Tendr - Výstavba čistírny odpadních vod
Poland PL-Warsaw: ISPA - construction of waste treatment plant in Lezyce Stav
tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky:
23.01.2003 Klíčová slova: čistírny odpadních vod Popis: PL-Warsaw: ISPA -
construction of waste treatment plant in Lezyce Výstavba čistírny odpadních vod.
2002/S 208-164080 2000/PL/16/P/PE/002-03 Pomeranian, Poland Works procurement
notice 1. Publication reference: EuropeAid/111930/D/W/PL 2. Procedure: Open
international tender. 3. Programme: ISPA. 4. Financing: European Union
(financing memorandum ISPA 2000/PL/16/P/PE/002: Dolina Redy i Chylonki Waste
Treatment Plant, dated 12 March 2001) and Employer (from his own funds). 5.
Employer/implementing agency: Employer: Zaklad Unieszkodliwiania Odpadow Spolka
z.o.o. w Lezycach, 84-207 Koleczkowo, (Waste Management Co. Ltd. in Lezyce),
office address: ul. Chwarznienska 136/138, 81-602 Gdynia, Poland, tel.: ( 48 58)
624 70 00, fax: ( 48 58) 624 74 77. Implementing agency: National Fund for
Environmental Protection and Water Management, ISPA Fund Department (building
1a), Konstruktorska 3a, 02-673 Warsaw, Poland. Tel.: ( 48 22) 849 00 80 ext.
528, 253. Fax: ( 48 22) 849 20 98. Contract specification: 6. Contract
description: The contractor shall design, execute and complete in accordance
with the contract documents the following works: (i) deposit quarters (surface
of approx. 7,3 ha) and composting of green waste (surface of approx. 0,7 ha);
(ii) bio-gas installation and generators (power of 840 kW); (iii) leachate
pre-treatment plant (min. capacity: 100 m3/day and max. capacity: 700 m3/day)
and sanitary collector (length of approx. 8 700 m); (iv) technological buildings
of sorting facility (surface of approx. 3 200 m3), dismantling segment (surface
of approx. 510 m3), storeroom of hazardous waste (surface of approx. 500 m3);
office and social buildings (surface area of approx. 580 m2; volume of approx. 3
800 m3); (v) technical infrastructure: parking lots, external and internal
installations, embankments, fencing, greens and girdling ditches. Scope of the
works shall also cover reinstatement works, starting-up, operation trials, tests
and remedying of any defects in the works as well as all activities necessary to
be performed in order to put the works into normal operation and to deliver them
to the Employer. The works contract is based on FIDIC Conditions of Contract for
Plant and Design-Build (first edition in English 1999; first English-Polish
edition 2001). 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 EU Member
States and the countries and territories of the regions covered and/or
authorized by the 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 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 250 000 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 within 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: A mandatory site inspection and information meeting
will be held on 4 December 2002 at 12:00 local time at the Employers premises,
i.e. Zaklad Unieszkodliwiania Odpadow Spolka z.o.o. w Lezycach (Waste Management
Co. Ltd. in Lezyce), ul. Chwarznienska 136/138, 81-602 Gdynia, 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: 12 months. 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 20 000 000 EUR. Tenderer also must have access to credit and other
financial facilities adequate to assure the required cash flow for 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. 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 (in
the scope of construction works), he shall have experience in execution of works
of similar nature, extent and value. Over the last 5 years he shall have
completed as a prime contractor at least 3 projects of a total value not less
than 9 000 000 EUR and of the nature/complexity comparable to the tendered
works. This experience shall cover: (a) sealing of min. one landfill by using of
PEHD geomembrane and bentomate, (b) construction of at least one leachate
pre-treatment plant, and (c) degassing of min. one landfill of municipal waste.
