Pátek, 26. dubna 2024

ISPA – Čistírna odpadních vod v okrese Smoljan a rozšíření s tím spojené kanalizační sítě

ISPA – Čistírna odpadních vod v okrese Smoljan a rozšíření s tím spojené kanalizační sítě
* Referenční číslo CzechTrade: 
TE200660154
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
02.10.2006 
 
* Zdroj informace:  
S 110 
 
* 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

S000000 Blíže neurčeno - Služby
 
Anotace tendru:

Popis zakázky:
Předmětem této zakázky je:
1) návrh a výstavba čistírny odpadních vod (ČOP) s úplným biologickým sekundárním zpracováním a odstraněním dusíku. Hodnoty fosforu bude dosaženo pouze v budoucnosti, až po modernizaci ČOP, zavedením sekundární intervence, avšak čistička se bude projektovat pro úplnou terciární modernizaci (ne však postavena) v rámci současného rozsahu.
Čistírna má být navržena pro úpravu odpadních vod vznikajících ve městě Smoljan s počtem obyvatele 55 550 (populační ekvivalent) pro rok 2022 a musí vyhovovat následujícím hlavním parametrům návrhu:
— celkový denní průměrný průtok přibližně 10 173 m3/den,
— biochemický kyslíkový požadavek (Biochemical Oxygen Demand) BOD5 je 3 337 kg/den;
2) navržení a výstavba s tím spojené rozšířené kanalizační sítě (cca 1 550 m), propojení 45 odpadních potrubí a s tím souvisejících 37 přívalových výpustí a dále související potrubí;
3) poskytnutí školení zaměstnancům a dohled nad provozem ČOP po dobu 3 měsíců před převzetím a během 12měsíčního období pro ohlášení vad.
Zakázka na stavební práce je založena na obchodních podmínkách FIDIC pro stavební práce a návrhy, první vydání, 1999 (Žlutá kniha).

 
Popis tendru (Angličtina):

BG-Sofia: ISPA — Smolian wastewater treatment plant and associated sewerage system extension
Works procurement notice
1. Publication reference:
EuropeAid/121676/D/W/BG
2. Procedure:
Open.
3. Programme:
ISPA (Instrument for structural policies for pre-accession).
4. Financing:
Financing Memorandum ISPA 2002 BG 16 P/PE 013.
The information sheet for the above ISPA measure can be accessed on:
europa.eu.int
5. Contracting authority:
Ministry of Environment and Water, Directorate `European Union Funds for Environment`, 22, Maria Luisa Boulevard, 1000 Sofia, Bulgaria .

Contract specifications

6. Description of the contract:
The subject of this contract is:
1) design and construction of wastewater treatment plant (WWTP) providing full biological secondary treatment and nitrogen removal. The phosphorus value will be achieved only in the future when the plant will be upgraded with a secondary intervention, but the WWTP will be designed for the full tertiary upgrading (but not constructed) with the current measure.
The plant shall be designed for treating the wastewater generated in Smolian town with a population equivalent 55 550 p.e. for the year 2022 and shall meet the following main design parameters:
— a total daily average flow of approximately 10 173 m3/day, and
— a BOD5 load of 3 337 kg/day;
2) design and construction of the associated sewerage system extension (approximately 1 550 m), connection of 45 outfalls and associated 37 storm overflows plus related pipework;
3) training of personnel and supervision of operation of the WWTP`s for 3 months before taking over and during the 12-month defects notification period.
The works contract is based on the FIDIC conditions of contract for plant and design build, first edition, 1999 (`Yellow Book`).
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 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 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 works, supplies and services 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 for a works contract, 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 for EC external actions.
10. Number of tenders:
Tenderers may submit only 1 tender. 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.
11. Tender guarantee:
Tenderers must provide a tender guarantee of EUR 150 000 when submitting their tender. This security 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 security of 10 % of the amount of the contract at he signing of the contract. This security 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 security 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 followed by a site visit will be held by the contracting authority on 4.8.2006 (10:00), local time, at 12 Bulgaria Square, Smolian Municipality, 4700 Smolian, Bulgaria.
The costs for attending the site visit are not reimbursable and will be borne by the tenderer.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
Provisional time for completion of design and construction, until provisional acceptance (i.e. until taking over of the works/issue of use permit), is up to 24 months. This is followed by 12 months for defect notification period (including supervision of the operation and maintenance).

