incurred by the bidders.

(MT Ref:32839).

VI.5) Date of dispatch of this notice: 13.9.2004.

 

FRANCE - LYONS LIFT AND ESCALATOR INSTALLATION WORK

Source: European Union
Due: October 20, 2004

I.1)Official name and address of the contracting authority:

SYTRAL - Syndicat Mixte des Transports pour le Rhône et l'Agglomération Lyonnaise, Att: Monsieur le Président du SYTRAL, 21, boulevard Vivier Merle - Boîte Postale 3044, F-69399 Lyon Cedex 03. Tel.: 4 72 84 58 00 . Fax: 4 72 91 45 29. E-mail: carnelli@sytral.fr. URL: http://www.sytral.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

45313000. Description:

Lift and escalator installation work. IV.3.3)Time-limit for receipt of tenders or requests to participate:

20.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

POLAND - BOGATYNIA BUSES

Source: European Union
Due: October 22, 2004

I.1)Official name and address of the contracting entity:

Kopalnia Wegla Brunatnego "Turów" SA, Att: Urszula Balajewicz - w sprawach formalnych, PL-59-916 Bogatynia. Tel.: +48 75 773 55 36 . Fax: +48 75 773 30 00. E-mail: zp@kwbturow.com.pl. URL: www.kwbturow.com.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000, 34116000. Description:

Buses.

Motor vehicles for the transport of fewer than 10 persons. IV.3.3)Deadline for receipt of tenders or participation requests:

22.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

POLAND - KLESZCZÓW PUBLIC-SERVICE BUSES

Source: European Union
Due: October 22, 2004

I.1)Official name and address of the contracting authority:

Urzad Gminy, Att: Wojciech A. Okon, ul. Glówna 47, PL-97-410 Kleszczów. Tel.: +48 44 7313110 . Fax: +48 44 7313130. E-mail: zampub@kleszczow.pl. URL: www.kleszczow.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

22.10.2004. Time: 14:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

FRANCE - ÉVREUX BUSES

Source: European Union
Due: October 22, 2004

I.1)Official name and address of the contracting authority:

Communauté d'agglomération d'Évreux, service marchés publics, 12, boulevard Adélaïde et Jules Janin, BP 423, F-27004 Évreux Cedex. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

22.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

IRELAND - DUBLIN CLOSED-CIRCUIT SURVEILLANCE SYSTEM

Source: European Union
Due: October 22, 2004

This contract is covered by the Government Procurement Agreement (GPA): Yes.

SECTION I: CONTRACTING ENTITY

I.1) Official name and address of the contracting entity:

Bus Eireann/Irish Bus, Att: Mr Sean Bresnan, Procurement & Materials Manager, 21 Phibsboro Road, Broadstone, IRL-Dublin 7. Tel.: 01 7033412 . Fax: 01 8303667. E-mail: sean.bresnan@buseireann.ie. URL: www.buseireann.ie.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract:

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting entity:

Supply and Installation of CCTV System for Buses.

II.1.6) Description/object of the contract:

The purpose of the security and surveillance Closed Circuit Television System is to assist the Contracting Authorithy with passenger security and general on board surveillance. In addition to supply and installing the CCTV equipment, the successful Tenderer will be required to provide an after sales maintenance, warranty and product support arrangement to the Contracting Authority.

II.1.7) Site or location of works, place of delivery or performance:

Various locations throughout the Republic of Ireland

NUTS code: IE000.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

32235000, 32231000.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

Yes.

II.1.11) Derogation from the use of European specifications:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Those invited to tender will be required to provide cost proposals for supply, installation and appropriate after sales support for 50 units, 100 units, 150 units, 200 units, 250 units and 300 units.

II.2.2) Options. Description and time when they may be exercised:

The Contracting Authority may extend its requirements beyond the quantites outlined in this Notice with a view to fitting out other vehicles in the fleet. This option will (if exercised) be on completion of the initial requirement.

II.3) Duration of the contract or time period for execution:

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

The successful Tenderer will provide, if requested by the Contracting Authority and at the commencement of the Contract, a bank guarantee, parent company guarantee or Performance Bond in terms acceptable to the Contracting Authority.

III.1.2) Main terms of financing and payment and/or reference to the provisions in which these are contained:

This information will be detailed in the RFT documents.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

If a Tender is submitted by a group (more than one) of suppliers, then those suppliers, if their tender is accepted, will assume such legal form by incorporation, partnership or otherwise, as will enable them to contract as a single entity with joint and several liability to the Contracting Authority for the execution of the contract. It will be necessary for any group of suppliers wishing to submit a joint bid to state a single addressee who will be responsible for the receipt and processing of the participating orders and for resolving any problem relating to the Tender and the Contract, if awarded.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum capacity required:

Applicants request to participate will be assessed under the following headings; Legal Position, Financial and Economic Capacity, Technical Capacity. In order for this assesment to be carried out, the following information is required (in addition to the information already required at III.2.1.1 and III.2.1.2 of this Notice)

1. Brief analysis of the company organisation, including a company organisation chart.

2. The main product range of the company.

3. Details of any Quality Assurance Accreditation to BS EN ISO 9000 including copy of certificate and company policy towards total quality management.

4. Provision of a list of past and similar projects identifying scope, contract duration, start and end dates and purchase order/contract values together with contact references of the employer/client including names, addresses and fax numbers. Such list shall contain a minimum of 5 such projects over the past 3 years.

5. Details of ability to provide warranty and In-Service Operational Support throughout the Republic of Ireland.

6. An Applicant Questionnaire is available as per the Contracting Entity details at I.1 of this Notice or alternatively may be downloaded from www.etenders.gov.ie.

III.2.1.1) Legal position - means of proof required:

(1) A certificate issued by the competent authority in the Member State concerned,or a declaration on oath or by a solemn declaration made before a competent authority,a notary or a competent professional or trade body, to the effect that the bidder has fulfilledits obligations relating to the payment of taxes and social security contributions inaccordance with the legal provisions of the country in which the bidder is established.

(2) An extract from the judicial record or equivalent issued by the legal or administrative authorityof the country of origin,by a declaration on oath or by a solemn declaration made before a competentjudicial or administrative authority, a notary or a competent professional or trade body,demonstrating that the bidder: a) is not bankrupt or being wound up, its affairs are not beingadministered by the court, it has not entered into an arrangement with creditors, it hasnot suspended business activities or is not in any analogous situation arising from a similarprocedure under national laws and regulations; (b) is not the subject of proceedings for adeclaration of bankruptcy, or for an order for compulsory winding up or administration by thecourt or for an arrangement with creditors or of any other similar proceedings under nationallaws and regulations; (c) has not been convicted of an offence concerning his professionalconduct by a judgment which has the force of res judicata (i.e. a matter which has alreadybeen conclusively decided by a court).

III.2.1.2) Economic and financial capacity - means of proof required:

(1) A reference from the bidder's bankers.

(2) Presentation of the bidder's balance sheets or extracts from the balance sheets,where publication of the balance sheet is required under the law of the country in whichthe bidder is established.

(3) A statement of the bidder's overall turnover and the turnover related to similar activitiescovered by this contract, for the three previous financial years.

III.2.1.3) Technical capacity - means of proof required:

III.2.1.4) Other information:

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Negotiated.

IV.1.1) Previous publications concerning the same contract

IV.1.1.1) Periodic Indicative Notice concerning the same contract:

IV.1.1.2) Other previous publications:

IV.1.2) Number of firms which will be invited to tender:

Minimum: 5 - Maximum: 8.

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated in contract documents.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting entity:

BE/CCTV/01/04.

IV.3.2) Conditions for obtaining contractual documents and additional documents:

IV.3.3) Deadline for receipt of tenders or participation requests:

22.10.2004. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Scheduled date: 22.11.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum period for which the tenderer is required to keep open the offer:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this contract is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

1. It should be noted that failure to supply the information required under this Notice may invalidate an Applicants request to participate.

2. Subject to future confirmation, Variants may be considered provided the scope of requirements detailed in the RFT documents are met. More details on Variants will be supplied with RFT documents.

3. The Contracting Authority will be under no obligation to proceed with this requirements and award a contract with the most economically advantageous tender. Notice is hereby given that this competition may be suspended or cancelled prioir to contract award and without any cost or liability to any party.

4. It should be noted that it is the intention of the Contracting Authority, to have as part of the tender process, a product capability trial prior to award of contract.

(ET Ref:4601).

VI.5) Date of dispatch of this notice: 3.9.2004.

 

AUSTRALIA - NEW PUBLIC TRANSPORT TICKETING SOLUTION

Source: Department of Infrastructure
Due: October 22, 2004

The Transport Ticketing Authority (TTA) invites tenders for a New Ticketing Solution (NTS) to replace the Metcard system in 2007.

The NTS will be a Smartcard Solution based on proven technology adapted to the specific requirements of the Victorian public transport environment.

The flexible ticketing solution we seek will support the delivery of a fast, easy, smooth and safe travel experience for public transport users.

The RFT is supported by background information about the operational, contractual and policy context in which the NTS is to be delivered. This information and the detailed tender documents will be released to prospective tenderers. The completion of a confidentiality agreement and payment of a fully refundable tender deposit is required to gain access to all documents.

Interested parties should contact the TTA by emailing TTAtender@doi.vic.gov.au . Parties who have already registered with TTA during the pre-tender phase do not need to make further contact.

The original closing date was 23 September 2004. Please note there has been an extension of the period for the tender submissions by 4 weeks with a NEW closing date of 2.00pm (AEST) on 22 October 2004.

Contact Details

Contact Person TTAtender@doi.vic.gov.au

Telephone Number email only

E-mail Address TTAtender@doi.vic.gov.au

Reference No TTA NTS -2004

 

SINGAPORE - DESIGN, DEVELOP, SUPPLY, INSTALL, TESTING, COMMISSIONING AND MAINTENANCE OF TRAFFICSCAN III

Source: Land Transit Authority
Due: October 22, 2004

Tender Reference (Contract Number)

RD128

Publication Date

10 September 2004 (Fri) Description Design, Develop, Supply, Install, Testing, Commissioning and Maintenance of TrafficScan III Document Fee Please refer to collection details below. Payment Mode Please refer to collection details below. Closing Date/Time 22 October 2004 (Tue)12:00 hrs (Electronic Bids with supporting documents submitted in hard copy at the tender box, see notes in Other Criteria below) Contact Information Ms Low Bee Eng (Tel : 65-63961202 Fax : 65-6396 1124) Site Showround/Briefing date & time ---- Venue ---- Registration Head Reference EPU/CMP/10 - Computer Hardware and Software Products OR EPU/CMP/20 - Software Development Financial Limit EPPU S6 (up to $3,000,000) Other Criteria

Tenders for this Contract will only be considered from Tenderers who are BOTH registered with GeBIZ as Trading Partner and EPPU workhead and financial category indicated above.

Collection Details Tender Documents can be downloaded from the Gebiz website to GeBIZ Trading Partner ONLY. Submission Details

This is an electronic tender. Please submit the total tender sum electronically via GeBiz. Only supporting documents including detail pricing (please refer to paragraph 6.1 of the Instructions) are to be submitted into the tender box by 12 noon sharp on the specified tender closing date) Tender boxes are located at LTA,1 Hampshire Road, Block 1, Level 1, Contracts (Tender) Dept. Tenderers must ensure that BOTH the electronic response and supporting document (manual) are submitted by 1200 noon sharp by the specified tender closing date otherwise the tender will be rejected.

 

ZAMBIA - SUPPLY AND DELIVERY OF ONE (1 NO.) SIXTY-FIVE SEATER BUS

Source: Zambia National Tender Board
Due: October 22, 2004

TB/ORD/070/04: TENDER FOR THE SUPPLY AND DELIVERY OF ONE (1 NO.) SIXTY-FIVE SEATER BUS – MINISTRY OF HOME AFFAIRS

The Zambia National Tender Board, on behalf of the Ministry of Home Affairs, invites sealed bids from eligible bidders for the supply and delivery of one (1 No.) sixty-five seater bus.

Interested eligible bidders may obtain further information from and inspect the bidding documents at the Zambia National Tender Board, 15th floor, Room 19, Findeco House, P.O. Box 31009, LUSAKA, ZAMBIA. The telephone number is 260-1-228633 and the telefax number is 260-1-220577. HOWEVER TELEGRAPHIC AND/OR ELECTRONIC OFFERS WILL NOT BE ACCEPTED. The bidding document can also be accessed on the Zambia National Tender web site: www.tenderboard.gov.zm.

A complete set of bidding documents may be purchased by interested bidders from the Zambia National Tender Board, upon payment of a non-refundable fee of K1,000,000.00 or its equivalent in any freely convertible currency.

The bids must be sent clearly marked: "Tender for the supply and delivery of one (1 No.) sixty-five seater bus" addressed to the Director-General, Zambia National Tender Board, and sent not later than Friday, 22 October 2004, at 14:00 hours.

The bids must be deposited in the tender box at Communications Authority, corner of Lumumba and Buyantanshi Roads, Plot No. 3141, Light Industrial Area, Lusaka, on or before Friday, 22 October 2004 at 14:00 hours local time and must be accompanied by a bid security of not less than 2% of the total bid sum, duly signed and sealed by the Guarantor (s).

The closing date for the receipt of bids is Friday, 22 October 2004 at 14:00 hours local time and any bid received after the time and date stipulated above will not be accepted. The bids will be opened in the Board Room at the Communications Authority, Plot No. 3141, Lusaka on the same date soon after closing in the presence of bidders or their representatives who choose to attend.

E.M.M. Sikanyika (Mrs.)
Board Secretary
Zambia National Tender Board

 

FRANCE - SENS BUS SHELTERS

Source: European Union
Due: October 25, 2004

I.1)Official name and address of the contracting authority:

Communauté de communes du Sénonais, Att: Personne responsable du marché: Mme Marie-Louise Fort, Président de la Communauté de communes du Sénonais, 21, boulevard du 14 Juillet, BP 552, F-89105 Sens Cedex. II.1.8.1)Common Procurement Vocabulary (CPV):

28112321, 28824400. Description:

Bus shelters.