Key personnel should be suitably qualified to fill the positions stated in the
tender documents in relation to number and years of experience: (i) the
contractors representative and construction manager should have at least 15
years of adequate total experience (including at least: 10 years in similar
works and 5 years as a manager in similar works); (ii) chief designer should
have at least 10 years of adequate total experience (including at least: 5 years
in similar works and 5 years as a manager in similar works); (iii) quality
inspector to inspect the PEHD foil welds should have at least 10 years of
adequate total experience (including at least: 5 years in similar works); (iv) 3
PEHD foil welders should have at least 10 years of adequate total experience
(including at least 3 years in similar works) and proven qualifications; (v)
quality control manager should have at least 5 years of adequate total
experience (including at least: 5 years in similar works); (vi) sanitary
engineering manager, gas installation manager, power engineering manager, heat
installation manager and ventilation installation manager should have at least
10 years of adequate total experience (including at least: 8 years in similar
works and 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 -
i.e. in relation to financing, personnel and equipment. The contractors
equipment shall be adequate for the contract works. Contractor shall own or have
access to the following key items of equipment: tract bulldozer, › 150 HP
(min. 5 pcs.), tract excavator ›0,75 m3 (min. 4 pcs), excavator loader (min. 3
pcs), crusher (min. 2 pcs), road roller and tamping roller, weight min. 15 Mg
(min. 2 pcs), heavy duty tipper load capacity min. 18 Mg (min. 10 pcs), truck
(min. 4 pcs), PEHD foil welder (min. 3 pcs), device for vacuous control of PEHD
foil joints (min. 1 pc), device for control of PEHD foil joints - electrical
method (min. 1 pc), mobile scaffolding up to 10 m (min. 20 pcs), cutter for
layer plates and coated sheets (min. 1 pc). The tenderer shall present a
contractors proposal (to be prepared in accordance with the requirements of the
tender documents) comprising preliminary design with description of technology
to be applied, description of construction methods and procedure of carrying out
tests, elaborated in accordance with the Employers requirements (volume 3 of
tender documents); an estimate work programme to be in accordance with the
requirements of the tender documents, method statements, cash flow forecast
(estimates for each monthly period covering the duration of the works) and the
quality assurance/control system(s) 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 No 208 (building 1a), Konstruktorska 3a, 02-673 Warsaw, Poland,
tel.: ( 48 22) 849 00 80 ext. 528, 253, fax: ( 48 22) 849 20 98, from the date
of the works procurement notice, against a written application and upon
presentation of certificate of payment of a non-refundable amount of 600 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/Warszawa, quoting ISPA Fund Department and reference No
Europeaid/111930/D/W/PL. Alternatively, the amount of 2 500 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 Europeaid/111930/D/W/PL.
The charge includes courier delivery. 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), Konstruktorska 3a, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext.
253, 528, 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 at 13.00 local time on 23 January 2003 at the latest. Any tender
received after this deadline will not be considered. 20. Tender opening session:
The tenders will be opened at 14.00 local time on 23 January 2003 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 (EC) No 1267/1999 of 21 June 1999
establishing an instrument for structural policies for pre-accession (ISPA) as
amended. 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:
25.10.2002
Poland
PL-Warsaw: ISPA - construction of waste treatment plant in Lezyce
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 23.01.2003
Klíčová slova: čistírny odpadních vod
Popis:
PL-Warsaw: ISPA - construction of waste treatment plant in Lezyce
Výstavba čistírny odpadních vod.
2002/S 208-164080
2000/PL/16/P/PE/002-03
Pomeranian, Poland
Works procurement notice
1.
Publication reference: EuropeAid/111930/D/W/PL
2.
Procedure: Open international tender.
3.
Programme: ISPA.
4.
Financing: European Union (financing memorandum ISPA 2000/PL/16/P/PE/002: Dolina Redy i Chylonki Waste Treatment Plant,
dated 12 March 2001) and Employer (from his own funds).
5.
Employer/implementing agency: Employer:
Zaklad Unieszkodliwiania Odpadow Spolka z.o.o. w Lezycach, 84-207 Koleczkowo, (Waste Management Co. Ltd. in Lezyce), office
address: ul. Chwarznienska 136/138, 81-602 Gdynia, Poland, tel.: ( 48 58) 624 70 00, fax: ( 48 58) 624 74 77.
Implementing agency:
National Fund for Environmental Protection and Water Management, ISPA Fund Department (building 1a), Konstruktorska 3a,
02-673 Warsaw, Poland. Tel.: ( 48 22) 849 00 80 ext. 528, 253. Fax: ( 48 22) 849 20 98.
Contract specification:
6.
Contract description: The contractor shall design, execute and complete in accordance with the contract documents the following
works: (i) deposit quarters (surface of approx. 7,3 ha) and composting of green waste (surface of approx. 0,7 ha); (ii) bio-gas
installation and generators (power of 840 kW); (iii) leachate pre-treatment plant (min. capacity: 100 m3/day and max. capacity:
700 m3/day) and sanitary collector (length of approx. 8 700 m); (iv) technological buildings of sorting facility (surface of approx.
