Tendr - Výstavba čističek odpadních vod
Bulgaria Sofia: ISPA - construction of wastewater treatment plants in the
Maritsa River basin Stav tendru: vypsaný tendr Banka: Evropská unie - program
ISPA Datum uzávěrky: 07.10.2002 Klíčová slova: čistírny odpadních vod , ISPA
Popis: Výstavba čističek odpadních vod 2002/S 129-100453 Stara Zagora and
Dimitrovgrad, Bulgaria 1. Publication reference: EUROPEAID/112354/D/W/BG 2.
Procedure: Open. 3. Programme: ISPA and EIB loan. 4. Financing: The project is
co-financed by the European Union in accordance with a grant from the Instrument
for Structural Policies for Pre-accession (ISPA), a loan from the EIB and
Bulgarian Governments contribution. 5. Contracting authority: ISPA Implementing
Agency- Joint Department, Ministry of Regional Development and Public Works and
Ministry of Environment and Water (ISPA IA - JD, MRDPW & MoEW), Sofia, Bulgaria.
Contract specification 6. Contract description: The scope of works for both lot
1 and lot 2 is the design, construction and commissioning of a complete and
fully functional wastewater treatment plant, together with connecting sewer to
the existing collection system. Additionally the scope of services to be
provided by the contractor includes selection and training of the operations and
maintenance personnel and supervision of operation and maintenance of the
wastewater treatment plants for a period of 2 years from the issue of the taking
over certificate. The process solution for each stage of treatment is to be
proposed by the contractor except for mandatory components such as inlet works,
sludge treatment facilities and buildings. 7. Number and titles of lots: Lot 1 -
Construction of wastewater treatment plant in the city of Stara Zagora. Lot 2 -
Construction of wastewater treatment plant in the city of Dimitrovgrad.
Conditions of participation 8. Eligibility and rule of origin: Participation is
open on equal terms to all natural and legal persons [participating either
individually or in a grouping (consortium) of tenderers] of the Member States
and the countries and territories of the regions covered and/or authorized by
the regulation or other specific instruments applicable to the programme under
which the contract is financed (as in 21). All goods provided for this contract
must originate in these countries. 9. Grounds for exclusion: Tenderers must
provide a declaration that they are not in any of the situations listed in
Section 2.3 of the Manual of Instructions for External Relations contracts
(available from the following Internet address:
http://europa.eu.int/comm/europeaid/home_en.htm). 10. Number of tenders:
Tenderers (including firms within the same legal group, other members of the
same consortium, and subcontractors) may submit only 1 tender for 1 or several
lots. Tenders for parts of a lot will not be considered. Any tenderer may state
in their tender that they would offer a discount in the event that their tender
is accepted for more than one lot. Tenderers may not provide a tender for a
variant solution in addition to their tender for the supplies required in the
tender dossier. Only the variant proposal of the least expensive compliant
tender conforming to the original requirements of the tender documents shall be
considered by the employer. 11. Tender security: Tenderers must provide a tender
security (guarantee) in euro of the range of 2% of their tender price when
submitting their tender. This guarantee will be released to unsuccessful
tenderers once the tender procedure has been completed and to the successful
tenderer(s) upon signature of the contract by all parties. 12. Performance
security (guarantee): The successful tenderer will be requested to provide a
performance security (guarantee) of 10% of the contract value in euro when
countersigning the contract. This must be delivered within 30 days after receipt
by the tenderer of the contract signed by the contracting authority. If the
selected tenderer fails to provide such a guarantee within this period, the
contract will be void and a new contract may be drawn up and sent to the
tenderer which has submitted the next lowest compliant tender. 13. Information
meeting and/or site visit: A mandatory clarification meeting followed by site
visit will be held on 14 or 15 August 2002 at (10.00) local time, at a venue on
one of the two cities. The exact location and meeting agenda will be circulated
to registered tenderers (registered by the contracting authority when they buy
the tender dossier) at least two weeks before the meeting day. Attendance to be
confirmed before 9 August 2002 at the following address: The Ministry of
Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202
Sofia, Bulgaria, 4th floor, room 413, 414, 415. 14. Tender validity: Tenders
must remain valid for a period of 90 days after the deadline for submission of
tenders. 15. Maximum delivery period: The construction period is 920 days
followed by a defect notification period of 720 days. Selection and award
criteria 16. Selection criteria: The minimum qualifying criteria for a sole
tenderer shall include: the tenderer shall be a registered firm or natural
person capable of carrying out the specified works; all key personnel shall have
at least 8 years of adequate experience and proven qualifications relevant to
their position and the work of a similar nature to this project; the tenderer
must have a minimum of the average annual turnovers in the past 3 years of at
least 1,5 times the total price for tendered lot(s); the tenderer shall have
total equity (reported as total paid in share capital, less any amounts owed by
the shareholders) of at least 3% of the annual turnover; the total debt
(reported as the sum of short and long term loans and the net present value of
leasing contracts for assets, excluding ordinary accounts payables) of the
