Tendr - Regionální skládky odpadů
Bulgaria ISPA - set of six regional waste disposal sites Stav tendru: vypsaný
tendr Banka: Evropská unie - program ISPA Datum uzávěrky: 06.01.2003 Klíčová
slova: čistírny odpadních vod , odpad nebezpečný , odpad pevný , různá zařízení
, různé práce Popis: *Regionální skládky odpadů - výstavba 6 skládek a 1
překládací stanice: příslušné budovy a zařízení vč. lokálních čistíren odpadních
vod, vnější přípojky, násypy, drenáže, odtoky průsakových vod, bioplyn a
souvisící zařízení vč. potrubí, provozní zařízení, monitorovací systém atd.
BG-Sofia: ISPA - set of six regional waste disposal sites located in Montana,
Pernik, Ruse, Sevlievo, Silistra and Sozopol in Bulgaria 2002/S 193-151815 Works
procurement notice 1. Publication reference: EUROPEAID/113434/D/W/BG 2.
Procedure: Open. 3. Programme: ISPA / Instrument for Structural Policies for
Pre-accession. 4. Financing: Financing memorandum ISPA 2000/BG/16/P/PE/002. The
co-financing from the European Commission and the award of contract are subject
to approval of changes to the corresponding ISPA financing memorandum. 5.
Contracting authority: ISPA Implementing Agency - Ministry of Environment and
Water, Sofia, Bulgaria(ISPA - IA - MOEW). Contract specification 6. Contract
description: The measure comprises construction of 6 regional landfills (near
Montana, Pernik, Ruse, Sevlievo, Silistra and Sozopol) and one waste transfer
station (near Sozopol) in Bulgaria. Main components: buildings and facilities at
the front area including local WWTPs; external connections; cells including
surrounding and partition dikes, bottom watertight sealing and drainage system
for collection and discharge of leachate, gas wells and pipelines; operation
equipment; monitoring system. 7. Indicative number and titles of lots: Lot 1:
landfill Sozopol. Lot 2: waste transfer station for Sozopol. Lot 3: landfill
Pernik. Lot 4: landfill Silistra. Lot 5: landfill Montana. Lot 6: landfill
Sevlievo. Lot 7: landfill Ruse. The bidders are allowed to tender for a separate
lot/s or for the whole package. 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 (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:
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 one tender for one 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 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 works required in the
tender dossier. 11. Tender guarantee: Tenderers must provide a tender security
(guarantee) of EUR of the range of 2% of their tender price per lot when
submitting their tender (separate tender bond for each lot included in the
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 for the contract of each lot 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 28 days of 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 site visit: An optional site visit will be held for each lot between
November 4 and November 25, 2002. The exact dates and the location will be
announced to registered tenderers (registered by the contracting authority when
they buy the tender dossier) in the tender dossier, letter of invitation to
tender. The registered tenderers must confirm attendance in writing 2 days
before the relevant site visit at the following address: Ministry of Environment
and Water, Department Strategy, Accession Programmes and Projects, 22 Maria
Louisa Boulevard, Sofia 1000, Bulgaria, fax: ( 359) 2 980 96 41. 14. Tender
validity: Tenders must remain valid for a period of 90 days after the deadline
for submission of tenders. 15. Maximum delivery period: Provisional time for
completion of construction up to 24 calendar months, followed by defect
notification period of 12 calendar months. Selection and award criteria 16.
Selection criteria: The minimum qualifying criteria for a sole tenderer 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 the works 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 the
tendererd lot(s) as per tenderers proposal; - the tenderer shall have total
equity for the past 3 years (reported as total paid in share capital less any
amounts owned by the shareholders) of at least 3% of the annual turnover as
reported under the previous point; - the total debt for the past 3 years
(reported as the sum of the short and long term loans and the net present value
of leasing contracts for assets, excluding ordinary accounts payable) of the
tenderer shall be less than 4 times the total equity as reported under the
previous point; - annual operating profit (including all administrative and
financial expenditures, 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: -
1 600 000 EUR for lot 1; - 200 000 EUR for lot 2; - 1 800 000 EUR for lot 3; - 2
000 000 EUR for lot 4; - 1 800 000 EUR for lot 5; - 1 500 000 EUR for lot 6; - 2
000 000 EUR for lot 7; - the tenderer shall have successfully completed at least
3 projects of the same nature/amount/complexity comparable to the tendered works
over the last 6 years. 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/consortium tenderer shall include: - all partners in the joint
venture/consortium 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 average annual turnovers in the past 3
years of at least 1,0 times the total price for the tendered lot(s) as per the
tenderers proposal; - the joint venture/consortium as a whole must have a
minimum of average annual turnovers in the past 3 years of at least 1,5 times
the total price for the tendered lot(s) as per the tenderers proposal; - 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/consortium 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 payable) of the leading partner 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
in a joint venture/consortium shall have completed at least 2 projects of the
same nature/amount/complexity comparable to the tendered works over the last 5
years. 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: - 1 600 000 EUR
for lot 1; - 200 000 EUR for lot 2; - 1 800 000 EUR for lot 3; - 2 000 000 EUR
for lot 4; - 1 800 000 EUR for lot 5; - 1 500 000 EUR for lot 6; - 2 000 000 EUR
for lot 7; - the joint venture/consortium as a whole shall have successfully
completed at least 3 projects of the same nature/amount/complexity comparable to
the tendered works over the last 6 years. 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: Price.