3 200 m3), dismantling segment (surface of approx. 510 m3), storeroom of hazardous waste (surface of approx. 500 m3);
office and social buildings (surface area of approx. 580 m2; volume of approx. 3 800 m3); (v) technical infrastructure: parking
lots, external and internal installations, embankments, fencing, greens and girdling ditches. Scope of the works shall also cover
reinstatement works, starting-up, operation trials, tests and remedying of any defects in the works as well as all activities
necessary to be performed in order to put the works into normal operation and to deliver them to the Employer.
The works contract is based on FIDIC Conditions of Contract for Plant and Design-Build (first edition in English 1999; first
English-Polish edition 2001).
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 EU Member States and the countries and territories of the regions
covered and/or authorized by the 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 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 250 000 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 within 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: A mandatory site inspection and information meeting will be held on 4 December
2002 at 12:00 local time at the Employers premises, i.e. Zaklad Unieszkodliwiania Odpadow Spolka z.o.o. w Lezycach (Waste
Management Co. Ltd. in Lezyce), ul. Chwarznienska 136/138, 81-602 Gdynia, 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: 12 months.
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 20 000 000 EUR. Tenderer also must have access to credit and other financial facilities adequate to assure the
required cash flow for 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.
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 (in the scope of construction
works), he shall have experience in execution of works of similar nature, extent and value. Over the last 5 years he shall have
completed as a prime contractor at least 3 projects of a total value not less than 9 000 000 EUR and of the nature/complexity
comparable to the tendered works. This experience shall cover: (a) sealing of min. one landfill by using of PEHD geomembrane
and bentomate, (b) construction of at least one leachate pre-treatment plant, and (c) degassing of min. one landfill of
municipal waste.
Key personnel should be suitably qualified to fill the positions stated in the tender documents in relation to number and years
of experience:
(i) the contractors representative and construction manager should have at least 15 years of adequate total experience
(including at least: 10 years in similar works and 5 years as a manager in similar works);
(ii) chief designer should have at least 10 years of adequate total experience (including at least: 5 years in similar works and 5
years as a manager in similar works);
(iii) quality inspector to inspect the PEHD foil welds should have at least 10 years of adequate total experience (including at
least: 5 years in similar works);
(iv) 3 PEHD foil welders should have at least 10 years of adequate total experience (including at least 3 years in similar works)
and proven qualifications;
(v) quality control manager should have at least 5 years of adequate total experience (including at least: 5 years in similar
works);
(vi) sanitary engineering manager, gas installation manager, power engineering manager, heat installation manager and
ventilation installation manager should have at least 10 years of adequate total experience (including at least: 8 years in
similar works and 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 - i.e. in relation to
financing, personnel and equipment. The contractors equipment shall be adequate for the contract works. Contractor shall own
or have access to the following key items of equipment: tract bulldozer, › 150 HP (min. 5 pcs.), tract excavator ›0,75 m3 (min.
4 pcs), excavator loader (min. 3 pcs), crusher (min. 2 pcs), road roller and tamping roller, weight min. 15 Mg (min. 2 pcs),
heavy duty tipper load capacity min. 18 Mg (min. 10 pcs), truck (min. 4 pcs), PEHD foil welder (min. 3 pcs), device for vacuous
control of PEHD foil joints (min. 1 pc), device for control of PEHD foil joints - electrical method (min. 1 pc), mobile scaffolding up
to 10 m (min. 20 pcs), cutter for layer plates and coated sheets (min. 1 pc).
The tenderer shall present a contractors proposal (to be prepared in accordance with the requirements of the tender
documents) comprising preliminary design with description of technology to be applied, description of construction methods and
procedure of carrying out tests, elaborated in accordance with the Employers requirements (volume 3 of tender documents); an
estimate work programme to be in accordance with the requirements of the tender documents, method statements, cash flow
forecast (estimates for each monthly period covering the duration of the works) and the quality assurance/control system(s) 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 No 208 (building 1a),
Konstruktorska 3a, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 528, 253, fax: ( 48 22) 849 20 98,
from the date of the works procurement notice, against a written application and upon presentation of certificate of payment of
a non-refundable amount of 600 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/Warszawa, quoting ISPA Fund Department
and reference No Europeaid/111930/D/W/PL. Alternatively, the amount of 2 500 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
Europeaid/111930/D/W/PL. The charge includes courier delivery.
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),
Konstruktorska 3a, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 253, 528, 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 at 13.00 local time on 23 January 2003 at
the latest.
Any tender received after this deadline will not be considered.
20.
Tender opening session: The tenders will be opened at 14.00 local time on 23 January 2003 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 (EC) No 1267/1999 of 21 June 1999 establishing an instrument for structural policies for
pre-accession (ISPA) as amended.
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: 25.10.2002
Sdílet článek na sociálních sítích