Bus-stop posts. IV.3.3)Time-limit for receipt of tenders or requests to participate:

25.10.2004. Time: 17:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

FRANCE - BÉTHUNE BUS SHELTERS

Source: European Union
Due: October 25, 2004

I.1)Official name and address of the contracting authority:

Communauté d'agglomération de l'Artois - ARTOISCOMM, 100, avenue de Londres, BP 548, F-62411 Béthune Cedex. II.1.8.1)Common Procurement Vocabulary (CPV):

28112321, 45233293. Description:

Bus shelters.

Installation of street furniture. IV.3.3)Time-limit for receipt of tenders or requests to participate:

25.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

BELGIUM - MALINES PUBLIC-SERVICE BUSES

Source: European Union
Due: October 25, 2004

I.1)Official name and address of the contracting entity:

Vlaamse Vervoermaatschappij De Lijn, Directie techniek en exploitatie, Afdeling rollend materieel, Motstraat 20, B-2800 Mechelen. Tel.: +32 15 44 07 11 . Fax: +32 15 44 09 98. E-mail: roger.meys@delijn.be. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Deadline for receipt of tenders or participation requests:

25.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Dutch.

 

GERMANY - MÖNCHENGLADBACH PUBLIC-SERVICE BUSES

Source: European Union
Due: October 25, 2004

I.1)Official name and address of the contracting entity:

Niederrheinische Versorgung und Verkehr AG, Stadtwerke Neuss GmbH, SWK-Mobil GmbH, Niederrheinwerke Viersen mobil GmbH, Niederrheinische Verkehrsbetriebe AG NIAG, Duisburger Verkehrsgesellschaft AG, WestEnergie und Verkehr GmbH & Co KG, Einkauf, Voltastraße 2, D-41061 Mönchengladbach. Tel.: 02166.688.3245 . Fax: 02166.688.3752. E-mail: jochem.roettges@nvv-ag.de. URL: www.nvv-ag.de. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100, 34121200, 34121400. Description:

Public-service buses.

Articulated buses.

Low-floor buses. IV.3.3)Deadline for receipt of tenders or participation requests:

25.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

CZECH REPUBLIC - BRNO TYRES FOR BUSES

Source: European Union
Due: October 25, 2004

I.1)Official name and address of the contracting entity:

Dopravní podnik mesta Brna, a.s., Att: Šnedar František, Hlinky 64, CZ-656 46 Brno. Tel.: 543171667 . Fax: 543171664. E-mail: fsnedar@dpmb.cz. II.1.8.1)Common Procurement Vocabulary (CPV):

25111320. Description:

Tyres for buses. IV.3.3)Deadline for receipt of tenders or participation requests:

25.10.2004. Time: 09:00:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Czech.

 

POLAND - GDANSK TRAMLINE CONSTRUCTION WORKS

Source: European Union
Due: October 26, 2004

I.1)Official name and address of the contracting authority:

Zarzad Dróg i Zieleni w Gdansku, Att: Vassilios Prombonas, Ryszar Szreiber, Ryszard Formela, Robert Kowalski, ul. Partyzantów 36, PL-80-254 Gdansk. Tel.: +48 58 341 20 41 . Fax: +48 58 341 67 58. E-mail: info@zdiz.gda.pl. URL: www.zdiz.gda.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

45234126, 90212000. Description:

Tramline construction works.

Snow-clearing services. IV.3.3)Time-limit for receipt of tenders or requests to participate:

26.10.2004. Time: 08:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

LATVIA - VILNIUS RAILWAY AND TRAMWAY LOCOMOTIVES AND ROLLING STOCK AND ASSOCIATED PARTS

Source: European Union
Due: October 26, 2004

I.1)Official name and address of the contracting entity:

AB "Lietuvos geležinkeliai", Att: Anželita Pajaujiene, Mindaugo g. 12/14, LT-03603 Vilnius. Tel.: +370 5 269 30 63 . Fax: +370 5 269 23 22. E-mail: anzela.p@litrail.lt. URL: www.litrail.lt. II.1.8.1)Common Procurement Vocabulary (CPV):

35200000. Description:

Railway and tramway locomotives and rolling stock and associated parts. IV.3.3)Deadline for receipt of tenders or participation requests:

26.10.2004. Time: 09:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Lithuanian.

 

HUNGARY - BUDAPEST TRAMWAY WORKS

Source: European Union
Due: October 26, 2004

I.1)Official name and address of the contracting authority:

Budapesti Közlekedési Részvénytársaság (BKV Rt.), Att: Budapesti Közlekedési Részvénytársaság (BKV Rt.) Beruházási és Közbeszerzési Igazgatóság - Közbeszerzési Iroda, Akácfa utca 15. II. emelet 255. szoba, HU-1072 Budapest. Tel.: +36 1 451 65 00/11112 . Fax: +36 1 461 6653. E-mail: sziklafince@bkv.hu. URL: www.bkv.hu/kozbeszerzes. II.1.8.1)Common Procurement Vocabulary (CPV):

45234121, 50220000. Description:

Tramway works.

Repair, maintenance and associated services related to railways and other equipment. IV.3.3)Time-limit for receipt of tenders or requests to participate:

26.10.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Hungarian.

 

UNITED STATES - TOOLKIT FOR PRIVATE SECTOR PARTICIPATION IN URBAN BUS TRANSPORT

Source: World Bank
Due: October 26, 2004

A grant has been awarded by the Public-Private Infrastructure Advisory Facility (PPIAF) to allow the World Bank to develop an interactive global toolkit for the regulation and organization of urban bus services.

Consultant services will be required to develop an interactive global toolkit, to be made available through the web and in CD-ROM form with the objective to: (i) set out the alternatives available to policy makers to develop options for a more market based approach based on competitively tendered bus franchise arrangements; and (ii) guide national and city policy makers through the process of planning, regulating bus transport services and developing institutional options for improving passenger transport services in an environmentally and socially sustainable manner. The consultants will use detailed information from previously commissioned studies on about 12 cities (located in Latin America, Africa, South Asia and East Asia) in developing countries which are in the process of introducing market based reforms as an input, and previous World Bank financed work on experience in countries (whether in developing countries or not) which have successfully undertaken reforms, in preparing the toolkit. Consultants will be required to offer a thorough understanding of the substance of the reform processes as well as a strong capability in the development of interactive web-based training programs within the team. The services are expected to be completed in about six month period, starting in March 2005.

The Bank now invites interested and eligible consultants to indicate their interest in providing the services. Interested consultants must provide information (one copy) indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff). Consultants may associate to enhance their qualifications.

A consultant will be selected using a fixed-budget selection method.

Interested consultants may obtain further information at the address below.

Expressions of interest must be delivered to the first address below (c/o of Mr. Ajay Kumar), (or by e-mail to BOTH addressees) by 1700 hours on 26 October 2004.

Contact: (1) The World Bank.
Attn. Mr. Ajay Kumar.
Sr. Transport Economist.
1818 H Street, NW.
MSN# J7-700.
Washington DC 20433, USA.
Tel: (1-202) 473-5528.
Fax: (1-202) 473-8326.
E-mail: akumar3@worldbank.org.

(2) Mr. Richard Scurfield.
Sector Manager.
Tel: (1-202) 458-8344.
E-mail: rscurfield@worldbank.org

 

GERMANY - DRESDEN URBAN RAILWAY WORKS

Source: European Union
Due: October 26, 2004

I.1)Official name and address of the contracting authority:

Dresdner Verkehrsbetriebe AG, Center Einkauf und Materialwirtschaft, Att: Frau Lehmann, Trachenberger Straße 40, D-01129 Dresden. Tel.: (0351) 8571278 . Fax: 8571219. E-mail: LehmannA@dvbag.de. URL: www.dvbag.de. II.1.8.1)Common Procurement Vocabulary (CPV):

45234120. Description:

Urban railway works. IV.3.3)Time-limit for receipt of tenders or requests to participate:

26.10.2004. Time: 09:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

PORTUGAL - VISEU FUNICULAR RAILWAY SYSTEM

Source: European Union
Due: October 27, 2004

I.1)Official name and address of the contracting authority: ViseuPolis, Sociedade para o Desenvolvimento do Programa Polis em Viseu, SA, Solar dos Condes de Prime, Rua dos Andrades, P-3500-076 Viseu. Tel.: 232 48 83 07 . Fax: 232 43 12 86. II.1.8.1)Common Procurement Vocabulary (CPV): 45234240, 45234210, 29221613. Description:

Funicular railway system.

Cable-supported transport systems with cabins.

Mechanical lifts. IV.3.3)Time-limit for receipt of tenders or requests to participate: 27.10.2004. Time: 17:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Portuguese.

 

FRANCE - TOULOUSE TRANSPORT SYSTEMS CONSULTANCY SERVICES

Source: European Union
Due: October 27, 2004

I.1)Official name and address of the contracting entity:

SMAT (Société du métro de l'agglomération toulousaine) SAEML au capital social de 4 590 000 EUR agissant en qualité de mandataire du SMTC (Syndicat mixte des transports en commun de l'agglomération toulousaine), secrétariat général, 1, place Esquirol, BP 203, F-31004 Toulouse Cedex 6. Tel.: 5 61 14 48 50 . Fax: 5 61 14 48 51. II.1.8.1)Common Procurement Vocabulary (CPV):

74231120. Description:

Transport systems consultancy services. IV.3.3)Deadline for receipt of tenders or participation requests:

27.10.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

HUNGARY - GYOR BUSES

Source: European Union
Due: October 27, 2004

I.1)Official name and address of the contracting authority:

Kisalföld Volán Közlekedési Részvénytársaság, Att: azonos a szervezettel, Ipar u. 99., HU-9027 Gyor. Tel.: +36 96 417 286 . Fax: +36 96 417 286. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000, 34121100, 34121400. Description:

Buses.

Public-service buses.

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

27.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Hungarian

 

POLAND - LEGNICA PUBLIC-SERVICE BUSES

Source: European Union
Due: October 27, 2004

I.1)Official name and address of the contracting authority:

Miejskie Przedsiebiorstwo Komunikacyjne Sp. z o.o., Att: mgr inz. Piotr Lisiecki w sprawach merytorycznych, ul. Domejki 2, PL-59-220 Legnica. Tel.: +48 76 722 34 00 . Fax: +48 76 722 34 10. E-mail: mpk@mpk.legnica.pl. URL: www.mpk.legnica.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100, 34121400. Description:

Public-service buses.

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

27.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

ROMANIA - BUCHAREST AUTOMATIC FARE COLLECTION SYSTEM FOR THE PUBLIC TRANSPORT

Source: European Investment Bank
Due: October 28, 2004

Regia Autonoma de Transport Bucuresti (RATB) has received a loan from the European Investment Bank - EIB which will cover the cost of the Bucharest Urban Transport Rehabilitation Project. This international invitation for tenders relates to a contract for "Automatic Fare Collection System for the public transport in Bucharest".

The winning tenderer will sign a contract with RATB as single prime Contractor acting as System integrator and having the full and sole responsibility for designing, obtaining all advice, licenses and legal authorizations, manufacturing, delivering, installing, testing, putting into operation at the designed parameters and for providing the service during the warranty period and, upon request, during the post-warranty period, for all hardware and software components of the Automatic Fare Collection System.

The implementation of the Automatic Fare Collection System for RATB will include the fare integration with Bucharest subway operator - METROREX - and with other 6 public transport operators (being, therefore, 8 operators).

The criterion to be used in the tender evaluation is: "the most advantageous tender from the technical - economical point of view".

All companies are invited to participate to the bid. Interested eligible tenderers may obtain further information and procure the tender documents from:

RATB - Bucuresti, sector 1- RO 010861, Bd. Dinicu Golescu nr. 1, 6th floor, Foreign Contracts Office, contact person: Cristina Baluta, tel +4021 3074130, fax: 4021 3110595 or +4021 3112655, e-mail: cbaluta@ratb.ro

A complete set of tender documents may be procured by one of the following alternatives:

- payment of a non-refundable fee of 4,000,000 ROL, at RATB Pay Office (RATB - Bucuresti, sector 1- RO 010861, Bd. Dinicu Golescu nr. 1, ground floor), or

- payment of a non-refundable fee of 4,000,000 ROL, at Banca Comerciala Romana, filiala Sector 3, Bd. Decebal, nr. 11, Bl. S14, Sector 3, Bucuresti, account IBAN RO45RNCB5030000000030001, or

- payment of a non-refundable fee expressed in euro equivalent to 4,000,000 ROL, at the exchange rate on the date of purchase at Banca Comerciala Romana, filiala Sector 3, Bd. Decebal, nr. 11, Bl.S14, Sector

3, Bucuresti, account IBAN RO44RNCB5030000000030019. Upon request, against a faxed copy of the evidence of remittance, the tender documents may be sent by courier service if the transport is previously ordered and paid by the tenderer. RATB bears no responsibility for the delivery costs in such a case.

A tender guarantee of 210,000 EUR fulfilling the conditions indicated in the tender documents must accompany the tender. The deadline for offers' submission is 28/10/2004 at 09.30 a.m., local time.

All tenders must be delivered in closed envelopes bearing the mention "Automatic Fare Collection System for the public transport in Bucharest; Not to be opened before 28/10/2004, 11.00 a.m." at the following address: RATB - Bucuresti, sector 1- RO 010861, Bd. Dinicu Golescu nr. 1, 6th floor, Foreign Contracts Office.

The tenders will be opened in the presence of the tenderers' representatives nominated to attend.

 

GERMANY - FREIBURG I. BR. URBAN RAILWAY WORKS

Source: European Union
Due: October 28, 2004

I.1)Official name and address of the contracting authority:

Freiburger Verkehrs AG, Besançonallee 99, D-79111 Freiburg i. Br.. Tel.: 0761 / 4511-239 . Fax: 0761 / 4511-316. II.1.8.1)Common Procurement Vocabulary (CPV):

45234120, 31153000, 29860000. Description:

Urban railway works.

Rectifiers.

