Pátek, 19. dubna 2024

ISPA – Rozšíření a rehabilitace vodovodních sítí, měřicího zařízení a ÚPV

ISPA – Rozšíření a rehabilitace vodovodních sítí, měřicího zařízení a ÚPV
* Referenční číslo: 
TE200658503
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
Rumunsko 
 
* Datum uzávěrky:  
15.05.2006 
 
* Zdroj informace:  
S 23 
 
* Obor dle celního sazebníku:
 
T168413 Čerpadla na kapaliny, též vybavená měřicím zařízením; zdviže na kapaliny

T189026 Přístroje a nástroje na měření nebo kontrolu průtoku, hladiny, tlaku nebo jiných proměnných charakteristik kapalin nebo plynů (např. průtokoměry, hladinoměry, manometry, měřiče spotřeby tepla), vyjma přístroje a nástroje čísel 9014, 9015, 9028 nebo 9032

S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

ISPA – Rozšíření a rehabilitace vodovodních sítí, měřicího zařízení a ÚPV. V rámci programu ISPA byl vypsán tendr na následující činnosti:
Stavební práce budou probíhat podle „Smluvních podmínek FIDIC pro stavební a konstrukční práce navržené zaměstnavatelem (Červená kniha FIDIC, 1. vydání, 1999). Celkovým cílem stavebních prací je:
(i) modernizovat a rozšířit vodovodní síť;
(ii) dokončit měřicí zařízení;
(iii) modernizovat jímadlo pro neupravenou vodu ve Vaduri a úpravnu pitné vody v Batca Doamnei , aby se zajistila úplná shoda se směrnicí 98/83/ES.
Celkový rozsah stavebních prací zahrnuje následující hlavní hlediska, avšak není omezen pouze na ně:
— rozšíření a rehabilitace přibližně 17 280 km vodovodního potrubí,
— modernizace 5 přečerpávacích stanic a zásobníků vody,
— instalace 33 elektromagnetických průtokoměrů pro distribuční síť a 3 629 vodoměrů,
— modernizace jímadla pro neupravenou vodu ve Vaduri,
— čištění 22 studní a instalace nových čerpadel a systému SCADA,
— výměna starého dávkovacího systému pro síran hlinitý v ÚPV v Batca Doamnei,
— rekonstrukce laboratoře ÚPV.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — extension and rehabilitation of water supply networks, metering and DWTP



Location — Piatra Neamt, Neamt County, Romania

Works procurement notice

1.Publication reference:
EuropeAid/121513/D/W/RO
2.Procedure:
Open procedure.
3.Programme:
ISPA.
4.Financing:
Financing memorandum No 2002/RO/16/P/PE/023.
5.Contracting authority:
Central Finance and Contracts Unit, Ministry of Public Finance, Mircea Voda Boulevard 44, Entrance B, Sector 3, Bucharest, Romania. Tel. (40-21) 326 55 55, switchboard. Fax (40-21) 326 87 30/326 87 09. Contact person: Ms Gabriela Abibula — Project Manager.

Contract specifications

6.Description of the contract:
The works will be carried out under `FIDIC conditions of contract for construction for building and engineering works designed by the employer` (FIDIC Red Book, 1st Edition, 1999). The overall objectives of the works are:
(i) to rehabilitate and extend the water supply network;
(ii) complete the metering; and
(iii) rehabilitate the Vaduri raw water intake and water treatment at the Batca Doamnei drinking water treatment plant, to ensure full compliance with Directive 98/83/EC.
The overall scope of works includes but is not limited to the following main aspects:
— extension and rehabilitation of around 17 280 km of water distribution pipes,
— rehabilitation of 5 pumping stations and water reservoirs,
— installation of 33 electromagnetic distribution network flow meters and 3 629 water meters,
— rehabilitation of Vaduri raw water intake,
— cleaning of 22 wells and installation of new pumps and SCADA system,
— replacement of old aluminium sulphate dosing system at Batca Doamnei DWTP,
— renovation of DWTP laboratory.
7.Number and titles of lots:
Not applicable.