tenderer shall be less than four times the equity reported as above; annual
operating profit (including all administrative and financial expenditure,
depreciation according to plan but excluding extraordinary expenditure and
income as well as taxes) of the tenderer must be positive for at least two of
the previous three years; the tenderer (i.e. he may have subcontractors, but he
is not a partner in a joint venture for the purposes of the tender) shall
demonstrate to be able to carry out at least 70% of the contract works by his
own means, defined as meaning that he must have the equipment, materials, human
and financial resources necessary to enable him to carry out this percentage of
the contract; the tenderer must have access to credit and other financial
facilities adequate to assure the required cash flow for the duration of the
contract. In any case the credit amount should exceed 4 000 000 EUR for lot 1
and 2 000 000 EUR for lot 2; the tenderer shall have successfully completed at
least 3 projects of similar nature/amount/complexity comparable to the tendered
works over the last 6 years when tendering for one or two lots. The employer
reserves the right to ask for copies of the respective certificates of final
reception signed by the project managers/employer of the concerned projects. The
minimum qualifying criteria for a joint-venture tenderer shall include: all
partners in the joint-venture shall be registered firms or natural persons
capable of carrying out the specified works or parts thereof; all key personnel
shall have at least 8 years of adequate experience and proven qualifications
relevant to their position and the works of a similar nature to this project;
the leading partner must have a minimum of the average annual turnovers in the
past 3 years of at least 1,5 times the total price for tendered lot(s); the
joint-venture as a whole must have a minimum of the average annual turnovers in
the past 3 years of at least 1,5 times the total price for tendered lot(s); the
leading partner in a joint venture/consortium shall have the ability to carry
out at least 50% of the contract works by his own means; the leading partner of
the joint-venture shall have total equity (reported as total paid in share
capital, less any amounts owed by the shareholders) of at least 3% of the annual
turnover; the total debt (reported as the sum of short and long term loans and
the net present value of leasing contracts for assets, excluding ordinary
accounts payables) of the leading partner of a consortium shall be less than
four times the equity reported as above; annual operating profit (including all
administrative and financial expenditure, depreciation according to plan but
excluding extraordinary expenditure and income as well as taxes) of the leading
partner must be positive for at least two of the previous three years; any
partner in a joint venture/consortium (i.e. not the leading partner) shall carry
out at least 10% of the contract works by his own means; the leading partner
shall have completed at least 2 projects of similar nature/amount/complexity
comparable to the tendered works over the last 5 years when tendering for one or
two lots. The employer reserves the right to ask for copies of the respective
certificates of final reception signed by the project managers/employer of the
concerned projects; the leading partner must have access to credit and other
financial facilities adequate to assure the required cash flow for the duration
of the contract. In any case the credit amount should exceed 4 000 000 EUR for
lot 1 and 2 000 000 EUR for lot 2; the joint-venture as a whole shall have
successfully completed at least 3 projects of similar nature/amount/complexity
comparable to the tendered works over the last 6 years when tendering for one or
two lots. The employer reserves the right to ask for copies of the respective
certificates of final reception signed by the project managers/employer of the
concerned projects. 17. Award criteria: The lowest whole-life cost. Tendering
18. How to obtain the tender dossier: The tender dossier is available from: The
Ministry of Regional Development and Public Works, 17-19, Kiril I Metodii
Street, 1202 Sofia, Bulgaria, attn Mr Victor Kolarov, Head of ISPA IA, 4th
floor, room 415. Upon payment of 860 EUR, which excludes courier delivery. It is
also available for inspection at the premises of the contracting authority.
Tenders must be submitted using the standard tender form included in the tender
dossier, whose format and instructions must be strictly observed. Tenderers with
questions regarding this tender should send them in writing to: The Ministry of
Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202
Sofia, Bulgaria, attn Mr Victor Kolarov, Head of ISPA IA, 4th floor, room 415,
tel.: 3592 9405 200, fax: 3592 9881 541, e-mail: pimu_jd@mrrb.government.bg;
vkolarov@mrrb.government.bg (quoting the publication reference in 1) at least 21
days before the deadline for submission of tenders in 19. The contracting
authority must reply to all tenderers questions at least 11 days before the
deadline for submission of tenders. 19. Deadline for submission of tenders: All
tenders must be received at ISPA IA - Joint Department before 17.00 local time
on 7 October 2002, by registered letter with acknowledgement of receipt or
hand-delivered against receipt signed by the tenderer or his representative. Any
tender received after this deadline will not be considered. 20. Tender opening
session: Tender opening session will be held on 8 October 2002, 10.00 h local
time, at the following address: The Ministry of Regional Development and Public
Works, 17-19, Kiril I Metodii Street, 1202 Sofia, Bulgaria, 3rd floor, the
Collegiums Hall. 21. Legal basis: Council Regulation (EC) No 1267/1999 of 21
June 1999 establishing an Instrument for Structural Policies for Pre-accession.