Technical equipment. IV.3.3)Time-limit for receipt of tenders or requests to participate:

28.10.2004. Time: 14:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

GERMANY - NUREMBERG WHEEL AXLES AND TIRES AND OTHER PARTS OF LOCOMOTIVES OR ROLLING STOCK

Source: European Union
Due: October 29, 2004

I.1)Official name and address of the contracting entity: Verkehrs-Aktiengesellschaft Nürnberg, Att: Herrn Hoffmann, Am Plärrer 43, D-90429 Nürnberg. Tel.: 0911 / 802-58441 . Fax: 0911 / 802-58448. E-mail: Herbert.Hoffmann@n-ergie.de. URL: http://www.vag.de. II.1.8.1)Common Procurement Vocabulary (CPV): 35231400. Description: Wheel axles and tyres and other parts of locomotives or rolling stock. IV.3.3)Deadline for receipt of tenders or participation requests: 29.10.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

HUNGARY - BUDAPEST ELECTRICAL INSTALLATIONS FOR RAILWAYS

Source: European Union
Due: October 29, 2004

I.1)Official name and address of the contracting entity:

Magyar Államvasutak Rt., Att: Távközlo-, Erosáramú- és Biztosítóberendezési Igazgatóság, Andrássy u. 73-75., HU-1062 Budapest. Tel.: +36 1 342 8312 . Fax: +36 1 342 1365. E-mail: tarii@mavrt.hu. II.1.8.1)Common Procurement Vocabulary (CPV):

31621300, 45315500. Description:

Electrical installations for railways.

Medium-voltage installation work. IV.3.3)Deadline for receipt of tenders or participation requests:

29.10.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Hungarian.

 

GERMANY - NUREMBERG ELECTRONIC BULLETIN BOARDS

Source: European Union
Due: October 29, 2004

I.1)Official name and address of the contracting authority:

Franken-Stadion Nürnberg, Kurt-Leucht-Weg 11, D-90471 Nürnberg. Tel.: 0911/98897780 . Fax: 0911/98897781. II.1.8.1)Common Procurement Vocabulary (CPV):

30254310, 31624000, 31624100, 31682230. Description:

Electronic bulletin boards.

Information panels.

Changing message indicator panels.

Graphic display panels. IV.3.3)Time-limit for receipt of tenders or requests to participate:

29.10.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

UNITED KINGDOM - MANCHESTER MINIBUSES

Source: European Union
Due: November 2, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority: Manchester City Council, Operational Services Department, Att: Mr David Jones, Hooper Street, Off Midland Street, Ardwick, UK-Manchester M12 6LA . Tel.: +44 (0) 161 908 5864 . Fax: +44 (0) 161 908 5769. E-mail: d.jones2@notes.manchester.gov.uk.

I.2) Address from which further information can be obtained: As in I.1.

I.3) Address from which documentation may be obtained: As in I.1.

I.4) Address to which tenders/requests to participate must be sent: Manchester City Council Operational Services Department, Att: The Purchasing Manager, Hooper Street, Off Midland Street, Ardwick, UK-Manchester M12 6LA . Tel.: +44 (0) 161 908 5864 .

I.5) Type of contracting authority: Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

II.1.3) Type of service contract

II.1.4) Framework agreement: Yes.

II.1.5) Title attributed to the contract by the contracting authority: Large special needs minibus.

II.1.6) Description/object of the contract: Supply of large special needs minibus vehicles by outright purchase or contract hire.

II.1.7) Site or location of works, place of delivery or performance:

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots: Yes.Tenders may be submitted for: All lots.

II.1.10) Will variants be accepted: Yes.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope: Up to 12 vehicles.

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required: Subsidiary companies will be required to provide a guarantee by the parent company.

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions: Tenders must be priced in sterling and all payments will be made in sterling.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded: The City of Manchester general terms and conditions of tender will apply no other terms and conditions will apply unless specifically agreed to in writing.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required: 1. Banker's statement.2. Extract of accounts for previous 3 years.3. Details of overall turnover and the turnover in respect of goods of a similar nature to the goods to be purchased under this supply contract, in the 3 previous financial years of the suppliers.

III.2.1.1) Legal position – means of proof required:

III.2.1.2) Economic and financial capacity – means of proof required: 1. Banker's statement.2. Extract of accounts for previous 3 years.3. Details of overall turnover and the turnover in respect of goods of a similar nature to the goods to be purchased under this supply contract, in the 3 previous financial years of the suppliers.

III.2.1.3) Technical capacity – means of proof required: 1. A list of companies/authorities names and addresses supplied with goods of similar nature to the goods to be purchased under this supply contract and the approximate value in the 3 previous Financial years of the Supplier.2. A description of the suppliers technical facilities including the measures for ensuring quality.3. Details of the technicians or technical bodies involved with the production of the goods.4. Samples of the goods to be supplied (on request only).5. Details of Certification by official quality control institutes or agencies of recognised competence attesting that the goods to be purchased conform to the Standards and technical specification detailed in the tender.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

SECTION IV: PROCEDURE

IV.1) Type of procedure: Restricted.

IV.1.1) Candidates already selected:

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

IV.2) Award criteria: The most economically advantageous tender in terms of:Criteria as stated below:1: quality;2: delivery;3: price.In descending order of priority: No.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority: TC 157.

IV.3.2) Conditions for obtaining contract document and additional documents: Obtainable until: 14.9.2004.

IV.3.3) Time-limit for receipt of tenders or requests to participate: 2.11.2004. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates: Estimated date: 17.9.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up: English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders: Purchasing Manager and Purchasing Officer.

IV.3.7.2) Date, time and place: 3.11.2004Hooper Street Depot, UK-Manchester.

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice: No.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published: Yes, after expiry of contract (approx year 2011).

VI.3) The contract relates to a project/programme financed by EU funds: No.

VI.4) Additional information: II.1.2) Type of supplies contract (in case of supplies contract): purchase, contract hire.IV.3.6) Minimum time frame during which the tenderer must maintain its tender (in case of an open procedure):The tender shall remain open until accepted by the council or notice of its revocation or withdrawal by the tenderer is received by the Purchasing Manager of the Operational Services Department.

VI.5) Date of dispatch of this notice: 4.8.2004

 

ITALY - ROME PUBLIC-SERVICE BUSES

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting entity: A.T.A.C. SpA, Att: Vice Direzione Generale - Staff Gare e Contratti, via Volturno 65, I-00185 Roma. Tel.: 064 69 51 . Fax: 06 46 95 20 87. URL: www.atac.roma.it. II.1.8.1)Common Procurement Vocabulary (CPV): 34121100. Description: Public-service buses. IV.3.3)Deadline for receipt of tenders or participation requests: 3.11.2004. Time: 13:00- ora italiana. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

ITALY - ROME ELECTRIC BUSES

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting entity: A.T.A.C. SpA, Att: Vice Direzione Generale - Staff Gare e Contratti, via Volturno 65, I-00185 Roma. Tel.: 064 69 51 . Fax: 06 46 95 20 87. URL: www.atac.roma.it. II.1.8.1)Common Procurement Vocabulary (CPV): 34144910, 31158100, 50000000. Description: Electric buses. Battery chargers. Repair, maintenance and installation services. IV.3.3)Deadline for receipt of tenders or participation requests: 3.11.2004. Time: 13:00 ora italiana. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

ITALY - ROME BUSES

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting entity: A.T.A.C. SpA, Att: Vice Direzione Generale - Staff Gare e Contratti, via Volturno 65, I-00185 Roma. Tel.: 064 69 51 . Fax: 06 46 95 20 87. URL: www.atac.roma.it. II.1.8.1)Common Procurement Vocabulary (CPV): 34121000. Description: Buses. IV.3.3)Deadline for receipt of tenders or participation requests: 3.11.2004. Time: 13:00 - ora italiana. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Italian.

 

GERMANY - GELSENKIRCHEN CROSSING CONTROL SIGNALLING EQUIPMENT

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting authority:

Stadt Gelsenkirchen, Der Oberbürgermeister, Goldbergstraße 12, D-45875 Gelsenkirchen. Tel.: 00 49 209/169-4278 . Fax: 00 49 209/169-4807. URL: www.gelsenkirchen.de. II.1.8.1)Common Procurement Vocabulary (CPV):

31623900, 45316200. Description:

Crossing control signalling equipment.

Installation of signalling equipment. IV.3.3)Time-limit for receipt of tenders or requests to participate:

3.11.2004. Time: 14:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

POLAND - KOSZALIN LOW-FLOOR BUSES

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting authority:

Zaklad Komunikacji Spólka z o.o. w Koszalinie, Att: Robert Koszal i Orest Sroka, ul. Gnieznienska 9, PL-75-736 Koszalin. Tel.: +4894 34 230 21 . Fax: +4894 342 27 68. E-mail: mzkk@ko.onet.pl. URL: www.mzk.koszalin.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400. Description:

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

3.11.2004. Time: 09:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

CHINA - GUANGZHOU CITY CENTER TRANSPORT PROJECT BUSES

Source: World Bank
Due: November 3, 2004

The Government of the People’s Republic of China (PRC) has received a loan in various currencies from the International Bank for Reconstruction (IBRD) toward the cost of the Guangzhou City Center Transport Project. It is intended that part of the loan proceeds be applied to eligible payments under the contract(s) for the supply of demonstrational bus for environmental protection.

China International Tendering Company (CHINA ITC), for and on behalf of Guangzhou City Center Transport Project Office, invites sealed bids from eligible bidders for the following equipment:

* IFB 1: Diesel bus (1 set)

* IFB 2: LPG bus (2 set)

Bidders may bid for one or more packages. Evaluation will be done on the basis of either individual packages or combination of packages. Discounts offered for award of multiple-packages will be taken into account in the evaluation to arrive at the overall lowest evaluated cost for both two packages to the purchaser.

* The bidder should have the financial, technical, and production capability necessary to perform the contract

* The manufacturer shall have experience in designing and manufacturing similar equipment at least for three years

Bidding will be conducted through the international competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the guidelines.

Interested eligible bidders may obtain further information from China International Tendering Company and inspect the bidding documents at the China International Tendering Company at the first address below, between 0930 to 1130 hours and 1300 to 1530 hours (Beijing time), beginning 17 September 2004 through 3 November 2004, Sundays and holidays excepted.

A complete set of bidding documents in English may be purchased by any interested bidder on the submission of a written application to the China International Tendering Company at the first address below and upon payment of a nonrefundable fee US$ 120 or RMB 1,000. The method of payment will be cash, cashier’s check, direct deposit. The document will be sent by mail.

Bids must be delivered to the Meeting Room of Guangzhou City Center Transport Project Office at the second address below on 3 November 2004, and be accompanied by a security amount of not less than 2 per cent of the total bid price or an equivalent amount in a freely convertible currency. They will be opened immediately thereafter, in the presence of the bidders who choose to attend, at the same address of delivery.

Contact: (1) Procurement Agent.
China International Tendering Company.
Room 514, Jiu Ling Bldg. (North Wing).
No. 21 Xi San Huan Bei Lu.
Beijing 100089, China.
Tel: (86-10) 6840-4404, 6840-4235.
Fax: (8610) 6840-4713.
E-mail: Luwei@itc.genertec.com.cn.

(2) Purchaser.
Guangzhou City Center Transport Project Office.
15th Floor, No. 318.
Dong Feng Zhong Lu.
Guangzhou, 510030, China.
Tel: (86-20) 8363-0420, 8363-0103.
Fax: (86-20) 8363-0200

 

CHINA - PROCUREMENT OF DIESEL BUS

Source: China Bidder
Due: November 3, 2004

Bid No.: 0701-ITC-04W206014

China International Tendering Company entrusted by the purchaser, invites sealed bids from eligible suppliers home and abroad for the supply of the following goods and/or service by way of International Competitive Bidding.

1.Name of Products/Equipment, Quantity, and Main Technical Data:

IFB 1: Diesel Bus 1 set

IFB 2: LPG Bus 2 set

2.Price of Bidding Documents: USD 120

3.Time of Selling Bidding Documents: Between 9:30-11:30, 13:00-15:30 (Beijing Time) (Sundays and holidays excepted)

4.Place of Selling Bidding Documents: China International Tendering Company, Jiuling Building (North Wing), No.21 Xi San Huan Bei Lu, Beijing 100089, China

5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing Time): 2004-11-03 10:00:00

6.Place of Bid Opening: Meeting Room of Guangzhou City Center Transport Project Office (address: 15th Floor, No.318, Dong Feng Zhong Lu, Guangzhou, 510030, China)

Addr: China International Tendering Company, Jiuling Building (North Wing), No. 21 Xi San Huan Bei Lu, Beijing 100089, China

Zip code: 100089

E-mail: luwei@itc.genertec.com.cn

Tel: 86-10-68404404

Fax: 86-10-68404713

Contact: Mr. Ren Ju

Bank(RMB): Bank of China, Wanquanhe Sub-branch

Bank(USD): Bank of China, Head Office

Account No.(RMB): 3008091001

Account No.(USD): 00271508094014

 

BELGIUM - BRUSSELS WHEEL AXLES AND TYRES AND OTHER PARTS OF LOCOMOTIVES OR ROLLING STOCK

Source: European Union
Due: November 3, 2004

I.1)Official name and address of the contracting entity:

STIB, service achats et logistique, Att: M. Sichien Patrick, avenue de la Toison d'Or 15, B-1050 Bruxelles. Tel.: 2 515 58 80 . Fax: 2 515 32 81. E-mail: sichienp@stib.irisnet.be. II.1.8.1)Common Procurement Vocabulary (CPV):

35231400. Description:

Wheel axles and tyres and other parts of locomotives or rolling stock. IV.3.3)Deadline for receipt of tenders or participation requests:

3.11.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French. Dutch.

 

ROMANIA - BUCHAREST AUTOMATIC FARE COLLECTION SYSTEM FOR THE PUBLIC TRANSPORT

Source: EIB
Due: November 4, 2004

Regia Autonoma de Transport Bucuresti (RATB) has received a loan from the European Investment Bank - EIB which will cover the cost of the Bucharest Urban Transport Rehabilitation Project. This International Invitation for Tenders relates to a contract for 'Automatic Fare Collection System for the public transport in Bucharest'.

