Tendr - Vybudování integrovaného systému po pevný odpad
Romania Bucharest: ISPA - main solid waste system in Piatra Neamt Stav tendru:
vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky: 08.11.2002
Klíčová slova: ISPA , odpad pevný , různá zařízení , různé stroje , stavební
práce , vozidla užitková Popis: Vybudování integrovaného systému po pevný odpad
v Piatra Neamt 2002/S 151-119514 1. Publication reference:
EuropeAid/112512/D/W/RO 2. Procedure: Open. 3. Programme: ISPA. 4. Financing:
Joint financing EC ISPA grant (financing memorandum No 2000/16/P/PE/001) and
municipal funds. 5. Contracting authority: The Central Finance and Contracting
Unit, Bucharest, Romania. Contract specification 6. Contract description: The
project consists in design, construction and supply of an integrated system for
the solid waste management, collection and recycling in the City of Piatra
Neamt. The total works comprise: 1. construction of approx. 1 000 collection
points throughout the city and delivery of the collection equipment, for a
collection system based on source separation; 2. set-up of a recycling station;
3. supply of vehicles for waste collection; 4. construction of a technical
service centre for the maintenance and repair of equipment; 5. a plastic sorting
and baling plant; 6. a bottle sorting plant; 7. supply and installation of a
concrete crusher with metal separator; 8. closure of the existing uncontrolled
landfill; 9. extension of the new modern landfill with a multi-membrane and
collection system for leachate. The works must be made in conjunction with
Danish Environmental Protection Authority financed composting plant.
Approximately 125 000 inhabitants will be served by the new Municipal Solid
Waste System. The amount of waste is estimated at approx. 110 000 m3/year. The
design load is based on estimated demand for 2010. The included reserve capacity
allows for future additional connections and industry demand. In addition, the
Municipal Solid Waste System will be designed with possibility for future
extension. 7. Number and titles of lots: The works are not divided into lots
(sections). Conditions of participation 8. Eliparticipating either individually
or in a grouping (consortium) of tenderers of the Member States and the
countries and territories instruments applicable to the programme under which
the contract is financed (see also item 21 below). 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/scr/index_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 one tender for one or several
lots. Tenders for parts of a lot will not be considered. Any tenderer may state
in its tender that it would offer a discount in the event that its 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. 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(s) 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 which has
submitted the next lowest, compliant tender. 13. Information meeting and/or site
visit: An optional information meeting and site visit will be held on 17
September 10.00 hours local time at: Municipality of Piatra Neamt, City Council
Main Conference Room, Municipal Exhibition Complex, Republicii Boulevard, 9A,
5600 Piatra Neamt, Romania, tel.: 40 233 218991, fax: 40 233 215 374. For
confirming the participation, an information fax shall be sent to CFCU. 14.
Tender validity: Tenders must remain valid for a period of 90 days after the
deadline for submission of tenders. 15. Maximum delivery period: Time for
completion of the works is 24 months. Selection and award criteria 16. Selection
criteria: The minimum qualifying criteria for each tenderer includes: 1. must be
a registered firm or natural person legally capable of carrying out the
specified works;2. general experience: the tenderer shall meet the following
minimum criteria: a. average annual turnover over the last 3 years of 12 000 000
EUR equivalent, b. successful experience as main contractor in the execution of
at least one project with the value of minimum 8 000 000 EUR and of one project
with the value of minimum 5 000 000 EUR; each of the projects shall be of a
nature and complexity comparable to the proposed contract and completed within
the last 7 years, c. successful experience as main designer (himself or a
nominated design consultant) of at least one project with the value of minimum 6
000 000 EUR and of one project with the value of minimum 3 000 000 EUR; each of
the projects shall be of a nature and complexity comparable to the proposed
contract and completed within the last 7 years; 3. financial standing: a.
