Pátek, 26. dubna 2024

ISPA – Dodávka vybavení pro diagnostiku, údržbu a modelování vodovodní a kanalizační sítě

ISPA – Dodávka vybavení pro diagnostiku, údržbu a modelování vodovodní a kanalizační sítě
* Referenční číslo CzechTrade: 
TE200659840
 
* Stav tendru: 
vypsaný tendr  
 
*Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
31.07.2006 
 
* Zdroj informace:  
S 93 
 
* Obor dle celního sazebníku:
 
T160000 Blíže neurčeno - 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

T180000 Blíže neurčeno - Nástroje a přístroje optické, fotografické, kinematografické, měřící, kontrolní, přesné, lékařské nebo chirurgické; hodiny a hodinky; hudební nástroje; jejich části, součásti a příslušenství

S009995 Informační technologie
 
Anotace tendru:

Popis zakázky:
Zakázka zahrnuje doručení, instalaci, uvedení do provozu a školení zaměstnanců dodavatelem následujícího zboží:
(a) diagnostické vybavení: zařízení na detekci netěsnosti ve vodovodních sítích, vybavení pro průmyslovou televizi pro kontrolu kanalizační sítě, přenosné zařízení na měření průtoku a zápis údajů s příslušným hardwarem včetně školení;
(b) vybavení pro údržbu vodovodních a kanalizačních sítí: kombinované vozidlo na čištění kanálů, vozidlo na vysokotlaké čištění, sada instalatérských nástrojů, svářecí zařízení pro PE eletkrofízi atd., včetně školení;
(c) GIS a modelační vybavení a software pro vodovodní a kanalizační sítě; počítače, software, tiskárny, skener, přijímače a celé stanice GPS, včetně údržby a školení. Počet a názvy položek:
Zakázka je rozdělena do 3 položek:
položka č. 1 vybavení na detekci netěsnosti, měření průtoku a údržbu vodovodních sítí;
položka č. 2 mobilní jednotky pro kontrolu kanálů a čištění;
položka č. 3 GIS a modelační vybavení a software.
Každá položka tvoří oddělenou zakázku.


 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — supply of diagnostic, maintenance and modelling equipment for the water and wastewater network

Botoşani, Romania

Location — Botosani, Botosani County, Romania

Supply procurement notice

1. Publication reference:
EuropeAid/121117/D/S/RO
2. Procedure:
Open.
3. Programme:
ISPA — instrument for structural policy for pre-accession.
4. Financing:
ISPA financing memorandum 2004/RO/16/P/PE/001.
5. Contracting authority:
Central Financing and Contracting Unit (CFCU), within the Ministry of Public Finance, 44, Mircea Voda Boulevard, Entrance B, Bucharest, sector 3, Romania. Tel. (40-21) 326 55 55 (extension 520). Fax (40-21) 326 87 30/326 87 09. E-mail: auraradu@cfcu.ro. Attn: Ms Aurelia Radu, project manager.

Contract specifications

6. Description of the contract:
The contract includes the delivery, installation, commissioning and training the staff by the contractor of the following goods:
(a) diagnostic equipment: leak detection equipment for water networks, CCTV equipment for sewer network inspection, portable flow measurement and logging equipments with associated hardware inclusive training;
(b) maintenance equipment for water networks and sewers: combined sewer cleaning vehicle, high pressure jetting van, set of plumbing tools, electrofusion PE welding devices etc, inclusive training;
(c) GIS and modelling equipment and software for water networks and sewers: computers, software, printers, scanner, GPS receivers and total stations, inclusive maintenance and training.
7. Number and titles of lots:
The tender is divided into 3 lots:
lot No 1: leak detection, flow measurements and maintenance equipments for water network;
lot No 2: mobile units for sewer inspection and cleaning;
lot No 3: GIS and modelling equipment and software.
Each lot will form a separate contract.

Terms of participation

8. Eligibility and rules of origin:
Participation is open to all 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 authorised by the regulations on access to Community external assistance and other specific instruments applicable to the programme under which the contract is financed (see also point 22 below). All goods supplied under this contract must originate in 1 or more of these countries. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
9. Grounds for exclusion:
Tenderers must submit a signed declaration, included in the tender form, 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 may submit only 1 tender for each lot. 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.
11. Tender guarantee:
Tenderers must provide a tender guarantee of:
— EUR 4 000 for lot 1,
— EUR 7 000 for lot 2,
— EUR 3 800 for lot 3,
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 together with the return of the countersigned contract 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 implementation:
4 months (counted in calendar days).

Selection and award criteria

16. Selection criteria:
(a) Economic and financial standing of candidate (firm or consortium):
(i) the average annual turnover (euro) of the applicant entity (the tenderer or the leader and the other members in consortium altogether in case of a consortium) must be higher than EUR 500 000 in each of the years 2003, 2004 and 2005;
(ii) 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 information shall be 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.
Etc.,
(b) Professional capacity of candidate(s) (firm or consortium):
the tenderer must provide evidence of manufacturer`s certification to ISO 9001 standard or equivalent for the supplies offered.
For the projects listed as relevant experience, the tenderer will provide letters of confirmation from the respective beneficiary (client) proving the successful completion of the project in question. Recommendations from the beneficiaries of the completed project are required.
(c) Technical capacity:
For each lot tendered, the tenderer (firm or JV/consortium, all together) should have completed at least 2 contracts — during the last 5 years (2001 — up to the deadline for submission of offers) — where he has provided similar items as described below:
— for lot 1: mobile leak detection equipment (similar to item L 1.1, excluding vehicle), ultrasonic flowmeters (similar to item L 1.2) and data loggers (similar to item L 1.4),
— for lot 2: mobile unit for sewer inspection (similar to item L 2.1) and combined sewer cleaning vehicle (similar to item L 2.1),
— for lot 3: GIS software (similar to item L 3.11) and modelling software (similar to item L 3.12).
Ref No (max. 10); 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.
For the projects listed as relevant experience, the tenderer will provide letters of confirmation from the respective beneficiary (client) proving the successful completion of the project in question. Recommendations from the beneficiaries of the completed project are required.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which 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 on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
17. Award criteria:
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 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:
Central Finance and Contracts Unit, (within Ministry of Public Finance), 44 Mircea Voda Av., B Entrance, district 3, Bucharest, Romania. Tel. (40-21) 326 55 55, (switchboard). Fax (40-21) 326 87 30. Attn: Aurelia Radu, Project Manager,
(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:
31.7.2006 (12:00) at CFCU`s premises, 44 Mircea Voda Av., B Entrance, district 3, Bucharest, Romania.
Any tender received after this time will not be considered.
20. Tender opening session:
31.7.2006 (14:00), at the following address:
CFCU`s premises, 44 Mircea Voda Av., B Entrance, District 3, Bucharest, Romania.
21. Legal basis:
Council Regulation No 3906/89 of 18.12.1989 on economic aid to certain countries of central and eastern Europe, as amended on 17.12.2001 through the Council Regulation (EC) No 2500/2001 concerning pre-accession financial assistance for Turkey and as amended on 21.4.2004 through the Council Regulation (EC) No 769/2004 and Regulation No 2110/2005 on access to Community external assistance

 

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