The winning tenderer will sign a contract with RATB as single prime Contractor acting as System integrator and having the full and sole responsibility for designing, obtaining all advices, licenses and legal authorizations, manufacturing, delivering, installing, testing, putting into operation at the designed parameters and for providing the service during the warranty period and, upon request, during the post-warranty period, for all hardware and software components of the Automatic Fare Collection System.

The implementation of the Automatic Fare Collection System for RATB will include the fare integration with Bucharest subway operator - METROREX - and with other 6 public transport operators (being, therefore, 8 operators).

The criterion to be used in the tender evaluation is: 'the most advantageous tender from the technical-economical point of view'.

All companies are invited to participate to the bid. Interested eligible Tenderers may obtain further information and procure the Tender Documents from:

RATB - Bucuresti, sector 1- RO 010861, Bd. Dinicu Golescu nr. 1, 6th floor, Foreign Contracts Office, contact person: Cristina Baluta, tel. +4021 3074130, fax: 4021 3110595 or +4021 3112655, e-mail: cbaluta@ratb.ro

A complete set of Tender Documents may be procured by one of the following alternatives:

- payment of a non-refundable fee of 4 000 000 ROL, at RATB Pay Office (RATB - Bucuresti, sector 1 - RO 010861, Bd. Dinicu Golescu nr. 1, ground floor), or

- payment of a non-refundable fee of 4 000 000 ROL, at Banca Comerciala Romana, filiala Sector 3, Bd. Decebal, nr. 11, Bl. S14, Sector 3, Bucuresti, account IBAN RO45RNCB5030000000030001, or

- payment of a non-refundable fee expressed in EURO equivalent to 4 000 000 ROL, at the exchange rate on the date of purchase at Banca Comerciala Romana, filiala Sector 3, Bd. Decebal, nr. 11, B1.S14, Sector 3, Bucuresti, account IBAN RO44RNCB5030000000030019.

Upon request, against a faxed copy of the evidence of remittance, the Tender Documents may be sent by courier service if the transport is previously ordered and paid by the Tenderer. RATB bears no responsibility for the delivery costs in such a case.

A Tender Guarantee of 210 000 EUR fulfilling the conditions indicated in the Tender Documents must accompany the tender. The deadline for offers submission is 04.11.2004 at 09.30 a.m., local time.

All tenders must be delivered in closed envelopes bearing the mention 'Automatic Fare Collection System for the public transport in Bucharest; Not to be opened before 04.11.2004, 11.00 a.m.' at the following address: RATB - Bucuresti, sector 1 - RO 010861, Bd. Dinicu Golescu nr. 1, 6th floor, Foreign Contracts Office.

The tender will be opened in the presence of the Tenderers' representatives nominated to attend.

 

ESTONIA - TALLINN WHEEL AXLES AND TYRES AND OTHER PARTS OF LOCOMOTIVES OR ROLLING STOCK

Source: European Union
Due: November 4, 2004

I.1)Official name and address of the contracting entity:

AS Eesti Raudtee, Att: Vadim Shabarov, Pikk 36, EE-15073 Tallinn. Tel.: (372) 6 158 505 . Fax: (372) 6 158 622. E-mail: ost@evr.ee. URL: www.evr.ee. II.1.8.1)Common Procurement Vocabulary (CPV):

35231400. Description:

Wheel axles and tyres and other parts of locomotives or rolling stock. IV.3.3)Deadline for receipt of tenders or participation requests:

4.11.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: English.

 

GERMANY - MUNDERKINGEN BUSES

Source: European Union
Due: November 5, 2004

I.1)Official name and address of the contracting entity:

Walk, Att: Wolfgang Walk, Stöcklenstraße 7, D-89597 Munderkingen. Tel.: 07393 / 950642 . Fax: 07393 / 950640. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Deadline for receipt of tenders or participation requests:

5.11.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

CZECH REPUBLIC - PRAGUE TRANSPORT SYSTEMS CONSULTANCY SERVICES

Source: European Union
Due: November 5, 2004

I.1)Official name and address of the contracting entity:

Ministerstvo dopravy-CR, Att: Ing. Pokorný Josef, nábreží Ludvíka Svobody 12, CZ-110 15 Praha. Tel.: +420972231400 . Fax: +420972231485. E-mail: josef.pokorny@mdcr.cz. II.1.8.1)Common Procurement Vocabulary (CPV):

74231120. Description:

Transport systems consultancy services. IV.3.3)Deadline for receipt of tenders or participation requests:

5.11.2004. Time: 13:00:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Czech.

 

ROMANIA - ACQUISITION AND COMMISSIONING OF AN AUTOMATIC TRAIN OPERATING SYSTEM

Source: EIB
Due: November 8, 2004

Object: Acquisition and commissioning of an automatic train operating system - MREX-2B-230.

S.C. METROREX S.A. Bucharest invites to open tender for compatibilization of the traffic automation installations with a view to put into operation the new trains on Main Lines 1 and 3 - MREX-2B-230 within the frame of Bucharest Metro Modernisation II Project, partially financed by the European Investment Bank.

Tender documents may be obtained from the head office at the address below, at the price of 10 000 000 ROL (for the Romanian bidders) or 250 EUR (for the foreign bidders).

S.C. METROREX S.A. Bucharest, 38, Dinicu Golescu Blvd., 9th floor, room 15, sector 1, 010873 Bucharest, Romania. Tel.: 40 21 336.00.90/5411, 5526 . Fax: 40 21 312 51 49.

This amount can be paid in ROL (only by the Romanian bidders), by payment order endorsed by the bank, into the account number 251101.185704013044052 or in EUR (for the foreign bidders) transferred into the bank account of S.C. METROREX S.A. Bucharest no. 251101.285704013044033213 opened with BANCPOST- Palat CFR Branch 38, Dinicu Golescu Av., sector 1, Bucharest, mentioning the subject of the transfer and all the identification data of the bidder.

The offers will be submitted to the abovementioned address for the attention of Mr. Veronel UTA - Technical and Investment Manager, not later than 8.11.2004, 10 o'clock; not to be opened before 8.11.2004, 11 o'clock.

The quantum of the bid bond: 400 000 EUR or ROL equivalent.

The validity period of the bid bond: 90 days.

The tender validity: 90 days.

 

FRANCE - SOPHIA-ANTIPOLIS COACHES

Source: European Union
Due: November 8, 2004

I.1)Official name and address of the contracting authority:

Centre international de Valbonne, Att: Monsieur l'intendant, 190, rue Frédéric Mistral - BP 97, F-06902 Sophia-Antipolis Cedex. Tel.: 4 92 96 52 02 . Fax: 4 92 96 55 52. E-mail: jmdegroult@civfrance.com. II.1.8.1)Common Procurement Vocabulary (CPV):

34122000. Description:

Coaches. IV.3.3)Time-limit for receipt of tenders or requests to participate:

8.11.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

FRANCE - SAINT-SAULVE TRAMWAY WORKS

Source: European Union
Due: November 8, 2004

I.1)Official name and address of the contracting authority:

SITURV (Syndicat intercommunal pour les transports urbains de la région de Valenciennes), Att: Monsieur le Président du SITURV, ZI no 4, rue du Président Lecuyer, F-59880 Saint-Saulve. Tel.: 3 27 45 21 25 . Fax: 3 27 45 65 21. E-mail: contact@siturv.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

45234121, 45233293. Description:

Tramway works.

Installation of street furniture. IV.3.3)Time-limit for receipt of tenders or requests to participate:

8.11.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

SPAIN - BARCELONA BUS STATION

Source: European Union
Due: November 8, 2004

I.1)Official name and address of the contracting authority:

Gestió d'Infraestructures, SA (GISA), Av. Josep Tarradellas, 20 - 30, 1ª planta, E-08029 Barcelona. Tel.: 93 444 44 44 . Fax: 93 444 44 88. E-mail: contractacio@gisa.es. II.1.8.1)Common Procurement Vocabulary (CPV):

45213311. Description:

Bus station. IV.3.3)Time-limit for receipt of tenders or requests to participate:

8.11.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Spanish.

Other(s) - third country: Catalan.

 

SPAIN - BARCELONA UNDERGROUND RAILWAY WORKS

Source: European Union
Due: November 8, 2004

I.1)Official name and address of the contracting authority:

Gestió d'Infraestructures, SA (GISA), Av. Josep Tarradellas, 20 - 30, 1ª planta, E-08029 Barcelona. Tel.: 93 444 44 44 . Fax: 93 444 44 88. E-mail: contractacio@gisa.es. II.1.8.1)Common Procurement Vocabulary (CPV):

45234122. Description:

Underground railway works. IV.3.3)Time-limit for receipt of tenders or requests to participate:

8.11.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Spanish.

Other(s) - third country: Catalan.

 

UNITED KINGDOM - LEEDS MINIBUSES

Source: European Union
Due: November 8, 2004

This contract is covered by the Government Procurement Agreement (GPA): No.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

Metro (West Yorkshire PTE), Att: Christopher A. Brooks, Purchasing Officer, Wellington House, 40-50 Wellington Street, UK-Leeds LS1 2DE . Tel.: 0113 251 7237 . Fax: 0113 251 7390. E-mail: chris.brooks@wypte.gov.uk. URL: www.wymetro.com.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

I.5) Type of contracting authority:

Body governed by public law.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting authority:

UK-Leeds: accessbuses.

II.1.6) Description/object of the contract:

Minibuses with ramped access to seat at least 10 passengers, including 2 wheelchair users, and allow for storage space. The vehicles will have to be small enough to serve residential areas where access may be restricted. Minibuses.

II.1.7) Site or location of works, place of delivery or performance:

The vehicles will be delivered to and used within West Yorkshire.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

34114400.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

Yes.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

7.

II.2.2) Options. Description and time when they may be exercised:

Tenderers may tender on the basis of an alternative specification but must show clearly how the specification and costs differ from the primary tender. Metro reserves the right to accept an alternative tender without recourse to retendering.

II.3) Duration of the contract or time limit for completion:

Ending: 31.3.2005.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

Payment will be made as & when the vehicles are accepted after a post-delivery inspection. The contract will contain a retention clause.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

Joint and several liability.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations;

(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;

(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;

(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.

III.2.1.1) Legal position – means of proof required:

III.2.1.2) Economic and financial capacity – means of proof required:

(b) the submission of the firm's balance sheets or extracts there from, where publication of a balance sheet is required under company law in the country in which the supplier is established;

(c) a statement of the firm's overall turnover and its turnover in respect of the goods to which the contract relates for the previous three financial years.

III.2.1.3) Technical capacity – means of proof required:

(a) a list of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved: in the case of public contracting authorities, evidence to be in the form of certificates issued or countersigned by the competent authority; in the case of private purchasers, delivery to be certified by the purchaser or, failing this, simply declared by the supplier to have been effected;

(b) a description of the firm's technical facilities, its measures for ensuring quality and its study and research facilities;

(c) indication of the technicians or technical bodies involved, whether or not belonging directly to the supplier's firm, especially those responsible for quality control;

(d) samples, description and/or photographs of the products to be supplied, the authenticity of which must be certified if the contracting authority so requests;

(e) certificates drawn-up by official quality-control institutes or agencies of recognized competence attesting conformity to certain specifications or standards of products clearly identified by references to specifications or standards;

Indication of arrangements for quality checks on the supplier's premises;

(f) where the goods to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authority or on its behalf by a competent official body of the country in which the supplier is established, subject to that body's agreement, on the production capacities of the supplier and, if necessary, on his study and research facilities and quality-control measures.

Applicants may obtain a questionnaire from the internet at www.wymetro.com then Project and Plans, then Invitations to Tender, then Tenders or by e.mail to the address given in 1 above or by writing to the address given in 1 above. Completed questionnaires must be submitted by noon Monday 8th November 2004.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Restricted.

IV.1.1) Candidates already selected:

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

Minimum: 5 - Maximum: 20.

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated below:

1: price;

2: profitability;

3: technical merit;

4: delivery date;

5: quality.

In descending order of priority: No.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

2052.

IV.3.2) Conditions for obtaining contract document and additional documents:

Obtainable until: 5.11.2004.

IV.3.3) Time-limit for receipt of tenders or requests to participate:

8.11.2004. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Estimated date: 1.12.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

Metro does not bind itself to accept the lowest, or any, tender. No payment will be made for tendering.

GO reference: GO 04092724/01.

VI.5) Date of dispatch of this notice: 28.9.2004.

 

FRANCE - LE TAMPON BUSES

Source: European Union
Due: November 9, 2004

I.1)Official name and address of the contracting authority:

Département de la Réunion, Commune du Tampon, service des marchés publics, Att: Monsieur le Maire, 256, rue Hubert de Lisle, F-97430 Le Tampon Cedex. Tel.: 2 62 57 86 86 . Fax: 2 62 27 22 11. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000, 34122000. Description:

Buses.

Coaches. IV.3.3)Time-limit for receipt of tenders or requests to participate:

9.11.2004. Time: 11:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

POLAND - WARSAW RAILWAY AND TRAMWAY LOCOMOTIVES AND ROLLING STOCK

Source: European Union
Due: November 9, 2004

I.1)Official name and address of the contracting authority:

Szybka Kolej Miejska Sp. z o.o., Att: Jerzy Obrebski, ul. Wilczy Dól 5, PL-02-798 Warszawa. Tel.: +48 22 655 43 01 . Fax: +48 22 643 39 97. E-mail: j.obrebski@metro.waw.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

35200000. Description:

Railway and tramway locomotives and rolling stock and associated parts. IV.3.3)Time-limit for receipt of tenders or requests to participate:

9.11.2004. Time: 13:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

DENMARK - FARSØ FERRY BOATS

Source: European Union
Due: November 9, 2004

I.1)Official name and address of the contracting authority:

Hvalpsund - Sundsøre færgefart I/S, Farsø Kommune, Frederik IX's plads 1, DK-9640 Farsø. Tel.: +45 96 49 22 00 . Fax: +45 96 49 22 01. E-mail: kommunen@farsoekom.dk. URL: www.farsoekom.dk. II.1.8.1)Common Procurement Vocabulary (CPV):

35112110. Description:

Ferry boats. IV.3.3)Time-limit for receipt of tenders or requests to participate:

9.11.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Danish.

