Úterý, 23. dubna 2024

Modernizace čistírny vod a čerpací stanice

Modernizace čistírny vod a čerpací stanice
* Referenční číslo: 
TE200555357
 
* Stav tendru: 
vypsaný tendr  
 
* Banka: 
EBRD /Evropská banka pro obnovu a rozvoj/  
 
* Země: 
Makedonie 
 
* Identifikační číslo tendru: 
55357 
 
* Datum uzávěrky:  
28.06.2005 
 
* Zdroj informace:  
S 94 
 
* Obor dle celního sazebníku:
 
T16 Stroje a mechanická zařízení; elektrická zařízení; jejich části a součásti; přístroje pro záznam a reprodukci zvuku, přístroje pro záznam a reprodukci televizního obrazu a zvuku a části, součásti a příslušenství k těmto přístrojům
 

EBRD - upgrading of water treatment plants and pumping stations for the water utility in Veles, Macedonia (MK-Skopje)

2005/S 94-093637

Invitation for tenders

Republic of Macedonia

This invitation for tenders follows the General Procurement Notice for this project, which was published on the EBRD`s Web site in the Procurement Opportunities on 17.3.2003.

JKP `Derven`-Veles, acting as the Employer, hereinafter referred to as `the Employer`, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the upgrading of water treatment plants & pumping stations.

The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loan:

- Reinforced concrete structure new tube settling tank building.

- Reinforced concrete structure settling tank, columns, roof structure. Brick walls. Plastificated.

Trapezoidal aluminium sheet roof covering.

- Reinforced concrete 3 angle sludge retention structure at the settlement tank bottom.

- Sludge evacuation PE pipe structure from the bottom of the settlement tank with the corresponding ductile iron fitting, pneumatic operated valves.

- Clear water overflow PE pipes connected to the existing reinforced concrete channel with an operation sluice gate valves on the end.

- Installation of 4 low velocity mixers with frequency motor regulation.

- Tube settler PVC or Polypropylene, talcum reinforced (PPTV) modules with support structure.

- Compressed air pipe installation for the pneumatic gate valves actuators.

- Automatic sludge removal pneumatic valves control with time switchers and manual.

- Incoming row water supply PE pipes out and inside of the treatment plant. Sluice gate valves installation at the end of the incoming row water pipe branches inside at the treatment plant.

- Installation of 2 fast mixing mixers and 2 sluice gate valves with power actuator operation at the existing distribution chamber.

- Self cleaned stainless steel solid west retention screed installed at reinforced concrete manhole.

- 2 reinforced concrete flow meter manholes and installation of the insertion type flow meter (Aqua probe).

- Steel structure and trapezoidal plastificated sheet plates roofing of a new stock. Corrosion protection works.

- Measurement of water turbidity, PH value, Chlor value in the water and transmission of data to the control room and connection to the existing SCADA system.

- Electrical and power supply installation.

- Lightning installation.

The estimated duration for the supply, installation and construction of all items including civil work is 30 weeks.

Tenders must cover all items.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country. The proceeds of the Bank`s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

The tenderers shall be reputable and experienced local and/or foreign contractors and shall have relevant experience in the design, execution and completion of the rehabilitation and extension of water treatment plants.

To be qualified a tenderer must demonstrate to the Employer that it substantially satisfies the requirements regarding experience, financial position and litigation history, specified below:

1. General experience. The tenderer shall meet the following minimum criteria:

(a) Average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 5 years of euro equivalent 1 000 000.00; and

(b) Successful experience as prime contractor in the execution of at least 3 projects of a nature and complexity comparable to the proposed contract within the last 5 years.

2. Financial position. The tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 3 months, estimated as not less than euro equivalent 150 000.00, taking into account the tenderer`s commitments for other contracts.

The audited annual financial accounts, including balance sheet and profit and loss account for the last 5 years shall be submitted and must demonstrate the soundness of the tenderer`s financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the tenderer`s bankers.

3. Litigation history. The tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last 5 years. A consistent history of awards against the tenderer or any partner of a joint venture may result in failure of the application.

4. Joint ventures must satisfy the following minimum qualification requirements:

(a) The lead partner shall meet not less than 50 percent of all the qualifying criteria for general experience and financial position specified above.

(b) The other partners shall meet not less than 25 percent of all the qualifying criteria for general experience and financial position specified above.

(c) The joint venture must satisfy collectively the criteria for financial position stated above, for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture`s total capacity. Individual members must each satisfy the requirements for audited balance sheets and litigation.

Tender documents may be obtained or requested to be dispatched by mail or courier within Macedonia from the office at the address of the Implementation Consultant for MEAP, acting as `The Employer`s Representative` upon payment of a non-refundable fee of EUR 120 or equivalent in a convertible currency. If requested to be dispatched by mail or courier outside of Macedonia a non-refundable fee of EUR 180 will apply. Payment may be either in cash in the office below, or bank transfer as indicated below. Documents will only be dispatched after receipt of the bank transfer. If requested to send documents by mail or courier, the documents will be promptly dispatched, but no liability can be accepted for loss or late delivery.

Bank account: Komercijalna Banka A.D. Skopje

Foreign Currency: 70803522-17542

Local Currency: 8081522-8703

All tenders must be accompanied by a tender security of EUR 20 000 (twenty thousand euro), or equivalent in international convertible currency.

Tenders must be delivered to the office at the address of the Employer no later than Tuesday, 28.6.2005 at 12:00 p.m. local time, at which time they will be opened in the presence of those tenderers` representatives who choose to attend.

A register of potential tenderers who have purchased the tender documents may be inspected at the address of the Implementation Consultant for MEAP.

The address of the JKP `Derven`-Veles is:

JKP `Derven` Veles, Vardarska b.b., 1400 Veles, Macedonia, Tel.: (389-43) 231 011, Fax: (389-43) 222 608, E-mail: derven@mt.net.mk.

Prospective tenderers may obtain further information from, inspect and acquire the tender documents for contract: I.16 `MEAP`, upgrading of water treatment plants & pumping stations for water utility in Veles, Macedonia` at the following office:

The Implementation Consultant acts as Employer`s representative:

Prowa Engineering GmbH. MEAP - Headquarters. ul. Devol 44a. 1000. Skopje. Macedonia. Tel.: 389 2 3091 773. Fax: 389 2 3091 777. E-mail: meaphq@mol.com.mk.

The address of the Ministry of Transport and Communications is:

Plostad Crvena Skopska Opstina 4, 1000 Skopje, Republic of Macedonia, Contact person: Mrs Harita Pandovska, Tel.: (389-2) 3145 503, Fax: (389-2) 3118 144, E-mail: harita@mtc.gov.mk.


Pro získání bližších informací se obraťte na
* Kontakt:
Ivan Svoboda
odborný pracovník, specialista CzechTrade
ivan.svoboda@czechtrade.cz

Ivan Svoboda
Tel.: 420224907549
Fax: 420224913813
 
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