Čtvrtek, 25. dubna 2024

ISPA – Rekonstrukce čistírny odpadních vod, Satu Mare

ISPA – Rekonstrukce čistírny odpadních vod, Satu Mare
* Referenční číslo CzechTrade: 
TE200659973
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
30.08.2006 
 
* Zdroj informace:  
S 101 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby
 
Anotace tendru:

Popis zakázky:
Zakázka na stavební práce zahrnuje rekonstrukci stávající ČOV pro biologickou zátěž, která se rovná 180 000 p.e. (populační ekvivalent), a první fázi na zlepšení kvality čistírny od mechanického čištění k procesu, který zahrnuje mechanické a biologické základní čištění pomocí karbonového odnosu, aby se splnily základní požadavky na plynulý a ekonomický účinný provoz čistírny za užití rekonstruovaných stávajících konstrukcí, které jsou vybavené novými moderními zařízeními.
Hlavní stavební práce zahrnují:
— rekonstrukci konstrukcí (např. přítoková nádrž/rozváděč, lapač písku, lapač maziv, usazovací nádrže, aktivované kalové nádrže / provzdušňovací nádrže atd.),
— výměnu a zlepšení kvality zařízení (např. hrubá a jemná síta, čerpadla pro odčerpávání nadměrného množství odpadní a dešťové vody),
— montáž nového zařízení (např. provzdušňovací systémy, desinfekční jednotka, zahušťování a vysoušení kalu, jednotka CHP),
— mírné rozšíření zařízení a konstrukcí (např. budova tepelné elektrárny),
— instalaci základního systému SCADA,
— biologické základní čištění odstraňováním BOD a COD,
— různé laboratorní
sklo a zařízení.
Stavební práce budou probíhat podle smluvních podmínek FIDIC pro stavbu na klíč (Žlutá kniha), 1999.
Počet a názvy položek:
Stavební práce nejsou rozdělené do položek.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — refurbishment of wastewater treatment plant, Satu Mare
Works procurement notice

Location: Satu Mare (Satu Mare County), Romania
1. Publication reference:
EuropeAid/122504/D/W/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing Memorandum No 2002/RO/16/P/PE/019 with counterpart funding by loans from the European Investment Bank (EIB).
5. Contracting authority:
Central Finance and Contracts Unit (CFCU), Ministry of Public Finance, 44 Mircea Voda Boulevard, Entrance B, 5th Floor, Bucharest 3, Romania. Tel. (40-21) 326 55 55, switchboard. Fax (40-21) 326 87 30/326 87 09. Contact person: Florentina Petre, Project Manager.

Contract specifications

6. Description of the contract:
The works contract covers the rehabilitation of the existing WWTP for a biological load equalling 180 000 p.e. (population equivalent) and comprises the first stage upgrading of the plant from mechanical purification to a process comprising mechanical and biological basic purification by carbon degradation, in order to meet the basic requirements for the effluent and a cost efficient operation of the plant, using the rehabilitated existing structures equipped with new modern installations.
Main works include:
— rehabilitation of the structures (e.g. inflow well/distributor, grit chamber, grease chamber, sedimentation tanks, activated sludge basins/aeration basins, etc.),
— replacement and upgrading of the equipment (e.g. coarse and fine screens, sewage and storm water pumping stations),
— installation of new equipment (e.g. aeration systems, disinfection unit, sludge thickening and dewatering, CHP unit),
— slight extension of equipment and structures (e.g. thermal plant building),
— installation of a basic SCADA system,
— biological basic purification by removal of BOD and COD,
— various laboratory glassware and equipment.
The works will be implemented under the FIDIC Conditions of Contract for Plant and Design-Build (Yellow Book), 1999.
7. Number and titles of lots:
The works are not divided into lots.

Terms 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) of tenderers) 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 22 below). All goods supplied under this contract must originate in these countries. Participation of natural person is directly governed by the specific instruments applicable to the programme under which the contract is financed.
9. Grounds for exclusion:
Tenderers must provide a statement that they are not in any of the situations listed in Section 2.3.3 of the Practical Guide to contract procedures for EC external actions (available from the following Internet address: http://europa.eu.int/comm/europeaid/tender/gestion/index_en.htm).
10. Number of tenders:
Tenderers may submit only 1 tender for the works. Tenders for parts of the works 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. Variant solutions are allowed.
11. Tender guarantee:
Tenderers must provide a tender guarantee of EUR 180 000 when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties.
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 second best admissible tender.
13. Information meeting and/or site visit:
A mandatory information meeting and site visit will be held on the 28.6.2006 (10:00), local time, at the premises of SC APA SERV Satu Mare. Address: Strada Gara Ferastrau 9/A, 440210 Satu Mare, Romania.
Participation should be confirmed 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 implementation:
Time for completion of the works is 18 months.