 

CANADA – PARATRANSIT BUSES

Source: Toronto Transit Commission
Due: November 9, 2004

REFERENCE NO. R34PD04877

Date Posted: Monday, September 20, 2004 Proposal Close Date: 4:00 pm, Tuesday, November 9, 2004 Addenda Issued to Date: None Description of the Work: The Toronto Transit Commission (TTC) is currently preparing a Request for Proposals (RFP) for the provision to replace a portion of its para-transit buses in 2007. Wheel Trans currently operates 145 buses in door-to-door and shuttle type service, as well it contracts with a number of accessible taxi firms, which also support the TTC’s para-transit service. The anticipated issuance of the RFP is late Fall of 2005. The purpose of this enquiry is to determine if key requirements in the Commission’s draft specifications can be achieved by potential proponents for the design and supply of mid-size low floor buses and low floor wheelchair accessible taxi vehicles. Consistent with the Commission’s expectations of high quality, product durability, vehicle longevity, convenient and dependable parts supply and economical warranty and maintenance aspects, the upcoming RFP will specify key performance requirements. Compliance with these requirements would be essential as part of an acceptable RFP submission. The key draft specification requirements are as follows: Certification/Compliance Vehicles must meet or exceed all D-409 regulations, CMVSS regulations and MTO regulations for the province of Ontario. All applicable testing which relates to original vehicle modifications performed by the manufacturer must be available upon request and provided for as part of a formal RFP. Also buses must meet or exceed a minimum turn radius of 30 feet; vehicles originally designed with a larger turning radius and modified to meet this requirement must explain how the specification is to be achieved. Passenger Capacity Bus: The Bus interior in door to door service should be designed to receive and transport between four to six wheelchair/scooters devices, plus a combination of between four to six ambulatory passengers and attendants using internally mounted passenger seats. Taxi Vehicle: The Taxi vehicle interior in door to door service should be designed to receive and transport between two to three wheelchair/scooters devices, plus a combination of between two to three ambulatory passengers and attendants using internally mounted passenger seats. Body Structure Bus: Buses shall have either a semi-monocoque or tubular chassis and frame design constructed using only inherently corrosion-resistant materials and fastening materials/methods. (see structural validation requirements described in following section "Service Life".) Taxi Vehicle: Taxi vehicles designed from a standard automotive chassis, should be designed that the vehicle and any changes and variances thereto meet the expected minimum service life stated below. Body Components Buses and Taxi vehicles must be manufactured in North America with no more than 20% of the total value of the bus/vehicle and its components supplied from sources outside of North America. The structural frame and associated material must be manufactured in North America. Service Life Successful completion of an in service related road test, which supports the expected vehicle service life would be an asset. Buses: In addition, buses shall be designed for a minimum service life of 7 years or 565,000 km (350,000 miles est.), under operating conditions similar to Wheel Trans door to door transit operation in the City of Toronto. As noted earlier, the foregoing requirements are essential elements in the Commission’s upcoming RFP. The Commission would greatly appreciate interested companies’ responses by 4:00 pm on Tuesday, November 9, 2004, with regards to being able to comply with the foregoing requirements and being interested in participating in the future Request For Proposals process for this project and providing brochures, technical specifications and data on the vehicle(s) which could be offered in a proposal submission and rough order of magnitude pricing for the proposed vehicle(s). The Commission would also like to extend an invitation to use its Lakeshore Garage facility at 580 Commissioners Street, Toronto, Ontario, Canada for a product demo and display day in early 2005. For any company interested in displaying or having a product demonstrated to the TTC and other local transit authorities, the Commission would be pleased to offer this facility to both manufacturers and other local authorities alike. Please submit your response and information by mail, courier, e-mail or fax to:

Toronto Transit Commission
Materials and Procurement Department
Project Procurement Section
1138 Bathurst Street,
Toronto, Ontario, Canada
M5R 3H2
Attention: Heinz Hustedt
Fax No. 416-338-0121
e-mail: heinz.hustedt@ttc.ca

Document Pick Up: Project Procurement Section, Hillcrest Complex 1138 Bathurst Street, Toronto, Ontario M5R 3H2 Business Hours: Monday to Friday, 8:00 am to 4:00 pm Non Refundable Document Fee: No Charge Proposal Security: None Required Contact: Heinz Hustedt

E-mail: heinz.hustedt@ttc.ca

Phone: (416) 393-4790

Fax: (416) 338-0121

 

UNITED KINGDOM - SUPPLY OF INFORMATION CAROUSELS FOR USE ON BUS SHELTERS

Source: European Union
Due: November 11, 2004

This contract is covered by the Government Procurement Agreement (GPA): Yes.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

South Yorkshire Passenger Transport Executive, Att: David Whittle, PO Box 801, Exchange Street, UK-Sheffield S2 5YT . Tel.: 01709 515746 . Fax: 01709 515761. E-mail: davidw@sypte.co.uk.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

I.5) Type of contracting authority:

Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract

II.1.4) Framework agreement:

No.

II.1.5) Title attributed to the contract by the contracting authority:

Supply of Information Carousels.

II.1.6) Description/object of the contract:

Supply of information carousels for use on bus shelters, interchanges in South Yorkshire.

II.1.7) Site or location of works, place of delivery or performance:

All premises will be in South Yorkshire.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

25244120, 25244200, 25248240, 25249000, 28112321, 28824400, 25248230.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

No.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

36 months from the award of the contract.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

Joint and severally liable.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

Completion of a pre-tender contract compliance questionnaire will be required.

III.2.1.1) Legal position – means of proof required:

Completion of a pre-tender contract compliance questionnaire will be required.

III.2.1.2) Economic and financial capacity – means of proof required:

Completion of a pre-tender contract compliance questionnaire will be required.

III.2.1.3) Technical capacity – means of proof required:

Completion of a pre-tender contract compliance questionnaire will be required.

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

No.

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

No.

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Restricted.

IV.1.1) Candidates already selected:

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

Minimum: 5 - Maximum: 8.

IV.2) Award criteria:

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

808.

IV.3.2) Conditions for obtaining contract document and additional documents:

Obtainable until: 5.11.2004.

IV.3.3) Time-limit for receipt of tenders or requests to participate:

5.11.2004. Time: 12:00.

IV.3.4) Dispatch of invitations to tender to selected candidates:

Estimated date: 19.11.2004.

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

90 days from the deadline stated for receipt of tenders.

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

Not applicable.

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

II.3) Duration of the contract or time-limit for completion: 36 months, with a possible extension of up to 24 further months.

IV.2) Award criteria: criteria as stated in contract documents.

IV.3.2) Conditions for obtaining contract document and additional documents: obtainable until 5.11.2004 (12:00).

VI.5) Date of dispatch of this notice: 17.9.2004.

 

GERMANY - BÖNEN SWITCHING STATION INSTALLATION WORK

Source: European Union
Due: November 12, 2004

I.1)Official name and address of the contracting authority:

Gemeinde Bönen, Bahnhofstraße 7, D-59199 Bönen. II.1.8.1)Common Procurement Vocabulary (CPV):

45315700, 45315500, 45317200, 45315600, 31127000, 45311200, 45317300. Description:

Switching station installation work.

Medium-voltage installation work.

Electrical installation work of transformers.

Low-voltage installation work.

Emergency generator.

Electrical fitting work.

Electrical installation work of electrical distribution apparatus. IV.3.3)Time-limit for receipt of tenders or requests to participate:

12.11.2004. Time: 14:30. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

GERMANY - EBERSBACH LOW-FLOOR BUSES

Source: European Union
Due: November 12, 2004

I.1)Official name and address of the contracting entity:

Verkehrsgesellschaft Döbeln mbH, Am Gewerbegebiet 5, D-04720 Ebersbach. Tel.: (03431) 67060 . Fax: (03431) 670820. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400. Description:

Low-floor buses. IV.3.3)Deadline for receipt of tenders or participation requests:

12.11.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: German.

 

BULGARIA - SOFIA PUBLIC TRANSPORT REHABILITATION - REFURBISHMENT OF TRAMS

Source: EBRD
Due: November 15, 2004

The Sofia Municipality (the Employer) has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Sofia Public Transport Rehabilitation Project.

The Employer now invites sealed tenders from contractors for the following contracts to be funded from the proceeds of the loan:

· Refurbishment of 23 T6MD-1000 (track gauge 1,435 mm) and 10 T6M-700 (track gauge 1,009 mm) trams. The project implementation period is 30 months.

To be qualified for the award of the contract, the tenderer must demonstrate to the Employer that it satisfies qualification requirements regarding experience, financial position, personnel and equipment, as follows:

· Total revenues from sales of new trams and/or refurbishment carried out over the last three (3) years of at least fifteen (15) million Euro equivalent.

· The Tenderer shall submit copies of the audited Financial Statements of the last three years (2001-2003), as submitted to the Tax Administration or an equivalent audit according to the tax law of the country of registration, to demonstrate the soundness of the his financial position, and his long-term profitability. Where necessary, the Employer will make inquiries to the tenderer's bankers and auditors.

· Successful experience as prime contractor in the execution of at least three projects of a nature and complexity comparable to the proposed contract including satisfactory delivery of at least twenty (20) refurbished and/or new trams total for the last three (3) years. The submitted evidences for the manufacturing capacity of the Tenderer shall strongly demonstrate that the Tenderer has fulfilled similar orders for a certain period of time (not less than one (1) tram per month);

· The tenderer shall demonstrate that it has available liquid assets, unencumbered real assets or access to lines of credit and other financial means sufficient to meet the project cash flow for the contract for a period of four (4) months, estimated as not less than three (3) million Euro or equivalent, taking into account the Tenderer's commitments for other contracts;

· The tenderer shall provide details regarding its current quality control system and provide a copy of its own valid ISO 9001 - 2000 certificate.

· The tenderer must have an authorized representative providing maintenance, warranty and post-warranty service of the refurbished trams in Sofia

· The tenderer shall provide suitably qualified personnel to fill the positions of Project Manager, Project Engineer, Production Manager, Quality Assurance Manager and Technical Support Manager. For each position the Tenderer will supply information on a first choice candidate and an alternate.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or by the Laws in the country of the Employer.

The tenderers are informed that there is a specialized company for tram repairs and manufacture in Sofia.

Tender documents may be obtained from the address below upon payment of a non-refundable fee of 2,400 Euro including VAT or equivalent in local currency in favour of Public Procurement Directorate, Room No. 3, 1 Parizh Street, Sofia, Bulgaria, in cash or to the following accounts:

Euro payments to be effectuated to bank account 3401000108, at "Obshtinska bank" AD, Vrabcha branch, bank code 13073590.

Payments in local currency have to take place to bank account number 3001000103, BIN 7304010000, at "Obshtinska bank" AD, Vrabcha branch, bank code 13073590.

Upon request, the documents will be promptly despatched by courier, but no liability can be accepted for loss or late delivery.

Tenderers should note that electronic version of the tender documents will be provided solely to facilitate tenders preparation. In the event of any discrepancy between the hard and electronic copies of the tender documents, the hard copy will prevail.

A two stage tender procedure will be adopted and will proceed as follows:

(a) the First Stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents or any alternative technical solutions. The tenderer could offer such alternatives/deviations and shall indicate explanations therefore, provided that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation by the Employer of the First Stage tenders, the Employer will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum. Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a Second Stage tender.

(b) the Second Stage tender will consist of an updated technical tender incorporating all changes required by the Employer as recorded in the Memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the First Stage tender; and the commercial tender.

First Stage tenders must be delivered in a sealed non-transparent envelope to the address below on or before 15 November 2004, 12:00 hours Noon, local time. The tenders will be opened at 12:15 hours, local time on the same day in the presence of the tenderers’ representatives who wish to attend.

All Second Stage tenders must be accompanied by a Tender Security of 280 000 Euro or its equivalent in a convertible currency, and must be delivered to the address below on or before the time and date of the submission deadline specified in the Letter of Invitation to submit Second Stage tenders, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:

Sofia Municipality
Public Procurement Directorate
1, Parizh Street, room No 3
Sofia 1000
The Republic of Bulgaria
Tel.: +359.2.9315187; +359.2.9861221
Fax: +359.2 931 41 42
E-mail: projects@skgt-bg.com

 

ROMANIA - OPTICAL FIBER FOR NEW METRO INSTALLATIONS

Source: European Union
Due: November 15, 2004

S.C. METROREX S.A. Bucharest invites to open tender for public acquisition related to 'Optical Fiber - Adapting the installation on Metro Lines 1 and 3 in order to make them compatible with the new trains generation – MREX-2B-130.2' within the frame of Bucharest Metro Modernization II Project, partially financed by the European Investment Bank.

Tender documents may be obtained from the head office at the address below, at the price of ROL 10 000 000 (for the Romanian bidders) or EUR 250 (for the foreign bidders).

S.C. Metrorex S.A. Bucharest, 38 Dinicu Golescu Blvd, 9th floor, room 24, sector 1, 010873 Bucharest, Romania. Att: Mr Stefan Rotaru, Technical and Investment Manager. Tel.: 40 21 336.00.90/5474, 5476 . Fax: 40 21 312 51 49.

This amount can be paid in ROL (only by the Romanian bidders), by payment order endorsed by the bank, into the IBAN account number RO71BPOS70402775727ROL05 or in EUR (for the foreign bidders) transferred into the IBAN account number RO65BPOS70402775727EUR04 of S.C. METROREX S.A. Bucharest opened with BANCPOST - Palat CFR Branch 38, Dinicu Golescu Av., sector 1, Bucharest, mentioning the subject of the transfer and all the identification data of the bidder.

The offers will be submitted to the above-mentioned address for the attention of Mr. Stefan ROTARU – Technical and Investment Manager, not later than 15.11.2004, 10 o’clock, deadline 15.11.2004, 11 o’clock.

The quantum of the bid bond: EUR 10 000 or ROL equivalent.

The validity period of the bid bond: 90 days.

The tender validity: 90 days.

