Pátek, 19. dubna 2024

Zaopatření vybavení pro kontrolu emisí při činnostech IPPC na regionální úrovni

Zaopatření vybavení pro kontrolu emisí při činnostech IPPC na regionální úrovni
* Referenční číslo CzechTrade: 
TE200659692
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - PHARE  
 
* Země: 
 
* Datum uzávěrky:  
03.07.2006 
 
* Zdroj informace:  
S 84 
 
* Obor dle celního sazebníku:
 
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

 
Anotace tendru:

Popis zakázky:
Zakázka na dodávku se zaměřuje na poskytnutí vybavení pro 6 regionálních agentur pro ochranu životního prostředí (LEPA), k zajištění činností laboratoří a pro inspekci a kontrolu činností ekonomických agentur v souladu s procedurami IPPC pro vodu a vzduch.
Počet a názvy položek:
2 položek.
Položka č. 1: emise do vzduchu ze stacionárních zdrojů znečišťování.
Položka č. 2: vybavení pro měření výtoků odpadních vod.

 
Popis tendru (Angličtina):

RO-Bucharest: Phare — equipment acquisition for emission control at IPPC activities, to the regional level — needed investments

Romania

Supply procurement notice

1. Publication reference:
EuropeAid/121472/D/S/RO
2. Procedure:
Open.
3. Programme:
2004 — Phare national programme for Romania.
4. Financing:
Financing Memorandum Phare 2004/016-772.03 (including national co-financing).
5. Contracting authority:
Central Financing and Contracting Unit (CFCU), Ministry of Public Finance, 44, Mircea Voda Boulevard, Entrance B, Bucharest 3, Romania. Tel. (40-21) 326 55 55. Fax (40-21) 326 87 30/326 87 09.

Contract specifications

6. Description of the contract:
The supply contract aims to provide equipment to 6 local environmental protection agencies (LEPA), for laboratory activities and for inspection and control of the activities of economical agents according with the IPPC procedure for air and water.
7. Number and titles of lots:
2 lots:
Lot No 1: emissions into air from stationary sources.
Lot No 2: wastewater emissions measurements equipment.

Terms of participation

8. Eligibility and rules of origin:
Participation in tendering is open on equal terms to all natural and legal persons of the Member States of the European Union and the countries and territories of the regions covered and/or authorised by the Regulation or other specific instruments applicable to the programme under which the contract is financed (see also point 21 below). All goods supplied under 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 contracts procedures financed by the general budget of the European Communities in the context of external actions.
10. Number of tenders:
Tenderers (including firms within the same legal group, other members of the same consortium, and subcontractors) may submit 1 tender for 1 or both lots. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.
11. Tender guarantee:
Tenderers must provide a tender guarantee of EUR 51 000 for lot 1 and EUR 14 000 for lot 2 when submitting their 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. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
12. Performance guarantee:
The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided no later than 30 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 next best compliant tender.
13. Information meeting and/or site visit:
No information meeting is planned.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of execution:
11 months for lot 1 and
9 months for lot 2, from the contract signature.

Selection and award criteria

16. Selection criteria:
a) Economic and financial capacity (firm or consortium):
the average annual turnover (firm or JV/consortium, all together) for the last 3 years (2003, 2004, 2005) shall be of minimum EUR 2 000 000 for lot 1 and EUR 750 000 for lot 2;
the average annual operating profit of the tenderer (firm or JV/consortium, all together) must be positive over the last 3 years (2003, 2004, 2005).
The data will presented in the following format:
Leader:
Financial data (annual turnover (euro)/annual operating profit (euro) for years 2003, 2004 and 2005);
Partner:
Financial data (annual turnover (euro)/annual operating profit (euro) for years 2003, 2004 and 2005.
b) Professional capacity:
the tenderer must provide references regarding at least 1 (one) completed project of similar complexity and minimum value of EUR 750 000 for lot 1 and at least 1 (one) completed project of similar complexity and minimum value of EUR 200 000 for lot 2, in the past 5 (five) years (2001 deadline for submission of offers), accompanied by written recommendations from beneficiaries.
ref #; project title;
name of tenderer; country; contract value (euro); proportion carried out by tenderer (%); name of client and contact details; source of funding; date; name of partners, if any;
detailed description of supplies provided; ancillary services provided.
c) Technical capacity:
the tenderer must provide evidence that facilities for warranty and after-sales offered are available throughout the relevant geographic area.
A tenderer participating in more than 1 lot must cover the aggregate selection criteria stipulated for each lot.
Failure to comply with 1 or more of the above-listed selection criteria will lead to rejection of the tender.
17. Award criteria:
Price (the contract will be awarded to the company which is technically compliant and have the lowest price).

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from the following Internet address:
europa.eu.int
The tender dossier is also available for collection from the contracting authority. Tenders must be submitted using the standard tender submission form included in the tender dossier, whose format and instructions must be strictly observed.
NB: tenderers collecting the tender dossier from the Internet shall send a notification letter to the contracting authority informing about their intention to participate in the tender procedure. The letter shall include the name of the company collecting the tender dossier and its contact details (address, contact person, telephone number, fax number, e-mail address). This is to allow the contracting authority to distribute to the tenderers eventual clarifications and/or addenda to the tender dossier.
Tenderers with questions regarding this tender should send them in writing to:
Ministry of Public Finances, Central Finance and Contracting Unit (CFCU), 44, Mircea Voda Avenue, Entrance B, Sector 3, Bucharest, Romania. Tel. (40-21) 326 55 55. Fax (40-21) 326 87 30/326 87 09. E-mail: carmenrosu@cfcu.ro, mariush@cfcu.ro. Contact person: Marius Harhoiu, Project Officer (e-mail: mariush@cfcu.ro),
(mentioning the publication reference shown in point 1) at least 21 days before the deadline for submission of tenders given in point 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:
3.7.2006 (12:00), local time, at CFCU`s premises, mentioned in point 5 above.
Any tender received after this time will not be considered.
20. Tender opening session:
3.7.2006 (15:00), local time, at CFCU`s premises.
21. Legal basis:
Financial Memorandum for Phare 2004 national programme for Romania. Council Regulation (EEC) No 3906/1989 of 18.12.1989 on economic aid to certain countries of Central and Eastern Europe as amended on 17.12.2001 by the Council Regulation (EC) No 2500/2001 concerning pre-accession financial assistance for Turkey and as amended on 21.4.2004 by Council Regulation (EC) No 769/2004.

 

Kontaktní informace:
* 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