Selection and award criteria

16. Selection criteria:
The minimum qualifying criteria for each tenderer include:
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 main contractor in the construction of at least 3 projects, out of which:
— 1 with a minimum value of EUR 9 000 000, and
— 2 other projects, each with a minimum value of EUR 4 500 000,
— at least 1 of the above projects should have been at an existing facility that was required to be operational throughout the construction period;
— at least 1 of the above projects should have been at an existing facility with capacity over 400 l/s, and include biological treatment of wastewater,
(b) successful experience as main designer (himself or his nominated design consultant) of at least 3 projects, out of which:
— 1 with a minimum value of EUR 7 000 000, and
— of 2 projects each with a minimum value of EUR 3 500 000;
— at least 1 of the above projects should have been at an existing facility that was required to be operational throughout the period of construction;
— at least 1 of the above projects should have been at an existing facility with capacity over 400 l/s and include biological treatment of wastewater.
In the case of design-build projects for waste water treatment works that fulfil cumulatively the criteria set in paragraphs 4.2.2 (a) and (b) above, proof of separate design experience is not required.
NB: `nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
— similar nature means wastewater treatment works, treating municipal wastewater,
— similar complexity means mixed process, civil, structural, mechanical and electrical plant contracts, including testing, 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 member of a joint-venture,
— the last 7 years shall be understood as the period: 1.1.1999 up to the deadline of submission of tenders.
3. Financial:
(a) Turnover:
the average annual turnover over the last 3 years (2003, 2004, 2005) shall be at least EUR 18 000 000 or equivalent.
(b) Financial resources:
the tenderer shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than EUR 2 000 000 equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
(c) Financial position:
the audited financial statements for the last 3 years as well as documented cash-flow projections for the next 2 years shall be submitted and must demonstrate the soundness of the tenderer`s financial position, showing long-term profitability.
4. 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 a high value dispute, which may threaten the financial standing of the tenderer, may lead to the rejection of the tender.
5. 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 the general experience and financial standing criteria stated above.
In addition:
(b) the leading partner shall meet individually the following particular criteria:
(i) average annual turnover in the last 3 years (2003, 2004, 2005) of EUR 9 000 000 equivalent;
(ii) successful experience as a prime contractor in the execution of at least 1 project with the value of minimum EUR 4 500 000 in wastewater treatment plants. The project must have been completed within the last 7 years;
(iii) shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than EUR 1 000 000 equivalent, for a period of 6 months, in addition to the applicant`s commitments for other contracts;
(iv) he shall also satisfy the litigation history criterion listed above.
17. Award criteria:
The tenderer, whose tender has been determined to meet the administrative and technical criteria, and has offered the lowest price will be awarded the contract.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, 5th floor, Bucharest 3, Romania. Tel. (40-21) 326 55 55 (switchboard). Fax (40-21) 326 87 30/326 87 09. Contact person: Florentina Petre, Project Manager,
and will be forwarded to the interested 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.
Account holder: Central Finance and Contracts Unit.
Bank name: ABN AMRO Bank.
Bank address: 10 Montreal Square, Bucharest 1, Romania.
SWIFT: ABNAROBU.
The tender dossier is also available for inspection at the premises of the contracting authority, address in point 5 above. 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 19. The contracting authority must reply to all tenderers` questions at least 11 days before the deadline for submission of tenders. Eventual clarifications to the tender dossier will be published on the EuropeAid website at: europa.eu.int
19. Deadline for submission of tenders:
30.8.2006 (14:00), local time at:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, 5th floor, Bucharest 3, Romania.
Any tender received after this deadline will not be considered.
20. Tender opening session:
The public opening session will take place on the 30.8.2006 (15:00), local time at the premises of:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, 5th floor, Bucharest 3, Romania.
21. Language of the procedure:
All written communications for this tender procedure and contract must be in English.
22. Legal basis:
Council Regulation (EC) No 1267/1999, of 21.6.1999, establishing an instrument for structural policies for pre-accession, as amended on 17.12.2001 by the Council Regulation (EC) No 2500/2001 concerning pre-accession financial assistance for Turkey, as amended on 21.4.2004 by Council Regulation (EC) No 769/2004, and as amended on 21.11.2005 by Council Regulation (EC) No 2112/2005 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