Terms of participation

8.Eligibility and rules 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 of the European Union, Bulgaria, Romania, Turkey and SAP countries, i.e. Albania, Former Yugoslav Republic of Macedonia, Bosnia and Herzegovina, Croatia, and Serbia and Montenegro (see also point 21 below). All goods provided for this contract must originate in these countries.
9.Grounds for exclusion:
Tenderers must submit a statement to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contract procedures financed by the general budget of the European Communities in the context of external actions (available from the following Internet address: http://europa.eu.int/comm/europeaid/index_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 1 tender. A company may not tender for a given contract both individually and as a partner in a joint venture/consortium. Submission or participation by a tenderer in more than 1 tender for a contract will result in the disqualification of all those tenders for that contract in which the party is involved. Tenders for parts of the works will not be considered. 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 tender guarantee of EUR 125 000 when submitting a 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 will be asked to provide a performance guarantee of no more than 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided no later than 28 days after the tenderer receives 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 second best admissible tender.
13.Information meeting and/or site visit:
An optional information meeting and site visit will be held on 16.3.2006 (10:00), local time, at the premises of:
Neamt County Council, Alexandru cel Bun Street No 27, Piatra Neamt, Romania.
Participants are invited to confirm their attendance to the information meeting and site visit by fax to CFCU.
14.Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.Period of execution:
Time for completion of the works is 20 months, plus 12 months for defects notification period.