financial resources: the tenderer shall demonstrate, by a bank statement from
his bank, that he has available or he has access to liquid assets, lines of
credit, or other financial means, not less than 2 400 000 EUR equivalent, apart
of the applicants commitments for other contracts, b. financial position: the
audited financial statements for the last 3 years as well as documented cashflow
projections for the next 2 years shall be submitted and must demonstrate the
soundness of the applicants financial position, showing long-term profitability;
1. litigation history: the applicant shall provide accurate information on any
current or past litigation or arbitration resulting from contracts completed,
terminated, or under execution by him over the last five years. A consistent
history of awards against the tenderer may lead to the rejection of the tender;
2. joint ventures/consortia shall meet the following particular qualification
criteria: a) the leading partner shall meet no less than 50% of the general
experience and financial resources criteria set above i.e.: i. average annual
turnover over the last 3 years of 6 000 000 EUR equivalent, ii. successful
experience as main contractor in the execution of at least one project with the
value of minimum 4 000 000 EUR and of one project with the value of minimum 2
500 000 EUR; each of the projects should be of a nature and complexity
comparable to the proposed contract and completed within the last 7 years, iii.
the leading partner shall demonstrate, by a bank statement from his bank, that
he has available or he has access to, liquid assets, lines of credit, or other
financial means not less than 1 200 000 EUR equivalent, apart of the applicants
commitments for other contracts, b) the joint venture/consortium must satisfy
collectively the general experience and financial resources criteria stated
above, c) each individual member shall satisfy the sound financial position and
litigation history criteria; 3. the appointed subcontractors (for more than 10%
of the contract value) shall meet the sound financial position and litigation
history criteria. 17. Award criteria: Price. Tendering 18. How to obtain the
tender dossier: The tender dossier is available from: Central Finance and
Contracting Unit, 3638 Mendeleev Street, Sector 1, Bucharest, Romania, tel.: 401
313 66 28, 401 313 66 30, fax: 401 312 42 08, Attn: Mrs Daniela Beuran, Project
Manager, and will be forwarded to the tenders within 3 days upon payment of 1
000 EUR, which excludes courier delivery, in the bank account specified below:
bank account: 255 52 000 000 1 account holder: Central Finance and Contracting
Unit bank name: ABN AMRO Bank bank address: Expozitiei Bvd., Bucharest, Romania
SWIFT: ABNAROBU The tender dossier 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 CFCU (mentioning the publication reference
shown in item 1) at least 21 days before the deadline for submission of tenders
given in item 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: The deadline for the submission of offers is
8 of November at 16.00 hours local time. Any tender received after this deadline
will not be considered. 20. Tender opening session: The public opening session
will take place on 11 of November at 10.00 hours local time. 21. Legal basis:
Council Regulation (EC) No 1267/1999 of 21 June 1999, establishing an instrument
for structural policies for pre-accession as amended by the Council Regulation
(EC) No 2500/2001. publikováno: 06.08.2002
Romania
Bucharest: ISPA - main solid waste system in Piatra Neamt
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 08.11.2002
Klíčová slova: ISPA ,
odpad pevný ,
různá zařízení ,
různé stroje ,
stavební práce ,
vozidla užitková
Popis:
Vybudování integrovaného systému po pevný odpad v Piatra Neamt
2002/S 151-119514
1.
Publication reference: EuropeAid/112512/D/W/RO
2.
Procedure: Open.
3.
Programme: ISPA.
4.
Financing: Joint financing EC ISPA grant (financing memorandum No 2000/16/P/PE/001) and municipal funds.
5.
Contracting authority: The Central Finance and Contracting Unit, Bucharest, Romania.
Contract specification
6.
Contract description: The project consists in design, construction and supply of an integrated system for the solid waste management, collection and recycling in the City of Piatra Neamt. The total works comprise:
1. construction of approx. 1 000 collection points throughout the city and delivery of the collection equipment, for a collection system based on source separation;
2. set-up of a recycling station;
3. supply of vehicles for waste collection;
4. construction of a technical service centre for the maintenance and repair of equipment;
5. a plastic sorting and baling plant;
6. a bottle sorting plant;
7. supply and installation of a concrete crusher with metal separator;
8. closure of the existing uncontrolled landfill;
9. extension of the new modern landfill with a multi-membrane and collection system for leachate.
The works must be made in conjunction with Danish Environmental Protection Authority financed composting plant. Approximately 125 000 inhabitants will be served by the new Municipal Solid Waste System. The amount of waste is estimated at approx. 110 000 m3/year. The design load is based on estimated demand for 2010. The included reserve capacity allows for future additional connections and industry demand. In addition, the Municipal Solid Waste System will be designed with possibility for future extension.
