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
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