Pátek, 19. dubna 2024

Tendr -Modernizace čističky odpadních vod

Tendr -Modernizace čističky odpadních vod
Warsaw: ISPA - modernization of wastewater treatment plant Lyna in Olsztyn Stav tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky: 15.10.2002 Klíčová slova: čistírny odpadních vod , ISPA , různé práce , silnice , stavební práce Popis: Modernizace čističky odpadních vod Lyna , Olsztyn 2002/S 137-106766 2000/PL/16/P/PE/014-01 1. Publication reference: EUROPEAID/111950/D/W/PL 2. Procedure: Open international. 3. Programme: ISPA. 4. Financing: ISPA financing memorandum, 2000/PL/16/P/PE/014, National Fund for Environmental Protection and Water Mangement, Municipal budget of the municipality of Olsztyn, Municipal Waterworks and Sewers Co. in Olsztyn. 5. Employer/Implementing Agency: Employer: Municipality of Olsztyn, 10-201 Olsztyn, Pl. Jana Pawla II. Tel.: ( 48 87) 527 31 11. Implementing Agency: National Fund for Environmental Protection and Water Management, ISPA Fund Department, Konstruktorska 3a, 02-673 Warsaw, Poland. Tel.: ( 48-22) 849 00 80-543/531/532. Fax: ( 48-22) 849 20 98. Contract specification 6. Contract description: Scope of the works covers the construction works, mechanical, hydraulic and technological start up of waste water treatment plants (WWTP) utilities such as: wastewater utilities, sludge utilities and biogas utilities; execution of electrical installations and automatic systems; construction of roads. The works to be constructed and executed shall be governed by FIDIC conditions of contract for construction for building and engineering works designed by the employer, General Conditions, first edition 1999. 7. Number and titles of lots: No division into lots. 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 (joint venture/consortium) of tenderers] of the Member States and the countries and territories of regions covered and/or authorized by the ISPA Regulation 1267/99 (i.e. Bulgaria, Czech Republic, Estonia, Hungary, Latvia, Lithuania, Poland, Romania, Slovakia, Slovenia and Cyprus, Malta, Turkey), or other specific instruments applicable to the programme under which the contract is financed (see 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: ) and that they [including all partners of a joint venture/consortium] and their subcontractors have not: - provided consulting services during the preparatory stages of the works, or of the project of which the works form a part, or - been hired or intended to be hired, as the engineer for the contract. 10. Number of tenders: Tenderers (including firms within the same legal group, other members of the same joint venture/consortium, and subcontractors) may submit only one tender for the whole of the works. Tenderers may not provide a tender for a variant solution in addition to their tender for the works required in the tender dossier. Tenders for parts of the works will not be evaluated. 11. Tender guarantee: Tenderers must provide a tender guarantee of 200 000 EUR when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties. 12. Performance guarantee: The successful tenderer will be requested to provide a performance 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 who has submitted the next lowest, compliant tender. 13. Information meeting and/or site inspection: A clarification meeting and a site visit will not be held by the employer. The tenderer is obliged to visit and inspect the site of the works and its surrounds for the purpose of assessing, at his own responsibility, expense and risk, all data which may be necessary to prepare his tender and sign the contract for the works. All tenderers shall inculde in their offer their certificate of individual site visit. 14. Tender validity: Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. 15. Maximum time for completion: 15 months from the commencement date. Selection and award criteria 16. Selection criteria: - Economic and financial capacity: The tenderers average annual turnover for the last 3 full financial years shall be at least 25 000 000 EUR. Tenderer also 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 available for the execution of the project (i.e. not already committed to other activities) should be a minimum of 4 000 000 EUR. In case of joint venture/consortium leading partner shall meet not less than 50% of the above criteria and each of the other partners shall meet not less than 25% of the above criteria. The tenderer shall demonstrate a sound financial position. A consistent history of awards against the tenderer or any partner of a joint venture/consortium or the existant of a high value dispute, which may threaten the financial standing of the tenderer, may result in rejection of the tender. - Professional capacity: a. The tenderer shall be a registered firm, or natural person, capable of carrying out the specified works, i.e.: construction works, mechanical, hydraulic and technological start up of waste water treatment plants (WWTP) utilities such as: wastewater utilities, sludge utilities and biogas utilities; execution of electrical installations and automatic systems; construction of roads. b. The tenderer, over the last 5 years, shall have completed as main contractor at least 3 projects, with