Council regulation (EC) No 2500/2001 of 17 December 2001 concerning
pre-accession financial assistance for Turkey and amending Regulations (EEC) No
3986/89, (EC) No 1267/1999, (EC) No 1268/1999 and (EC) No 555/2000. publikováno:
12.07.2002
Bulgaria
Sofia: ISPA - construction of wastewater treatment plants in the Maritsa River basin
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 07.10.2002
Klíčová slova: čistírny odpadních vod ,
ISPA
Popis:
Výstavba čističek odpadních vod
2002/S 129-100453
Stara Zagora and Dimitrovgrad, Bulgaria
1.
Publication reference: EUROPEAID/112354/D/W/BG
2.
Procedure: Open.
3.
Programme: ISPA and EIB loan.
4.
Financing: The project is co-financed by the European Union in accordance with a grant from the Instrument for Structural Policies for Pre-accession (ISPA), a loan from the EIB and Bulgarian Governments contribution.
5.
Contracting authority: ISPA Implementing Agency- Joint Department, Ministry of Regional Development and Public Works and Ministry of Environment and Water (ISPA IA - JD, MRDPW & MoEW), Sofia, Bulgaria.
Contract specification
6.
Contract description: The scope of works for both lot 1 and lot 2 is the design, construction and commissioning of a complete and fully functional wastewater treatment plant, together with connecting sewer to the existing collection system. Additionally the scope of services to be provided by the contractor includes selection and training of the operations and maintenance personnel and supervision of operation and maintenance of the wastewater treatment plants for a period of 2 years from the issue of the taking over certificate. The process solution for each stage of treatment is to be proposed by the contractor except for mandatory components such as inlet works, sludge treatment facilities and buildings.
7.
Number and titles of lots:
Lot 1 - Construction of wastewater treatment plant in the city of Stara Zagora.
Lot 2 - Construction of wastewater treatment plant in the city of Dimitrovgrad.
Conditions of participation
8.
Eligibility and rule of origin: Participation is open on equal terms to all natural and legal persons [participating either individually or in a grouping (consortium) of tenderers] of the Member States and the countries and territories of the regions covered and/or authorized by the regulation or other specific instruments applicable to the programme under which the contract is financed (as in 21). All goods provided for this contract must originate in these countries.
9.
Grounds for exclusion: Tenderers must provide a declaration that they are not in any of the situations listed in Section 2.3 of the Manual of Instructions for External Relations contracts (available from the following Internet address: http://europa.eu.int/comm/europeaid/home_en.htm).
10.
Number of tenders: Tenderers (including firms within the same legal group, other members of the same consortium, and subcontractors) may submit only 1 tender for 1 or several lots. Tenders for parts of a lot will not be considered. Any tenderer may state in their tender that they would offer a discount in the event that their tender is accepted for more than one lot. Tenderers may not provide a tender for a variant solution in addition to their tender for the supplies required in the tender dossier. Only the variant proposal of the least expensive compliant tender conforming to the original requirements of the tender documents shall be considered by the employer.
11.
Tender security: Tenderers must provide a tender security (guarantee) in euro of the range of 2% of their tender price when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties.
12.
Performance security (guarantee): The successful tenderer will be requested to provide a performance security (guarantee) of 10% of the contract value in euro when countersigning the contract. This must be delivered within 30 days after receipt by the tenderer of the contract signed by the contracting authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next lowest compliant tender.
13.
Information meeting and/or site visit: A mandatory clarification meeting followed by site visit will be held on 14 or 15 August 2002 at (10.00) local time, at a venue on one of the two cities. The exact location and meeting agenda will be circulated to registered tenderers (registered by the contracting authority when they buy the tender dossier) at least two weeks before the meeting day. Attendance to be confirmed before 9 August 2002 at the following address: The Ministry of Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202 Sofia, Bulgaria, 4th floor, room 413, 414, 415.
14.
Tender validity: Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.
Maximum delivery period: The construction period is 920 days followed by a defect notification period of 720 days.
Selection and award criteria
16.