 

FRANCE - SAINT-SAULVE BUS MAINTENANCE SERVICES

Source: European Union
Due: November 15, 2004

I.1)Official name and address of the contracting authority:

SITURV (Syndicat intercommunal pour les transports urbains de la région de Valenciennes), Att: Monsieur le Président du SITURV, ZI no 4, rue du Président Lecuyer, F-59880 Saint-Saulve. Tel.: 3 27 45 21 25 . Fax: 3 27 45 65 21. E-mail: contact@siturv.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

50113200, 50112110. Description:

Bus maintenance services.

Body-repair services for vehicles. IV.3.3)Time-limit for receipt of tenders or requests to participate:

15.11.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

DENMARK - COPENHAGEN CONSTRUCTION WORK FOR RAILWAYS AND CABLE TRANSPORT SYSTEMS

Source: European Union
Due: November 15, 2004

I.1)Official name and address of the contracting entity:

Banedanmark, Net, Att: Projektleder Jørgen B. Jørgensen, Amerika Plads 15, DK-2100 København Ø. Tel.: 82347527 . Fax: 8227 2424. E-mail: jbr@bane.dk. URL: www.bane.dk. II.1.8.1)Common Procurement Vocabulary (CPV):

45234000. Description:

Construction work for railways and cable transport systems. IV.3.3)Deadline for receipt of tenders or participation requests:

15.11.2004. Time: 15:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Danish. German. English. Swedish.

Other(s) - third country: Norwegian.

 

FRANCE - SOISSONS LOW-FLOOR BUSES

Source: European Union
Due: November 16, 2004

I.1)Official name and address of the contracting authority:

Syndicat intercommunal des transports urbains soissonnais (SITUS), Att: Monsieur le Président du SITUS, Boutique bus, 8, rue de la Buerie, F-02200 Soissons. Tel.: 3 23 53 50 99 . Fax: 3 23 59 66 34. E-mail: d.boda@mobilinfos.org. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400. Description:

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

16.11.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

POLAND - OLSZTYN PUBLIC-SERVICE BUSES

Source: European Union
Due: November 16, 2004

I.1)Official name and address of the contracting entity:

Miejskie Przedsiebiorstwo Komunikacyjne Spólka z ograniczona odpowiedzialnoscia, Att: Jerzy Kant, ul. Kolobrzeska 40, PL-10-434 Olsztyn. Tel.: +48 89 533 01 61 . Fax: +48 89 533 16 23. E-mail: mpk@mpkolsztyn.pl. URL: www.mpkolsztyn.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Deadline for receipt of tenders or participation requests:

16.11.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

POLAND - OLSZTYN PUBLIC-SERVICE BUSES

Source: European Union
Due: November 16, 2004

I.1)Official name and address of the contracting entity:

Miejskie Przedsiebiorstwo Komunikacyjne Spólka z ograniczona odpowiedzialnoscia, Att: Jerzy Kant, ul. Kolobrzeska 40, PL-10-434 Olsztyn. Tel.: +48 89 533 01 61 . Fax: +48 89 533 16 23. E-mail: mpk@mpkolsztyn.pl. URL: www.mpkolsztyn.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100. Description:

Public-service buses. IV.3.3)Deadline for receipt of tenders or participation requests:

16.11.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

FRANCE - LYONS TRAMWAY PLATFORMS

Source: European Union
Due: November 17, 2004

I.1)Official name and address of the contracting authority:

SYTRAL - Syndicat Mixte des Transports pour le Rhône et l'Agglomération Lyonnaise, Att: Monsieur le Président du SYTRAL, 21 boulevard Vivier Merle - BP 3044, F-69399 Lyon Cedex 03. Tel.: 4 72 84 58 00 . Fax: 4 72 91 45 29. E-mail: carnelli@sytral.fr. URL: http://www.sytral.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

45234128, 45223110, 45233293, 45261000. Description:

Tramway platforms.

Installation of metal structures.

Installation of street furniture.

Erection and related works of roof frames and coverings. IV.3.3)Time-limit for receipt of tenders or requests to participate:

17.11.2004. Time: 16:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up:  French.

 

POLAND - ZYWIEC LOW-FLOOR BUSES

Source: European Union
Due: November 17, 2004

I.1)Official name and address of the contracting authority:

Miejski Zaklad Komunikacyjny w Zywcu Sp. z o.o., Al. Wolnosci 24, PL-34-300 Zywiec. Tel.: +48 33 861 32 88, 861 26 66 . Fax: +48 33 861 32 88, 861 26 66. E-mail: mzk@zywiec.pl. URL: www.mzk.zywiec.pl. II.1.8.1)Common Procurement Vocabulary (CPV):

34121400. Description:

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

17.11.2004. Time: 10:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Polish.

 

ROMANIA - METRO LINE 4 FINALISATION OF FARE COLLECTION SYSTEM

Source: European Investment Bank
Due: November 18, 2004

S.C. METROREX S.A. Bucharest invites to open tender for public acquisition related to 'MREX–1A–02.01.01 – Main Line 4, extension 2, Gara de Nord – 1 Mai, Fare Collection. Addings in order to reach the designed parameters', within the frame of Bucharest Metro Modernization I Project, partially financed by the European Investment Bank.

Tender documents may be obtained from the head office at the address below, at the price of ROL 10 000 000 (for the Romanian bidders) or EUR 250 (for the foreign bidders).

S.C. METROREX S.A. Bucharest, 38 Dinicu Golescu Blvd., 9th floor, room 24, sector 1, 010873 Bucharest, Romania. Tel.: 40 21 336.00.90/5474, 5476 . Fax: 40 21 312 51 49.

This amount can be paid in ROL (only by the Romanian bidders), by payment order endorsed by the bank, into the IBAN account number RO71BPOS70402775727ROL05 or in EUR (for the foreign bidders) transferred into the IBAN account number RO65BPOS70402775727EUR04 of S.C. METROREX S.A. Bucharest opened with BANCPOST - Palat CFR Branch 38, Dinicu Golescu Av., sector 1, Bucharest, mentioning the subject of the transfer and all the identification data of the bidder.

The offers will be submitted to the above-mentioned address for the attention of Mr. Stefan ROTARU – Technical and Investment Manager, not later than 18.11.2004, 10 o’clock, deadline 18.11.2004, 11 o’clock.

The quantum of the bid bond: EUR 15 000 or ROL equivalent.

The validity period of the bid bond: 90 days.

The tender validity: 90 days.

 

FRANCE - PRIX-LES-MÉZIÈRES TIRES FOR BUSES

Source: European Union
Due: November 22, 2004

I.1)Official name and address of the contracting authority:

RDTA, Att: Monsieur Fabrice Denis, 46, route de Warnécourt, F-08000 Prix-les-Mézières. Tel.: 3 24 33 77 77 . Fax: 3 24 33 77 99. II.1.8.1)Common Procurement Vocabulary (CPV):

25111320. Description:

Tyres for buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

22.11.2004. Time: 17:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

UNITED KINGDOM - WEST MALLING PUBLIC-SERVICE BUSES

Source: European Union
Due: November 25, 2004

This contract is covered by the Government Procurement Agreement (GPA): Yes.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:

Kent County Council, Purchasing Services Group, Commercial Services, Att: Paul Budd, Gibson Drive, Kings Hill, UK-West Malling ME19 4QG . Tel.: 01622 605974 . Fax: 01622 605510. E-mail: ojeu@kent.gov.uk.

I.2) Address from which further information can be obtained:

As in I.1.

I.3) Address from which documentation may be obtained:

As in I.1.

I.4) Address to which tenders/requests to participate must be sent:

As in I.1.

I.5) Type of contracting authority:

Regional/local level.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description

II.1.1) Type of works contract:

II.1.2) Type of supplies contract:

Purchase.

II.1.3) Type of service contract

II.1.4) Framework agreement:

Yes.

II.1.5) Title attributed to the contract by the contracting authority:

Provision of School Buses.

II.1.6) Description/object of the contract:

The council have a requirement for 5 new high-capacity single-deck buses to be used on school transport duties with the option to buy further buses. The vehicles must be capable of carrying 70 passengers with facilities for wheelchair-bound passengers. The council intends to enter into a 3-year agreement in order to accommodate potential further requirement.

II.1.7) Site or location of works, place of delivery or performance:

Aylesford, UK-Kent.

NUTS code: UK570.

II.1.8) Nomenclature

II.1.8.1) Common Procurement Vocabulary (CPV):

34121100.

II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):

II.1.9) Division into lots:

No.

II.1.10) Will variants be accepted:

Yes.

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

II.2.2) Options. Description and time when they may be exercised:

II.3) Duration of the contract or time limit for completion:

36 months from the award of the contract.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:

Joint and severable.

III.2) Conditions for participation

III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:

III.2.1.1) Legal position – means of proof required:

III.2.1.2) Economic and financial capacity – means of proof required:

III.2.1.3) Technical capacity – means of proof required:

III.3) Conditions specific to services contracts

III.3.1) Provision of the service is reserved to a specific profession:

III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:

SECTION IV: PROCEDURE

IV.1) Type of procedure:

Open.

IV.1.1) Candidates already selected:

IV.1.2) Justification for the choice of accelerated procedure:

IV.1.3) Previous publication concerning the same contract

IV.1.3.1) Prior information notice concerning the same contract:

IV.1.3.2) Other previous publications:

IV.1.4) Envisaged number of suppliers which will be invited to tender:

IV.2) Award criteria:

The most economically advantageous tender in terms of:

Criteria as stated in contract documents.

IV.3) Administrative information

IV.3.1) Reference number attributed to the file by the contracting authority:

Y500112.

IV.3.2) Conditions for obtaining contract document and additional documents:

IV.3.3) Time-limit for receipt of tenders or requests to participate:

52 days from dispatch of notice.

IV.3.4) Dispatch of invitations to tender to selected candidates:

IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:

English.

IV.3.6) Minimum time frame during which the tenderer must maintain its tender:

90 days from the deadline stated for receipt of tenders.

IV.3.7) Conditions for opening tenders

IV.3.7.1) Persons authorised to be present at the opening of tenders:

IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:

No.

VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:

VI.3) The contract relates to a project/programme financed by EU funds:

No.

VI.4) Additional information:

VI.5) Date of dispatch of this notice: 3.9.2004.

 

SWEDEN - VÄSTERÅS PUBLIC-SERVICE BUSES

Source: European Union
Due: November 26, 2004

I.1)Official name and address of the contracting authority:

AB Västerås Lokaltrafik, Att: Ola Andersson, Retortgatan 7, S-721 30 Västerås. Tel.: +46 21 470 18 20 . Fax: +46 21 470 18 92. E-mail: ola.andersson@vasteraslokaltrafik.se. II.1.8.1)Common Procurement Vocabulary (CPV):

34121100, 34121200, 34121400. Description:

Public-service buses.

Articulated buses.

Low-floor buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

26.11.2004. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: Swedish.

 

FRANCE - CONCARNEAU-MELGVEN BUSES

Source: European Union
Due: November 26, 2004

I.1)Official name and address of the contracting authority:

SIVU de Concarneau-Melgven, F-29182 Concarneau-Melgven. II.1.8.1)Common Procurement Vocabulary (CPV):

34121000. Description:

Buses. IV.3.3)Time-limit for receipt of tenders or requests to participate:

26.11.2004. Time: 16:00.

 

PERU - LIMA URBAN RAIL FEASIBILITY STUDY

Source: U.S. Trade & Development Agency
Due: November 30, 2004

Lima has grown into one of Latin America's largest and most populous metropolitan areas. Because the city is experiencing uncontrolled growth, and is in need of an adequately planned transportation system, Lima is suffering from severe air pollution and traffic congestion. To address these consequences, the Autoridad Autónoma del Proyecto Especial Sistema Eléctrico de Transporte Masivo de Lima y Callao (Autonomous Authority), a municipal transportation agency owned by the Metropolitan Municipality of Lima, is developing an integrated mass transit urban rail plan for the city of Lima. The Autonomous Authority owns and manages concessions for the $312 million Lima train system.

The present concept for the development of a rail system in Lima has focused on its development within the context of the overall urban and countrywide transportation network and calls the new project the "spinal column" of the Peruvian intermodal network, with an emphasis on its connection to the major cargo port of Callao just outside Lima. The proposed project envisions the construction of a system of infrastructure and rolling stock that in the first stage will operate over two main axes: the first, from Callao on the Pacific to Chosica in the east, and the second from Villa El Salvador in the south to the center of the city. The southern line is not included in the feasibility study. In the first stage, the east-west line will be upgraded only as far east as Vitarte, covering a distance of 26 kilometers. While urban rail dates back to the 1960s in Lima, the Autonomous Authority is confident that the project will solve the transportation problems and will provide a more reliable, less polluting means of mass transit for its citizens.

The Autonomous Authority requested USTDA feasibility study funding support for instituting urban rail passenger service on the Callao-Chosica corridor. The total cost for the study is estimated at $477,000. The Autonomous Authority will contribute $152,000 to complete the full terms of reference for the study. The feasibility study will assess the economic and financial viability of offering both freight and passenger service on the existing right of way, given parameters for speed of operation, equipment capacity, station and equipment profiles and other engineering factors provided by the Autonomous Authority.

The study will place particular emphasis on station construction costs, traffic forecasting, equipment utilization, and financing costs. The terms of reference for the feasibility study include the following: 1) technical analysis of rehabilitation/service plan and equipment configuration; 2) economic/ market analysis; 3) financial analysis; 4) environmental and habitational studies; 5) supporting legal regulatory analysis; and 6) submission of a final report.

USTDA No.: 02-50037B

USTDA Grant: $325,000

Est. Project Cost: $75 million

Est. U.S. Exports: $60 million

Est. Start Date: 3/22/04

Est. Completion Date: 11/30/04

Contact: Edward Boatman
Vice President
DMJM + Harris, Inc.
(212) 973-2921

 

FRANCE - VERSAILLES COACHES

Source: European Union
Due: November 30, 2004

I.1)Official name and address of the contracting authority:

MINDEF/DCMAT, établissement Ingénieur Général Jayat, route des Docks, BP 297, F-00441 Versailles-Satory Armées. Tel.: 01.39.67.25.99 . Fax: 01.39.67.28.03. E-mail: john-john.meneux@scam.terre.defense.gouv.fr. II.1.8.1)Common Procurement Vocabulary (CPV):

34122000. Description:

Coaches. IV.3.3)Time-limit for receipt of tenders or requests to participate:

30.11.2004. Time: 12:00. IV.3.5)Language or languages in which tenders or requests to participate can be drawn up: French.