the nature and complexity comparable to the tendered works, including at least 2 of a value not less than 10 000 000 EUR. This experience shall cover: 2 wastewater treatment plants each approximately 40 000 m3/d. The contractors representative, works manager and surveyors should have at least 10 years of experience in similar works (include at least 5 years as a manager in similar works). Other managers (include construction manager, wastewater installation works manager and electrical installations works manager) should have at least 10 years of experience in similar works (include at least 5 years as a manager in similar works). - Technical capacity: The tenderer shall carry out at least 70% of the contract works by his own means. Contractors equipment shall be adequate for contract execution. Contractor shall own or have access to the following key items of equipment: excavator of 0,6 m3 bucket (minimum 2 pcs), loading machine of 1,0 m3 bucket (minimum 1 pcs), travelling crane - hoisting 8 T (minimum 2 pcs), hoisting crane - (hoisting 32 T) (minimum 1 pcs), concrete manufacturing plant (minimum 200 m3/day) (minimum 1 psc), wellpoints (minimum 3 pcs), truck concrete mixer (minimum capacity 6 m3) (3 pcs), dump truck (minimum capacity 15 000 kg) (minimum 2 pcs.), welding machine (minimum 2 pcs), shuttering form (minimum 1 set). The tenderer shall present a work programme in accordance with the requirements of the tender dossier, comprehensive method statements, cash flow forecast (monthly estimates covering the duration of the works) and the quality assurance/control system to be applied during the works. 17. Award criteria: Price. Tendering 18. How to obtain the tender dossier: The tender dossier is available from the Implementing Agency, i.e.: National Fund for Environmental Protection and Water Management, ISPA Fund Department, room No 208 (building 1a), PL 02-673 Warsaw, Konstruktorska 3a, Poland. Tel.: ( 48-22) 849 00 80 ext. 543, 531, 532. Fax: ( 48-22) 849 20 98, from the date of the works procurement notice, but not later than two weeks before tender opening against a written application and upon presentation of certificate of payment a non-refundable amount of 1 000 EUR plus 22% VAT paid to the National Fund for Environmental Protection and Water Management account number 5401157-215-37009-1978-01 25 at BO? S.a. II O/O Warszawa, quoting ISPA Fund Department and reference No SCRE/111950/D/W/PL (Olsztyn). Alternatively, the amount of 3 600 PLN plus 22% VAT may be paid in by money transfer to the National Fund for Environmental Protection and Water Management account number 82101010100068391896900000 at NBP o/o Warszawa, quoting ISPA Fund Department and reference No SCRE/111950/D/W/PL (Olsztyn). The charge includes courier delivery. Tenderer is asked to provide the National Fund for Environmental Protection and Water Management with an authorization for issuing the VAT invoice without signature and with the tax identification number (Polish tenderers only). Tender documents are also available for inspection at the premises of the National Fund for Environmental Protection and Water Management. 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 Implementing Agency, i.e.: National Fund for Environmental Protection and Water Management, ISPA Fund Department, room No 208 (building 1a), PL 02-673 Warsaw, Konstruktorska 3a, Poland. Tel.: ( 48-22) 849 00 80 ext. 543, 531, 532. Fax: ( 48-22) 849 20 98, (quoting the publication reference in 1) at least 21 days before the deadline for submission of tenders given in 19. The National Fund for Environmental Protection and Water Management after consultation with the employer must reply to all tenderers questions at least 11 days before the deadline for submission of tenders. 19. Deadline for submission of tenders: The tenders must be delivered not later than October 15th 2002 at 12:30 local time at the latest. Any tender received after this deadline will not be considered. 20. Tender opening session: Tenders shall be opened on October 15th 2002 at 13.00 local time in presence of tenderers representatives who wish to attend, at the premises of National Fund for Environmental Protection and Water Management at the address given above. 21. Legal basis: Council Regulation No 1267/99 of 21st June 1999 establishing an Instrument for Structural Policies for Pre-accession (ISPA) as amended. publikováno: 19.07.2002
Sdílet článek na sociálních sítích

Partneři

Asekol - zpětný odběr vysloužilého elektrozařízení
Ekolamp - zpětný odběr světelných zdrojů
ELEKTROWIN - kolektivní systém svetelné zdroje, elektronická zařízení
EKO-KOM - systém sběru a recyklace obalových odpadů
INISOFT - software pro odpady a životní prostředí
ELKOPLAST CZ, s.r.o. - česká rodinná výrobní společnost která působí především v oblasti odpadového hospodářství a hospodaření s vodou
NEVAJGLUJ a.s. - kolektivní systém pro plnění povinností pro tabákové výrobky s filtry a filtry uváděné na trh pro použití v kombinaci s tabákovými výrobky
E.ON Energy Globe oceňuje projekty a nápady, které pomáhají šetřit přírodu a energii
Ukliďme Česko - dobrovolnické úklidy
Kam s ním? - snadné a rychlé vyhledání míst ve vašem okolí, kde se můžete legálně zbavit nechtěných věcí a odpadů