Tendering 18. How to obtain the tender dossier: The tender dossier is available
from the Ministry of Environment and Water, Department Strategy, Accession
Programmes and Projects, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria, tel.:
( 359) 2 940 62 60, fax: ( 359) 2 980 96 41 upon payment and proof of payment of
600 EUR per set of each lot, which excludes courier delivery into account No
9400369010, Code 62196214, in Bulbank - Sv. Nedelya Sq. No 7, Sofia, Bulgaria,
in the name of the Ministry of Environment and Water. 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 Ministry of Environment and
Water, Department Strategy, accession Programmes and Projects, 22 Maria Louisa
Boulevard, Sofia 1000, Bulgaria, fax: ( 359) 2 980 96 41 (quoting the
publication reference in 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: All tenders must be delivered
at the above mentioned address before January 6, 2003, 16.00 local time, by
courier or hand delivered with acknowledgement of receipt signed by
representative of Department Strategy, accession programmes and projects of
MOEW. Any tender received after this deadline will not be considered. 20. Tender
opening session: Tender opening session will be held on January 7, 2003, 10.30
local time at the following address: Ministry of Environment and Water, 22 Maria
Louisa Boulevard, Sofia 1000, Bulgaria. 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 3906/89, (EC) No 1267/1999, (EC) No 1268/1999 and (EC) No
555/2000. publikováno: 04.10.2002
Bulgaria
ISPA - set of six regional waste disposal sites
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 06.01.2003
Klíčová slova: čistírny odpadních vod ,
odpad nebezpečný ,
odpad pevný ,
různá zařízení ,
různé práce
Popis:
*Regionální skládky odpadů -
výstavba 6 skládek a 1 překládací stanice: příslušné budovy a zařízení vč. lokálních čistíren odpadních vod, vnější přípojky, násypy, drenáže, odtoky průsakových vod, bioplyn a souvisící zařízení vč. potrubí, provozní zařízení, monitorovací systém atd.
BG-Sofia: ISPA - set of six regional waste disposal sites located in Montana, Pernik, Ruse, Sevlievo, Silistra and Sozopol in Bulgaria
2002/S 193-151815
Works procurement notice
1.
Publication reference: EUROPEAID/113434/D/W/BG
2.
Procedure: Open.
3.
Programme: ISPA / Instrument for Structural Policies for Pre-accession.
4.
Financing: Financing memorandum ISPA 2000/BG/16/P/PE/002.
The co-financing from the European Commission and the award of contract are subject to approval of changes to the
corresponding ISPA financing memorandum.
5.
Contracting authority: ISPA Implementing Agency - Ministry of Environment and Water, Sofia, Bulgaria(ISPA - IA - MOEW).
Contract specification
6.
Contract description: The measure comprises construction of 6 regional landfills (near Montana, Pernik, Ruse, Sevlievo, Silistra
and Sozopol) and one waste transfer station (near Sozopol) in Bulgaria. Main components: buildings and facilities at the front
area including local WWTPs; external connections; cells including surrounding and partition dikes, bottom watertight sealing and
drainage system for collection and discharge of leachate, gas wells and pipelines; operation equipment; monitoring system.
7.
Indicative number and titles of lots: Lot 1: landfill Sozopol.
Lot 2: waste transfer station for Sozopol.
Lot 3: landfill Pernik.
Lot 4: landfill Silistra.
Lot 5: landfill Montana.
