Čtvrtek, 18. dubna 2024

Tendr - Rozšíření městské skládky pevného odpadu a jeho zpracování

Tendr - Rozšíření městské skládky pevného odpadu a jeho zpracování
Poland Krakow: ISPA - the execution of works connected with expansion of the Barycz municipal waste landfill in Krakow, including the accompanying investments according to project Krakow - solid waste treatment; stage I - contract-1A Stav tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky: 19.11.2002 Klíčová slova: odpad pevný , různá zařízení , různé práce , stavební práce Popis: *Rozšíření městské skládky pevného odpadu a jeho zpracování, příslušné souvisící práce. L-Krakow: ISPA - the execution of works connected with expansion of the Barycz municipal waste landfill in Krakow, including the accompanying investments according to project Krakow - solid waste treatment; stage I - contract-1A 2002/S 159-127347 2000/PL/16/P/PE/005-05 Works procurement notice 1. Publication reference: EuropeAid/111936/D/W/PL 2. Procedure: Open international. 3. Programme: ISPA. 4. Financing: Financing memorandum dated 18th December 2000/2000/PL/16/P/PE/005-1A and budget of the City of KrakĂłw. 5. Employer/implementing agency: Employer: Miejskie Przedsiebiorstwo Oczyszczania Spolka z o.o. w Krakowie, ul. Nowohucka 1, 31-580 Krakow, Poland. 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 ext. 546, 533, fax: ( 48 22) 849 20 98. Contract specification: 6. Contract description: The subject of this contract is the execution of works connected with expansion of the Barycz municipal waste landfill in Krakow including the accompanying investments according to project Krakow - solid waste treatment; stage I, as follows: section I: construction of stage 3 of the municipal solid waste landfill in Barycz. Section II: degassing of stage 2 of the municipal solid waste landfill in Barycz. Section III: land reclamation of stage 2 of the municipal solid waste landfill in Barycz. Section IV: construction and installation works for the composting plant at the municipal solid waste landfill in Barycz. Section V: accompanying investments: Va - modernization of the access roads to the municipal solid waste landfill in Barycz (Kurylowicza Str.); Vb - construction of a section of the sanitary collector Malinowka. The works contract is based on Conditions of Contract for Construction for Building and Engineering Works designed by the Employer, first edition in English published in 1999 by the International Federation of Consulting Engineers (FIDIC) and binding Polish law. 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 (consortium/joint venture) 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 (see also 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/index_en.htm) 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 all 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 150 000 EUR when submitting their tenders. 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 before 30 days after receipt by the tenderer of the contract signed by the Employer. 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 site inspection: An information meeting and site inspection will be held on September 17th 2002, at 11:00 local time at the offices of the Employer, i.e. Miejskie Przedsiebiorstwo Oczyszczania Spolka z.o.o. w Krakowie, ul. Nowohucka 1, 31-580 Krakow, Poland. All questions and answers raised will be recorded in the official minutes and circulated to all who purchased the tender documents. 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: 23 months from the notice to commence. Selection and award criteria: 16. Selection criteria: - Economic and financial capacity: the tenderers average annual turnover for the last 3 full financial years (2001, 2000, 1999) shall be at least 20 000 000 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 2 000 000 EUR. In the case of joint venture/consortium, the leading partner shall meet not less than 60% of the above criteria, and each of the other partners shall meet not less than 20% of the above criteria. A consistent history of awards against the tenderer or any partner of a joint venture/consortium or the existence of a high value dispute, which may threaten the financial standing of the tenderer may result in rejection of the tender. - Professional capacity: the tenderer must be registered as capable of carrying out specified works. The tenderer shall have experience in execution of works of similar nature, extent and value. The tenderer shall have completed as a main contractor at least 1 project of the nature and complexity comparable to the tendered works in the last 3 years of a total value not less than 3 000 000 EUR. Additionally, the tenderers experience (including subcontractors) shall cover: at least one landfill for communal waste with sealing and ground water and leachate drainage, the earthworks of the total volume of no less than 100 000 m3, the asphalt concrete roadworks min. 10 000 m2, the drilling of at least 3 bore holes on the municipal solid waste landfills, at least 500 m of sewerage of dimension at least 0,4 m. Key personnel should be suitably qualified to fill the positions stated in the tender documents in relation to number and years of experience: (i) project manager should have at least 12 years of professional experience and 5 years experience in works consistent with the contract (including at least 5 years as a manager of similar works); (ii) construction manager should have at least 7 years of professional experience and 3 years experience in works consistent with the contract (including at least 3 years as a manager of similar works); (iii) works manager (with professional experience with installations) should have at least 7 years of professional experience and 3 years experience in works consistent with the contract (including at least 3 years as a manager of similar works); (iv) works manager (with professional experience with electrical installations) should have at least 7 years of professional experience and 3 years experience in works consistent with the contract (including at least 3 years as a manager of similar works); (v) land surveyor (with professional experience with land surveying) should have at least 7 years of professional experience and 3 years experience in works consistent with the contract (including at least 3 years as a manager of similar works); (vi) a quality assurance manager should have at least 7 years of professional experience and 3 years experience in works consistent with the contract (including at least 3 years as a manager of similar works). - Technical capacity: the tenderer shall carry out at least 70% of the contract works by his own means. The contractors equipment shall be adequate for the contract works. The tenderer shall own or have access to the following key items of equipment: caterpillar excavators, capacity 1.5 m3, wheel excavators, capacity 1.5 m3, road roller - weight ›= 20 T, vibrators - weight ›= 250 kg, bulldozers, power ›= 100hP, boring rigs for drilling holes of 600 mm, welding equipment for PEHD pipes, welding equipment for PEHD lining, three-axis tipper truck, power 280-320 hP. The tenderer shall present a work programme in accordance with the requirements of the tender documents, 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 execution of 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 208 (building 1a), Konstruktorska 3a, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 533, 546, 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 of a non-refundable amount of 970 EUR plus 22% VAT paid to the National Fund for Environmental Protection and Water Management, account number 15401157-215-37009-1978-01 25 at BOS S.A. II O/O Warszawa, quoting ISPA Fund Department and reference No 2000/PL/16/P/PE/005-1A (Krakow). Alternatively, the amount of 3 500 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 2000/PL/16/P/PE/005-1A (Krakow). 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 208 (building 1a), Konstruktorska 3a, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 533, 546, 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 Implementing Agency 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 on November 19th 2002, at 15.30 local time at the latest. Any tender received after this deadline will not be considered. 20. Tender opening session: The tenders will be opened on November 20th 2002 at 11.00 local time in presence of tenderers representatives who wish to attend, at the premises of the National Fund for Environmental Protection and Water Management at the address given above. 21. Legal basis: Council Regulation No 1267/1999 of 21 June 1999 establishing an instrument for structural policies for pre-accession (ISPA) as amended. Council Regulation No 2500/2001 of 17 December 2001, extending the list of countries eligible to participate in tenders and countries co-financed from pre-accession fund. publikováno: 27.08.2002
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