Selection and award criteria

16.Selection criteria:
1. The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
2. General experience: the tenderer shall meet the following minimum criteria:
the projects should be of a nature and complexity similar to those of the works in the proposed contract and completed within the last 7 years:
a) successful experience as prime contractor in the construction of at least 1 project with a minimum value of EUR 6 000 000; the project should be water infrastructure works of a nature or complexity comparable to the tendered works, including SCADA system;
b) successful experience as prime contractor in the construction of at least 1 project with a minimum value of EUR 4 000 000; the project should involve pipeworks (including valves and fittings and SCADA system) with a total length of minimum 20 km, water tanks, pumping facilities, and metering;
c) successful experience as prime contractor in the construction of at least 1 project with a minimum value of EUR 2 000 000; the project should involve refurbishment of drinking-water treatment facilities, include dosing systems and laboratory equipment, and be at an existing facility that was required to be operational throughout the period of construction.
Note: nature and complexity similar to those of the works in the proposed contract shall be interpreted as follows:
— similar nature means water supply works (construction or rehabilitation), including pipeworks, pumping facilities and water treatment facilities,
— similar complexity means mixed process, i.e. civil, mechanical and electrical works for a water supply system serving a population of at least 100 000, including trial operation, taking-over and performance testing,
— the minimum size (value) that will be taken into consideration is either the total project value, when the tenderer was acting as sole contractor, or the share of the total project value corresponding to its share of the joint-venture participation, when the tenderer was a member of a joint-venture.
The last 7 years shall be understood as the period: 1.5.1998 up to the deadline for submission of tenders.
1. Financial standing:
annual turnover:
the average annual turnover over the last 3 years shall be of at least EUR 10 000 000 equivalent.
a) Financial resources:
the tenderer shall demonstrate, by a bank statement from his bank, that he has available, or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract, not less than EUR 2 000 000 equivalent, for a period of 6 months, in addition to the applicant`s commitments for other contracts;
b) Financial position:
the audited financial statements for the last 3 years (2002, 2003, 2004) as well as documented cash-flow projections for the next 2 years shall be submitted and must demonstrate the soundness of the applicant`s financial position, showing long-term profitability.
NB: an economic operator may, for the purpose of this contract, rely on the capacities (i.e. economic, financial, technical and professional) of other entities, regardless of the nature or links it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking (see as an example the FIDIC parent-company guarantee) on the part of those entities to place those resources at its disposal.
Such backing-up entity must provide in that case as well evidence (similarly as the tenderer) that it fulfils in its turn the respective criteria.
2. Litigation history:
the applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed, terminated, or under execution by him over the last 7 years. A consistent history of awards against the tenderer or existence of high value dispute, which may threaten the financial standing of the tenderer, may lead to the rejection of the tender.
3. Joint ventures/consortia or tenderers with major subcontractors shall meet the following particular qualification criteria:
a) the joint venture/consortium (including subcontractors) must satisfy cumulatively all the specific criteria of general experience and financial standing stated above.
In addition:
b) the leading partner shall meet individually the following particular criteria:
i. average annual turnover over the last 3 fiscal years (2002, 2003, 2004) of EUR 5 000 000 equivalent;
ii. successful experience as main contractor in the execution of at least 2 construction projects with the value of a minimum of EUR 6 000 000 and EUR 4 000 000. The project should be water infrastructure works of a nature and complexity comparable to the proposed contract and completed within the last 7 years;
iii. shall demonstrate, by a bank statement from his bank that he has available, or he has access to, liquid assets, lines of credit, or other financial means not less than EUR 1 000 000 equivalent, for a period of 6 months, in addition to his commitments for other contracts;
iv. it shall also satisfy the litigation history criterion stated above;
c) each other member of the JV/consortium shall meet the following particular criteria: each individual member shall meet the general experience (execution according to the nature of their involvement in the contract) and the financial resources criteria in the same proportion as their envisaged part in the consortium.
They shall also satisfy the sound financial position and litigation history criteria;
d) major subcontractors (for more than 10 % of the tendered contract price) shall:
i. meet the general experience criteria set above in the same proportion as the envisaged part of the subcontractor in the tendered contract price, following the same calculation approach used for joint-venture/consortium partners, as stated above. The subcontractors shall meet the execution sub-criteria according to the nature of their involvement in the contract;
ii. satisfy the sound financial position and litigation history criteria.
NB the contracting authority reserves the right to carry out such any further inquiry on the tenderer`s financial standing, as the evaluation committee may deem appropriate.
17.Award criteria:
The evaluation committee will select the tenderer whose tender has been determined to meet the administrative and technical criteria, and has offered the lowest tender price.

Tendering

18.How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracts Unit, Ministry of Public Finance, Mircea Voda Boulevard 44, Entrance B, Sector 3. Tel. (40-21) 326 55 55 (switchboard). Fax (40-21) 326 87 09/(40-21) 326 87 30. Attn: Ms Gabriela Abibula — Project Manager,
and will be forwarded to the tenderers within 3 days upon payment of EUR 500, which excludes courier delivery, in the bank account specified below:
bank account: RO97 ABNA 4100 2511 0000 0404 EUR,
account holder: Central Finance and Contracts Unit,
bank name: ABN AMRO Bank (Romania) S.A.,
bank address: Montreal Square No 10, Bucharest, Romania,
SWIFT: ABNAROBU.
The tender dossier 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 CFCU (mentioning the publication reference shown in point 1) at least 21 days before the deadline for submission of tenders given in point 21. 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:
The deadline for the submission of offers is 15.5.2006 (10:00), local time.
Any tender received after this deadline will not be considered.
20.Tender opening session:
The public opening session will take place on 15.5.2006 (11:00), local time.
21.Legal basis:
Council Regulation (EC) No 1267/1999 of 21.6.1999 establishing an Instrument for Structural Policies for Pre-Accession as amended by the Council Regulation (EC) No 2500/2001 and by the Council Regulation (EC) No 769/2004.

 

Pro získání bližších informací se obraťte na
* Kontakt:
Pavel Talafús
odborný pracovník, specialista CzechTrade
pavel.talafus@czechtrade.cz

 
Tel.: 420224907543
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