Lot 6: landfill Sevlievo.
Lot 7: landfill Ruse.
The bidders are allowed to tender for a separate lot/s or for the whole package.
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 (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:
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 one tender for one 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 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 works required in the tender
dossier.
11.
Tender guarantee: Tenderers must provide a tender security (guarantee) of EUR of the range of 2% of their tender price per lot
when submitting their tender (separate tender bond for each lot included in the 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 for the contract of each lot 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 28 days of
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 site visit: An optional site visit will be held for each lot between November 4 and November 25, 2002.
The exact dates and the location will be announced to registered tenderers (registered by the contracting authority when they
buy the tender dossier) in the tender dossier, letter of invitation to tender. The registered tenderers must confirm attendance in
writing 2 days before the relevant site visit at the following address:
Ministry of Environment and Water, Department Strategy, Accession Programmes and Projects, 22 Maria Louisa Boulevard,
Sofia 1000, Bulgaria, fax: ( 359) 2 980 96 41.
14.
Tender validity: Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.
Maximum delivery period: Provisional time for completion of construction up to 24 calendar months, followed by defect
notification period of 12 calendar months.
Selection and award criteria
16.
Selection criteria: The minimum qualifying criteria for a sole tenderer 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 the works 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 the tendererd lot(s) as per tenderers proposal;
- the tenderer shall have total equity for the past 3 years (reported as total paid in share capital less any amounts owned by
the shareholders) of at least 3% of the annual turnover as reported under the previous point;
- the total debt for the past 3 years (reported as the sum of the short and long term loans and the net present value of leasing
contracts for assets, excluding ordinary accounts payable) of the tenderer shall be less than 4 times the total equity as reported
under the previous point;
- annual operating profit (including all administrative and financial expenditures, 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:
- 1 600 000 EUR for lot 1;
- 200 000 EUR for lot 2;
- 1 800 000 EUR for lot 3;
- 2 000 000 EUR for lot 4;
- 1 800 000 EUR for lot 5;
- 1 500 000 EUR for lot 6;
- 2 000 000 EUR for lot 7;
- the tenderer shall have successfully completed at least 3 projects of the same nature/amount/complexity comparable to the
tendered works over the last 6 years. 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/consortium tenderer shall include:
- all partners in the joint venture/consortium 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 average annual turnovers in the past 3 years of at least 1,0 times the total price
for the tendered lot(s) as per the tenderers proposal;
- the joint venture/consortium as a whole must have a minimum of average annual turnovers in the past 3 years of at least 1,5
times the total price for the tendered lot(s) as per the tenderers proposal;
- 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/consortium 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 payable) of the leading partner 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 in a joint venture/consortium shall have completed at least 2 projects of the same
nature/amount/complexity comparable to the tendered works over the last 5 years. 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:
- 1 600 000 EUR for lot 1;
- 200 000 EUR for lot 2;
- 1 800 000 EUR for lot 3;
- 2 000 000 EUR for lot 4;
- 1 800 000 EUR for lot 5;
- 1 500 000 EUR for lot 6;
- 2 000 000 EUR for lot 7;
- the joint venture/consortium as a whole shall have successfully completed at least 3 projects of the same
nature/amount/complexity comparable to the tendered works over the last 6 years. 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: Price.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from the Ministry of Environment and Water, Department
Strategy, Accession Programmes and Projects, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria, tel.: ( 359) 2 940 62 60, fax:
( 359) 2 980 96 41 upon payment and proof of payment of 600 EUR per set of each lot, which excludes courier delivery into
account No 9400369010, Code 62196214, in Bulbank - Sv. Nedelya Sq. No 7, Sofia, Bulgaria, in the name of the Ministry of
Environment and Water.
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 Ministry of Environment and Water, Department
Strategy, accession Programmes and Projects, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria, fax: ( 359) 2 980 96 41
(quoting the publication reference in 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: All tenders must be delivered at the above mentioned address before January 6, 2003,
16.00 local time, by courier or hand delivered with acknowledgement of receipt signed by representative of Department
Strategy, accession programmes and projects of MOEW.
Any tender received after this deadline will not be considered.
20.
Tender opening session: Tender opening session will be held on January 7, 2003, 10.30 local time at the following address:
Ministry of Environment and Water, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria.
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 3906/89, (EC) No 1267/1999, (EC) No 1268/1999 and (EC) No 555/2000.
publikováno: 04.10.2002
Sdílet článek na sociálních sítích