 

ITALY - CUNEO BUSES

Source: European Union
Due: December 31, 2004

I.1)Official name and address of the contracting entity: Autolinee Nuova Benese srl, via Cavallotti 35, I-12100 Cuneo. Tel.: 01 71 69 29 29 . Fax: 01 71 69 42 62. E-mail: benese@benese.it. II.1.8.1)Common Procurement Vocabulary (CPV): 34121000. Description: Buses. IV.3.3)Deadline for receipt of tenders or participation requests: 31.12.2004. Time: 12:00.

 

IRELAND - PROCUREMENT OF BUSES

Source: Irish Bus
Due: January 4, 2005

Abstract: Bus Eireann procures Buses on an annual basis. The Buses procured may include but not be limited to the purchase and/or lease of single deck commuter coaches, double deck commuter coaches, single deck city buses and double deck buses. The quantities of such Buses are dependant on operational and other considerations.

The purpose of this Qualification Notice is to obtain sufficient information to enable the Contracting Authority to evaluate the suitability of potential suppliers to meet its current and future requirements. The intention will be to arrive at a Tender Panel of potential suppliers for formal Invitation To Tender against the requirements that arise between 2005 and 2007.

Applicants may apply to be added to the Tender List at any stage during the Qualification Period. However and in order to be considered for the initial contracts scheduled for 2005, applicants must have formally submitted the required PQQ no later than 12:00 hours on 14th Janurary 2005.

Description Name Size

PQQ - Procurement of Buses Applicant Questionnaire - Bus Procurement.doc 811520

Main Contact: sean.bresnan@buseireann.ie or jim.meredith@buseireann.ie

Qualification System - Utilities

Notice Type:SUPPLIES

Is this contract covered by the Government Procurement Agreement (GPA)? Yes

Section I: Contracting Entity

I.1 Official Name and Address of the Contracting Entity

Bus Eireann/Irish Bus, Att: Mr Sean Bresnan, Procurement & Materials Manager, 21 Phibsboro Road, Broadstone, , Dublin 7, IE. Tel: 01 7033412. Fax: 01 8303667. E-mail:sean.bresnan@buseireann.ie or jim.meredith@buseireann.ie. Web:www.buseireann.ie

I.2 Address from further information may be obtained

As in I.1

I.3 Address from which documentation may be obtained

As in I.1

I.4 Address to which Tenders must be sent

As in 1.1

Section II: Object of the Qualification System

II.1 Description

II.1.1 Title attributed to the qualification system

Procurement of Buses

II.1.2 Object of the qualification system

Bus Eireann procures Buses on an annual basis. The Buses procured may include but not be limited to the purchase and/or lease of single deck commuter coaches, double deck commuter coaches, single deck city buses and double deck buses. The quantities of such Buses are dependant on operational and other considerations. The purpose of this Qualification Notice is to obtain sufficient information to enable the Contracting Authority to evaluate the suitability of potential suppliers to meet its current and future requirements. The intention will be to arrive at a Tender Panel of potential suppliers for formal Invitation To Tender against the requirements that arise between 2005 and 2007. Applicants may apply to be added to the Tender List at any stage during the Qualification Period. However and in order to be considered for the initial contracts scheduled for 2005, applicants must have formally submitted the required PQQ no later than 12:00 hours on 14th Janurary 2005. NOTE: Further information relating to this notice is available on the eTenders Web Site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=5164.

II.1.3 Conditions to be fulfilled

A comprehensive and detailed Pre-Qualification Questionnaire (PQQ) is available from the contact details indicated at Section 1 of this notice or alternatively from www.etenders.gov.ie. In summary Applicants are required to provide details of Organisational and Management Structure, Capability, Financial & Economic Standing, Previous Experience, Quality Assurance, SCM and Warranty & Product Support Capabilities.

II.1.4 Nomenclature

II.1.4.1 Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)

Main object 34121000

Additional objects

34121300

34121200

34121400

II.1.4.2 Other relevant nomenclature (CPA/CPC)

Section IV: Procedure

IV.1 Administrative Information

IV.1.1 Reference number attributed to the qualification system by the awarding authority

BE/CAP/BUS

IV.1.2 Is this notice a call for competition

Yes

IV.1.3 Duration of qualification system

From: 28-09-2004 until 31-10-2007

IV.1.4 Formalities for renewal of qualification system

It is intended that this system will be renewed in 2007. However, the Contracting Authority reserves the right to terminate this system at any stage.

Section VI: Other Information

VI.1 Is this notice a Non Mandatory one

No

VI.2 Does the contest relate to a Project/Programme financed by EU Funds?

No

VI.3 Other Information

This Notice supercedes the prviously published Qualification Notice 2002/S 58-045532 (ET Ref:5164)

VI.4 Dispatch date of this Notice: 28-09-2004

 

New Projects

POLAND - GDANSK URBAN TRANSPORT PROJECT II

Source: EBRD

The public transport company in the City of Gdansk, Zaklad Komunikacji Miejskiej Spolka z ograniczona odpowiedzialno?cia ("ZKM Ltd") has applied for a loan of PLN 27 million (appox. EUR 6 million) from the European Bank for Reconstruction and Development ("EBRD") to update it’s fleet of rolling stock, which will require the procurement of the approximately 35 buses.

In parallel to the above investment project, the City of Gdansk has applied for a loan from EBRD to implement a programme of investment to improve urban public transport services in Gdansk. The proposed project has an estimated total cost of PLN 225 million (approx. EUR 50 million), and is intended for co-financing between EBRD, EU Structural Funds and the City of Gda?sk. The investment programme will require the procurement of the goods, works and services for the rehabilitation and extension of tramway tracks and power supply network as well as 5 sets of low floor trams.

Tendering is expected to start in 2004 fourth quarter and in following 2-3 years.

Contracts to be financed with the proceeds of a loan from the EBRD will be tendered in accordance with the EBRD’s Procurement Policies and Rules and will be open to firms from any country. The proceeds of the EBRD loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law or official regulation of the Purchaser’s country.

Interested suppliers should contact:

Jerzy Zgliczynski
Managing Director
ZKM
ul. Jaskowa Dolina 2
80 – 252 Gdansk.
Poland
Tel: +48 58 341 0169
Fax: +48 58 341 8080

 

BRAZIL - SAO BERNARDO DO CAMPO URBAN TRANSPORTATION PROGRAM

Source: IDB

The specific components of the program are as follows:

(i) engineering studies and administrative costs; (ii) upgrading of the mass transit system; (iii) beltway and connection with municipal highways; (iv) improvements in road safety; (v) modernization of the traffic signal system; (vi) environmental supervision and supervision of program works; (vii) institutional strengthening and management development in the transportation, public works and environmental areas; and (viii) associated costs, including expropriation, resettlement and environmental mitigation, and compensation costs.

 

POLAND - KRAKOW PUBLIC TRANSPORT PROJECT

Source: EBRD

The public transport company of the City of Krakow, Miejskie Przedsiebiorstwo Komunikacyjne S.A. (MPK), has applied for a loan from the European Bank for Reconstruction and Development (EBRD) to implement a programme of investment to improve urban public transport services in Krakow. The proposed project has an estimated total cost of PLN 275m (approx. EUR 61m), and is intended for co-financing between EBRD, EU Structural Funds, the City of Krakow and MPK.

The investment programme will require the procurement of the following goods, works and services:

• Trams

• Tramway and bus-related infrastructure modernisation

• Upgrade of tram depot and workshop

• Consultancy services relating to procurement and implementation

Tendering is expected to start in 2004 third or fourth quarter.

Contracts to be financed with the proceeds of a loan from the EBRD will be tendered in accordance with the EBRD’s Procurement Policies and Rules and will be open to firms from any country. The proceeds of the EBRD loan will not be used for the purpose of any payment to persons or entitites, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law or official regulation of the Purchaser’s country.

Interested suppliers should contact:

Mr Julian Pilszczek
Managing Director
MPK
ul. Jana Bozka 3
30-347 Kraków
Poland
Tel: +48 12 254 10 10
Fax: +48 12 254 10 13

 

ROMANIA – US TDA POSITIVE TRAIN CONTROL FEASIBILITY STUDY

Source: US TDA

USTDA received a proposal from the U.S. firm, Seneca Group, LLC (Seneca), for partial funding for a feasibility study to develop a business case study on the implementation of a Positive Train Control (PTC) system for Romania. A USTDA grant was signed with the Romanian Ministry of Transport, Construction and Tourism in support of this project. The total cost for this study is estimated to be $330,000. Seneca will cost-share $80,000 to complete the study.

The Romanian Rail System's ability to monitor and control its train assets needs to be improved. Current limitations are negatively affecting the operational safety of the rail lines as well as restricting economic growth. The proposed project will build an effective business case for establishing a train control system with a Location Determination System and a PTC system that could safely run trains on the track with less than one mile of separation between one another. This will increase the capacity of the rail lines and improve safety since the new system can override the engineer and stop the train if another train is detected. The terms of reference for this project are as follows: 1) technical, economic, financial and environmental analysis; 2) regulatory issue review; 3) goods and services to be delivered; 4) implementation plan for three phase program tasks; and 5) prepare final report.

USTDA No.: 03-70034B

USTDA Grant: $250,000

Est. U.S. Exports: $45 million

Est. Start Date: 3/12/04

Est. Completion Date: 8/31/04

Contact: Christopher McCarthy
President
Seneca Group, LLC
(202) 783-5861

 

BRAZIL – US TDA JUIZ DE FORA LIGHT RAIL FEASIBILITY STUDY

Source: US TDA

The project sponsor, Municipality of Juiz de Fora and the Municipality's Office of Planning and Strategic Management, received a grant from USTDA for a feasibility study for a proposed light rail project that would relieve traffic congestion and support sustainable growth in Brazil. Juiz de Fora is a growing city of approximately 500,000. Traffic growth has overtaken the city's existing system of bus franchises. Light rail was identified as a potential solution when the city conducted its most recent Urban Transportation Master Plan in 1996-97. The proposed light rail system will consist of two lines: 1) Santa Lucia-Vale dos Bandeirantes is proposed to run 7 kilometers along the principal downtown thoroughfare Avenida Rio Branco and would handle approximately 75% of the traffic volume. 2) Via Ideal-Benfica is proposed to run 19 kilometers on an existing rail track that is occupied by private freight rail concessionaire MRS Logistica. This line is projected to initially handle about 25% of the passenger volume but traffic is expected to increase along with this rapidly growing area of the city. A summary of the specific tasks of the feasibility study is as follows: 1) diagnostic/review of Juiz de Fora demand studies; 2) mass transit demand update and rates scenarios; 3) assessment of infrastructure and signaling options; 4) assessment of vehicle options; 5) ticketing, transfers and passenger flow systems and procedures; and 6) system recommendations and final report.

USTDA No.: 03-50021B

USTDA Grant: $225,000

Est. Project Cost: $71 million

Est. U.S. Exports: $9.95 million

Est. Start Date: 5/26/04

Est. Completion Date: 1/31/05

Contact: Stephen Finn
Partner
Ernst & Young, LLP
(404) 817-5890

 

COLOMBIA - INTEGRATED MASS TRANSIT SYSTEMS PROJECT

Source: World Bank

A $250 million World Bank project. The project will allow cities to expand or/and construct bus rapid transit systems in medium and large cities, such as Bogota, Pereira, Cartagena, Barranquilla, Soacha, Bucaramanga and Medellín, improving the standard of living of millions of Colombians, by decreasing time and costs of public transport. The disabled people, who cannot currently use mass public transport, will have access to the new bus rapid transit system, as it does already in the modern Transmilenio system of Bogota. For more information, please call Alejandra Viveros at (202) 473-4306 or e-mail lmorrison@worldbank.org For project information documents, please visit: http://web.worldbank.org/external/projects/main?pagePK=104231&piPK=73230&theSitePK=40941&menuPK=228424&Projectid=P082466

 

FRANCE - TRAMWAY DE CLERMONT-FERRAND

Source: European Investment Bank

The projects concerns the construction of the first line of a new urban tramway in Clermont Ferrand. The line will be 14 km long and have 31 stations.

Project Name: France - Tramway de Clermont-Ferrand Project Type: Railway/Mass Transit Country: France Project Stage: Appraisal in Field Project Investment Size: USD 101 million - 250 million Equipment Applied: N/A Bid Winners: N/A Loan Sources: European Investment Bank Contractor Data: Contact: Sabine Parisse Tel: +352 43 79 31 38 Email: s.parisse@eib.org Information and Communications Department Secretariat General 100 boulevard Konrad Adenauer L-2950 Luxembourg Fax: +352 43 79 31 91, infopol@eib.org Data Resource: EIB

 

CROATIA - DUBROVNIK URBAN TRANSPORT DEVELOPMENT PROGRAMME

General Procurement Notice

Issued: April 16, 2004

The public transport company LIBERTAS - Dubrovnik d.o.o. has applied for a loan from the European Bank for Reconstruction and Development (EBRD) to implement a programme of investments to improve public transport services in Dubrovnik. The proposed project has a total estimated cost of EUR 7.5 million.

The first stage of the investment programme will require the procurement of the following goods:

• Buses

Tendering for the above contracts is expected to begin in June 2004.

Contracts to be financed with the proceeds of a loan from the Bank will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law of official regulation of the Purchaser's country.