Selection criteria: The minimum qualifying criteria for a sole tenderer shall include: the tenderer shall be a registered firm or natural person capable of carrying out the specified works; all key personnel shall have at least 8 years of adequate experience and proven qualifications relevant to their position and the work of a similar nature to this project; the tenderer must have a minimum of the average annual turnovers in the past 3 years of at least 1,5 times the total price for tendered lot(s); the tenderer shall have total equity (reported as total paid in share capital, less any amounts owed by the shareholders) of at least 3% of the annual turnover; the total debt (reported as the sum of short and long term loans and the net present value of leasing contracts for assets, excluding ordinary accounts payables) of the tenderer shall be less than four times the equity reported as above; annual operating profit (including all administrative and financial expenditure, depreciation according to plan but excluding extraordinary expenditure and income as well as taxes) of the tenderer must be positive for at least two of the previous three years; the tenderer (i.e. he may have subcontractors, but he is not a partner in a joint venture for the purposes of the tender) shall demonstrate to be able to carry out at least 70% of the contract works by his own means, defined as meaning that he must have the equipment, materials, human and financial resources necessary to enable him to carry out this percentage of the contract; the tenderer must have access to credit and other financial facilities adequate to assure the required cash flow for the duration of the contract. In any case the credit amount should exceed 4 000 000 EUR for lot 1 and 2 000 000 EUR for lot 2; the tenderer shall have successfully completed at least 3 projects of similar nature/amount/complexity comparable to the tendered works over the last 6 years when tendering for one or two lots. The employer reserves the right to ask for copies of the respective certificates of final reception signed by the project managers/employer of the concerned projects. The minimum qualifying criteria for a joint-venture tenderer shall include: all partners in the joint-venture shall be registered firms or natural persons capable of carrying out the specified works or parts thereof; all key personnel shall have at least 8 years of adequate experience and proven qualifications relevant to their position and the works of a similar nature to this project; the leading partner must have a minimum of the average annual turnovers in the past 3 years of at least 1,5 times the total price for tendered lot(s); the joint-venture as a whole must have a minimum of the average annual turnovers in the past 3 years of at least 1,5 times the total price for tendered lot(s); the leading partner in a joint venture/consortium shall have the ability to carry out at least 50% of the contract works by his own means; the leading partner of the joint-venture shall have total equity (reported as total paid in share capital, less any amounts owed by the shareholders) of at least 3% of the annual turnover; the total debt (reported as the sum of short and long term loans and the net present value of leasing contracts for assets, excluding ordinary accounts payables) of the leading partner of a consortium shall be less than four times the equity reported as above; annual operating profit (including all administrative and financial expenditure, depreciation according to plan but excluding extraordinary expenditure and income as well as taxes) of the leading partner must be positive for at least two of the previous three years; any partner in a joint venture/consortium (i.e. not the leading partner) shall carry out at least 10% of the contract works by his own means; the leading partner shall have completed at least 2 projects of similar nature/amount/complexity comparable to the tendered works over the last 5 years when tendering for one or two lots. The employer reserves the right to ask for copies of the respective certificates of final reception signed by the project managers/employer of the concerned projects; the leading partner must have access to credit and other financial facilities adequate to assure the required cash flow for the duration of the contract. In any case the credit amount should exceed 4 000 000 EUR for lot 1 and 2 000 000 EUR for lot 2; the joint-venture as a whole shall have successfully completed at least 3 projects of similar nature/amount/complexity comparable to the tendered works over the last 6 years when tendering for one or two lots. The employer reserves the right to ask for copies of the respective certificates of final reception signed by the project managers/employer of the concerned projects.
17.
Award criteria: The lowest whole-life cost.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from: The Ministry of Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202 Sofia, Bulgaria, attn Mr Victor Kolarov, Head of ISPA IA, 4th floor, room 415. Upon payment of 860 EUR, which excludes courier delivery. It is also available for inspection at the premises of the contracting authority. Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with questions regarding this tender should send them in writing to: The Ministry of Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202 Sofia, Bulgaria, attn Mr Victor Kolarov, Head of ISPA IA, 4th floor, room 415, tel.: 3592 9405 200, fax: 3592 9881 541, e-mail: pimu_jd@mrrb.government.bg; vkolarov@mrrb.government.bg (quoting the publication reference in 1) at least 21 days before the deadline for submission of tenders in 19. The contracting authority must reply to all tenderers questions at least 11 days before the deadline for submission of tenders.
19.
Deadline for submission of tenders: All tenders must be received at ISPA IA - Joint Department before 17.00 local time on 7 October 2002, by registered letter with acknowledgement of receipt or hand-delivered against receipt signed by the tenderer or his representative. Any tender received after this deadline will not be considered.
20.
Tender opening session: Tender opening session will be held on 8 October 2002, 10.00 h local time, at the following address: The Ministry of Regional Development and Public Works, 17-19, Kiril I Metodii Street, 1202 Sofia, Bulgaria, 3rd floor, the Collegiums Hall.
21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999 establishing an Instrument for Structural Policies for Pre-accession. Council regulation (EC) No 2500/2001 of 17 December 2001 concerning pre-accession financial assistance for Turkey and amending Regulations (EEC) No 3986/89, (EC) No 1267/1999, (EC) No 1268/1999 and (EC) No 555/2000.
publikováno: 12.07.2002
Sdílet článek na sociálních sítích