7.
Number and titles of lots: The works are not divided into lots (sections).
Conditions of participation
8.
Eliparticipating either individually or in a grouping (consortium) of tenderers of the Member States and the countries and territories instruments applicable to the programme under which the contract is financed (see also item 21 below). 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/scr/index_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 one tender for one or several lots. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its 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.
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(s) 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 which has submitted the next lowest, compliant tender.
13.
Information meeting and/or site visit: An optional information meeting and site visit will be held on 17 September 10.00 hours local time at: Municipality of Piatra Neamt, City Council Main Conference Room, Municipal Exhibition Complex, Republicii Boulevard, 9A, 5600 Piatra Neamt, Romania, tel.: 40 233 218991, fax: 40 233 215 374. For confirming the participation, an information fax shall be sent to CFCU.
14.
Tender validity: Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.
Maximum delivery period: Time for completion of the works is 24 months.
Selection and award criteria
16.
Selection criteria: The minimum qualifying criteria for each tenderer includes: 1. must be a registered firm or natural person legally capable of carrying out the specified works;2. general experience: the tenderer shall meet the following minimum criteria: a. average annual turnover over the last 3 years of 12 000 000 EUR equivalent, b. successful experience as main contractor in the execution of at least one project with the value of minimum 8 000 000 EUR and of one project with the value of minimum 5 000 000 EUR; each of the projects shall be of a nature and complexity comparable to the proposed contract and completed within the last 7 years, c. successful experience as main designer (himself or a nominated design consultant) of at least one project with the value of minimum 6 000 000 EUR and of one project with the value of minimum 3 000 000 EUR; each of the projects shall be of a nature and complexity comparable to the proposed contract and completed within the last 7 years; 3. financial standing: a. financial resources: the tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to liquid assets, lines of credit, or other financial means, not less than 2 400 000 EUR equivalent, apart of the applicants commitments for other contracts, b. financial position: the audited financial statements for the last 3 years as well as documented cashflow projections for the next 2 years shall be submitted and must demonstrate the soundness of the applicants financial position, showing long-term profitability; 1. litigation history: the applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed, terminated, or under execution by him over the last five years. A consistent history of awards against the tenderer may lead to the rejection of the tender; 2. joint ventures/consortia shall meet the following particular qualification criteria: a) the leading partner shall meet no less than 50% of the general experience and financial resources criteria set above i.e.: i. average annual turnover over the last 3 years of 6 000 000 EUR equivalent, ii. successful experience as main contractor in the execution of at least one project with the value of minimum 4 000 000 EUR and of one project with the value of minimum 2 500 000 EUR; each of the projects should be of a nature and complexity comparable to the proposed contract and completed within the last 7 years, iii. the leading partner shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means not less than 1 200 000 EUR equivalent, apart of the applicants commitments for other contracts, b) the joint venture/consortium must satisfy collectively the general experience and financial resources criteria stated above, c) each individual member shall satisfy the sound financial position and litigation history criteria; 3. the appointed subcontractors (for more than 10% of the contract value) shall meet the sound financial position and litigation history criteria.
17.
Award criteria: Price.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from: Central Finance and Contracting Unit, 3638 Mendeleev Street, Sector 1, Bucharest, Romania, tel.: 401 313 66 28, 401 313 66 30, fax: 401 312 42 08, Attn: Mrs Daniela Beuran, Project Manager, and will be forwarded to the tenders within 3 days upon payment of 1 000 EUR, which excludes courier delivery, in the bank account specified below:
bank account: 255 52 000 000 1
account holder: Central Finance and Contracting Unit
bank name: ABN AMRO Bank
bank address: Expozitiei Bvd., Bucharest, Romania
SWIFT: ABNAROBU
The tender dossier 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 CFCU (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 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: The deadline for the submission of offers is 8 of November at 16.00 hours local time. Any tender received after this deadline will not be considered.
20.
Tender opening session: The public opening session will take place on 11 of November at 10.00 hours local time.
21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999, establishing an instrument for structural policies for pre-accession as amended by the Council Regulation (EC) No 2500/2001.
publikováno: 06.08.2002
Sdílet článek na sociálních sítích