Interested suppliers should contact:

Mr Bozo Lasic
Director
Libertas d.o.o
Put Republike 38
HR 20000 Dubrovnik
Croatia
Tel: +385 20 357 107
Fax: +385 20 357 126
Email: lasic@net.hr

 

UKRAINE – FAST PASSENGER TRAINS

General Procurement Notice

Issued: March 17, 2004

Ukrzaliznytsia ("UZ") has applied for a loan from the European Bank for Reconstruction and Development ("the Bank") for a project which aims at providing further assistance in operational modernisation of UZ and continue to enhance institutional strengthening promoting railway commercialisation. The proposed project, which has an estimated cost of USD 120 million equivalent, will require the procurement of the following goods, works and services:

* modern passenger carriages as part of a long-term programme to convert inter-city passenger services from overnight sleeper into fast day services;

* additional modern railway track maintenance machinery;

* consultancy services for the implementation of the project; and

* construction of a new tunnel parallel to the existing Beskyd tunnel on pan-European Corridor V

Tendering for the passenger carriages, railway track maintenance equipment and consultancy services is expected to begin in the 2nd quarter of 2004.

Tendering for construction of the Beskyd tunnel is expected to begin in the 1st quarter of 2005.

Contracts to be financed with the proceeds of a loan from the Bank will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, of for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law of official regulation of the Purchaser's country.

Interested suppliers, contractors and consultants should contact:

Mr. Yuri Simchuck
Head of Project Implementation Unit
Ukrzaliznytsia
2Protasiv Yar Street
03038, Kyiv - 38
Ukraine
Tel: 380 44 223 37 71
Fax: 380 44 223 37 70

 

CHINA – WUHAN URBAN TRANSPORT PROJECT

Date: March 10, 2004

WASHINGTON, March 10, 2004—The following project was approved yesterday by the World Bank’s Board:

LOAN AMOUNT: IBRD - US$200 million

TERMS: Grace period = 5 years; Maturity = 20 years

PROJECT DESCRIPTION : The project will assist the government’s transport policy in its transition effort from a rural, agricultural society to a viable urban and industrial society, and to a market economy. The Government’s Strategy is to develop the road and rail networks by 2020 and to increase the public transport share by 50%. This policy has raised safety, capacity, management, environmental and maintenance issues that the Urban Transport Project aims to address. Wuhan is composed of seven districts and is one of the biggest comprehensive transport hubs in China, as well as one of the biggest industrial, commercial and trade centers in central China. For more information, please call Melissa Fossberg at (202) 458-4145 or e-mail Mfossberg@worldbank.org. For project information documents, please visit: http://web.worldbank.org/external/projects/main?pagePK=104231&piPK=73230&theSitePK=40941&menuPK=228424&Projectid=P069852

 

SERBIA MONTENEGRO - BELGRADE MUNICIPAL INFRASTRUCTURE RECONSTRUCTION - URBAN TRANSPORT

General Procurement Notice
Issued: March 9, 2004

The City of Belgrade has received a loan from the European Bank for Reconstruction and Development (the Bank) for the rehabilitation of public transport.

The project will require the procurement of the following goods:

• city buses.

Tendering is expected to commence in May 2004.

Contracts to be financed with the proceeds of a loan from the Bank will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law of official regulation of the Purchaser's country.

Interested parties and contractors should contact, preferably by email:

Mr. Radovan Drca
Belgrade Traffic Department
27 marta 43-45
11000 Beograd
Serbia and Montenegro
Tel: +381.11.3227241-ext.2153
Fax.:+381.11.745-636
E-mail: rdrca@bgsaobracaj.co.yu

 

BULGARIA - SOFIA PUBLIC TRANSPORT PROJECT

General Procurement Notice

Issued: February 13, 2004

The City of Sofia has received a loan from the European Bank for Reconstruction and Development (the Bank) to implement the 1st Phase of a Public Transport Project.

The Sofia Public Transport Project will require the procurement of the following works, goods and services:

• tram refurbishment;

• solo buses;

• electronic ticketing system.

Under the Project, Bank financing is anticipated for tram refurbishment and buses, totalling approximately EUR 25 million. The new ticketing system will be financed through a grant of the Dutch Government and the City’s budget. Tendering for the above contracts is expected to begin during the first half of 2004.

Contracts to be financed with the proceeds of a loan from the Bank will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law of official regulation of the Purchaser's country.

Interested parties are invited to express their interest to:

Tsvetan Tsolov
Chief Expert
Public Transport Company Sofia Ltd.
84 Maria Luiza Blvd.
1202 Sofia
Tel.: +359 2 931 51 87
Fax: +359 2 931 41 42
E-mail: skgtebrdpro@netel.bg

 

PERU - LIMA TRANSPORT PROJECT

On December 9, 2003 the World Bank’s Board approved a $45 million project to implement an innovative Bus Rapid Transit system and support other forms of low-cost transport , such as cycling and walking . In addition, financing from the loan will be used to strengthen local institutional capacity to regulate and manage Lima’s transport sector and reduce the negative environmental impact of motorized transport in Lima. Under the project, busways will be built and road infrastructure will be rehabilitated, combined with traffic management measures and road safety improvements.For more information, please call Alejandra Viveros at (202) 473-4306 or e-mail aviveros@worldbank.org. For project information documents, visit: http://web.worldbank.org/external/projects/main?pagePK=104231&menuPK=228424&Projectid=P035740

 

PERU - METROPOLITAN LIMA URBAN TRANSPORTATION PROGRAM

On November 19, 2003 the Inter-American Development Bank approved the $45 million Peru - Metropolitan Lima Urban Transportation Program. The program involves construction and implementation of the first stage of Lima’s integrated rapid urban mass transit system. This will operate with large-capacity buses traveling along segregated and dedicated arterial corridors, with its own bus stops and transfer terminals, together with feeder roads and cycle paths. This first stage will serve the north and south cones and the center of the city, home

to about 3.5 million inhabitants, 60% of whom have per capita incomes below US$75 per month. The Lima Urban Transportation Program (PTUL) is expected to carry about 630,000 passengers per day. The operating firms will run 250 articulated buses on the arterial network and 154 conventional buses on feeder roads, all of them new and using environmentally-friendly types of fuel. The arterial system will provide easy access to users with physical disabilities, including special elevators at bus stops with non level entry, and level entry embarkation and disembarkation at terminals.

Executing Agency: Municipalidad Metropolitana de Lima: No street address is available, Lima, Peru. Email: webmaster@munlima.gob.pe.

 

VIETNAM – HANOI URBAN TRANSPORTATION PROJECT

The World Bank is preparing a new project (estimated Board Approval date: February 2006) in the $120-140 million range. Broadly, the project will consist of three components:

• A bus transport component (total US$35-40 million, IDA+GEF US$30-35 million) to (i) support reorganization the bus system; (ii) development of busways and bus priority on a selection of new and existing roads; and (iii) development of bus maintenance facilities, and secure ticketing systems.

• A road infrastructure component. (total US$100-110 million, IDA US$75-85 million). that includes construction of a section of Ring Road 2 (6 km) from Cau Say north to the dyke road (the site of the planned bridge at Nhat Tan) to facilitate development of the area West of West Lake, and ultimately North of Red River. In addition, Hanoi has proposed the Western extension of Hoang Quoc Viet Street (1.5 km). The two road sections go through a combination of farmland and settled land and will entail resettlement.

• Institutional strengthening.(~US$15-20 million IDA+GEF US$ 15-20 million)

Subcomponents will cover safety (US$5 million requested) and air quality (US$7 million requested) measures as requested by HPC, along with the project’s three major policy foci: reform of bus services, capacity building for integrated land use and transport development, and promotion of a PT oriented urban transport policy that covers issues such as parking, traffic control and vehicular restrictions. Although these components still need to be defined, it is likely that they will support studies, training, equipment and other technical assistance.

Contact point

Contact: Shomik Raj Mehndiratta
Title: Transport. Spec.
Tel: (202) 473-2472. Fax: (202) 614-0167
Email: smehndiratta@worldbank.org

 

CHILE - SANTIAGO URBAN TRANSPORT TECHNICAL ASSISTANCE

This World Bank project aims at supporting the design of the bus reform arrangements, facilitating compliance with the matrix triggers associated with the sectoral adjustment loan and to facilitate the implementation of the urban transport plan for Santiago as well as to analyze and mitigate its various potential adverse impacts and risks. Project preparation is under way. Environmental Assessment Category C. US$ 5.0 (IBRD). Consulting services to be determined. Coordinacion General de Transporte de Santiago, Calle Nueva York 9, Piso 10, Santiago, Chile, Tel: (56-2) 428-7900, Contact: Aldo Signorelli Bonomo, Coordinador General

 

CHILE - SANTIAGO URBAN TRANSPORT

This World Bank project aims at assisting the implementation of proposed reforms in the urban bus sector, using quick disbursing instruments to allow the reforms to be pursued at the pace desired despite some short term budgetary difficulties, but also permitting the government to defer draw down if necessary to accomodate improvements or fluctuations of the fiscal position. Project preparation is under way. Environmental Assessment Category C. US$ 100.0 (IBRD). Consulting services to be determined. Coordinacion General de Transporte de Santiago, Calle Nueva York 9, Piso 10, Santiago, Chile, Tel: (56-2) 428-7900, Contact: Aldo Signorelli Bonomo, Coordinador General

 

BRAZIL - CURITIBA URBAN TRANSPORT PROGRAM II

This IDB project, approved January 14, 2004, has three components:

1. Creation of the Metropolitan Transit Corridor (EMT) (¥7,607,645,000)

This component will transform the interstate highway BR-116/476 corridor that separates the city of Curitiba in two into a city boulevard serviced by a new public transit corridor featuring high-capacity biarticulated buses. The busway will be fully linked into the RIT through three transfer terminals and twelve intermediate stations. It will connect with the rest of the road system via intersecting cross streets an average of one kilometer apart. The design calls for dedicated median lanes for biarticulated buses and three express lanes and a side lane for local traffic in each direction, creating a "trinary" roadway configuration typical of Curitiba’s mass transit system. All these lanes will lie within the same EMT right-of-way. Also planned along this corridor are green spaces, parks, and bicycle paths. The three EMT transit corridors with dedicated bus lanes will be: (i) the South– Center–South busway connecting with the Pinheirinho transfer station and the Central station and providing alternate city-center access for residents of south Curitiba and the municipalities of Fazenda Rio Grande and Araucaria; (ii) the North–Center–North busway with connections via the Atuba and Central stations and affording alternate city-center access for residents of northern Curitiba and the municipalities of Colombo, Campina Grande do Sul, and Quatro Barras; and (iii) the North–South–North busway providing connections via Atuba and Pinheirinho stations and expediting travel between outlying municipalities in the Curitiba metropolitan region. A fleet of vehicles specially designed to run on the EMT needs to be acquired to be able to operate these three new transit corridors. One of the specifications for the required biarticulated buses is that they be compatible with stations and platforms on the city’s other arterial busways. These 270-passenger buses can board and offload riders at bus-floor level and are built with low-emission engines.

2. Integrated Transit System capacity expansion (¥4,422,930,000)

This component will expand RIT capacity by way of new construction and equipment installation, to shorten travel times for the city’s mass transit riders and make the system more efficient. The bulk of the construction work is designed to modernize the Inter-2 secondary circular route, modernize and optimize the traffic signal system, and remodel four existing bus stations, which will help optimize travel on the North-South arterial corridor.

3. Road safety improvements (¥367,680,000)

The road safety component designed to achieve one of the proposed program’s central objectives calls for new remote traffic control systems, development of an accident reporting database, and installation of traffic signals, sensors and signs to better equip the Municipality to manage road safety.

 

BELGIUM – UPGRADING PUBLIC TRANSPORTATION IN BRUSSELS

January 19, 2004 The European Investment Bank (EIB), the European Union’s financing institution, is providing a long-term loan of EUR 250 million to Société des Transports Intercommunaux de Bruxelles (STIB) in support of a vast investment project costing some EUR 565 million and consisting of a range of infrastructure and track upgrading schemes along with the purchase of new rolling stock.

The finance contract was signed on 19 January 2004 by Werner Daem, President, and Alain Flausch, Administrator/Director General of STIB, and the President of the EIB, Philippe Maystadt, in the presence of Jos Chabert, Minister of Public Works and Transport of the Brussels-Capital Region.

The project, which is scheduled for completion and commissioning by the end of 2007, comprises three separate elements:

a) Acquisition of new rolling stock: 15 metro railcars, 27 tramcars (32 m), 19 tramcars with enhanced capacity (43 m), 12 minibuses, 32 articulated buses, 360 single-deck buses.

b) Replacement or extension of track infrastructure. The main works under this programme are as follows:

1. Tramline 55: extension of North track section up to NATO and extension of South track section up to Fond de Calevoet.

2. Tramline 52: deviation works to integrate Quai des Usines into network.

3. Tramline 94: extension of South track section from Boitsfort to Auderghem.

4. Tramlines 39/44: extension of East track section from Montgomery to Schuman.

5. Tramline 56: deviation works on section of East track to relocate Marius Renard stop.

6. Tramline 82: deviation works on section of East track between Chaussée de Ninove, Beekkant, Machtens and Baeck stops.

In addition to these major project components, a number of smaller improvements are planned throughout the network.

c) Replacement, renovation or extension of depot buildings. This component comprises extension and renovation works at eight existing depots intended to house additional rolling stock, along with the upgrading of buildings and equipment for the maintenance of new trams and articulated buses:

* DEMETS (workshops) – general upgrade.

* HAREN (bus depot) - adaptation for articulated bus maintenance and general building upgrade.

* DELTA (combined metro and bus depot) – general upgrade.

* IXELLES (tram depot) – renovation and extension to accommodate new, larger trams.

* SCHAERBEEK (tram depot) renovation and upgrade of depot.

* WOLUWE (maintenance depot) – general upgrade.

* VANDERMEEREN (bus depot) – general upgrade.

* AVENUE DU ROI (tram depot) – general upgrade.

Contact :

Sabine Parisse
T: +352 43 79 31 38
Email: parisse@eib.org

 

[ Return to Top ]

 

We welcome your comments or suggestions regarding this webpage. Please e-mail Lillian Gilmour.

 

Transit Glossary Privacy Policy Employment Opportunities Related Links Local Transit Agencies
External Link to Federal Site External Link to Federal Site External Link to Federal Site External Link to Federal Site External Link to Federal Site External Link to Federal Site
Download Adobe Acrobat Reader Download Microsoft Word Viewer Download Microsoft Excel Viewer

This site is best viewed in Internet Explorer 6+ or Netscape 7+.

Department of Transportation FTA Home