Selection and award criteria

16. Selection criteria:
16.1) The minimum qualifying criteria for a sole tenderer are as follows:
1) General:
(a) the tenderer must be a firm or a natural person duly registered as per the national law and/or accordingly authorised to carry out the works specified under this contract.
2) Economic and financial standing:
(a) the annual turnover (net of taxes and social security charges) of the tenderer must be at least EUR 15 000 000 for each of the past 3 years (2003, 2004, 2005);
(b) sufficient liquid working capital for financing the works. The tenderer shall provide evidence of secured financing of not less than EUR 2 000 000, in form of cash at hand, secured irrevocable credit line granted by a reputable bank or other acceptable form of funds.
3) Technical and professional capacity:
a) in order to be eligible for the contract the tenderer shall prove:
— experience in preparation of detailed design of combined sewerage or storm water networks for total length of 10 km,
— experience in preparation of process design, monitoring of installation and commissioning of WWTP with biological secondary treatment and tertiary treatment with nitrogen and phosphorus removal in at least 2 (turn-key) projects with total overall design capacity summed together (cumulative) of at least 35 000 m3/d,
— experience in construction of wastewater or potable water treatment plant in at least 1 project with overall design capacity of 5 000 m3/d.
One and the same project can cover more than 1 type of experience listed above and shall have been completed between 1.1.2000 and 1.9.2006. `Completed` is to be intended as `design approval issued`, for experience described under the first bullet point above, and as `performance certificate issued`, for experience described under the second and third bullet points above;
b) the tenderer shall propose the key personnel identified below, with the indicated minimum professional experience:
— project manager (project director) — minimum 10 years experience in water sector infrastructure projects, including minimum 5 years in construction: minimum 1 FIDIC design-build project managed as project manager (PM) or as site manager/work superintendent,
— site manager/work superintendent — minimum 10 years experience in construction; experience in at least 5 projects on water infrastructure/hydro-technical or industrial facilities as site manager/work superintendent,
— process design engineer — minimum experience 10 years in process design for WWTPs. Minimum 4 references (over the past 10 years) in preparation of process designs for secondary (biological) treatment and minimum 2 references for process designs for tertiary treatment with nitrogen and phosphorus removal. Total capacity (summed together) not less than 25 000 m3/d.
In addition to the key experts listed above, the personnel to be employed on the contract shall include other experts, such as mechanical designer, electrical/SCADA designer, structural designer, site, mechanical/electrical/SCADA engineers, structural engineer, O and M trainer (team leader) with at least 5 years of adequate experience and proven qualifications relevant to their position and the works of a similar nature to this project. The tenderer must include in form 4.6.1.2 information concerning the other experts proposed (i.e. position/name, age, education, years of experience and major works for which responsible). However, the tenderer is not requested to include in the offer the CVs of such other experts.
16.2) The minimum qualifying criteria for a joint venture/consortium are as follows:
1) General:
(a) all members in the joint venture/consortium must be firms or natural persons duly registered as per the national law and/or accordingly authorised to carry out the works specified under this contract.
2) Economic and financial standing:
(a) the annual turnover (net of taxes and social security charges) of the lead member must be at least EUR 10 000 000 for each of the past 3 years (2003, 2004, 2005), and all the other members of the joint venture/consortium together (i.e. without lead member) must have an annual turnover (net of taxes and social security charges) of at least EUR 5 000 000 for each of the past 3 years (2003, 2004, 2005);
(b) sufficient liquid working capital for financing the works. The lead member of a consortium/joint venture shall provide evidence of secured financing of not less than EUR 2 000 000, in form of cash at hand, secured irrevocable credit line granted by a reputable bank or other acceptable form of funds.
3) Technical and professional capacity:
(a) in total, the members of the joint venture/consortium shall meet the technical capacity requirements as described under point 16.1.3(a) above;
(b) the tenderer (i.e. all joint venture/consortium members together) shall propose the key personnel and other personnel identified under point 16.1.3(b) above, with the indicated minimum professional experience.
17. Award criteria:
Tender evaluation sum, which includes tender sum (i.e. capital costs), after taking into account the discount offered (if any) and present value of partial operation costs as defined in the tender dossier.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from the Ministry of Environment and Water, Directorate `EU Funds for Environment`, 22 Maria Luisa Boulevard, 1000 Sofia, Bulgaria,
upon presentation of bank`s SWIFT demonstrating payment of EUR 150, but not before bank confirmation for the receipt of the whole amount which excludes bank transaction fees and courier delivery, to:
Ministry of Environment and Water, Bank account No 6301-001387301153, IBAN BG35 BNBG 9661 3000 1387 01, at Bulgarian National bank, Alexander Batenberg Square No 1, Sofia, Bulgaria.
Cash payments are not acceptable. The tender dossier may be sent to tenderers upon request by courier service. All courier expenses will be borne by the tenderer.
The tender dossier is also available for inspection at the premises of the contracting authority, address as in point 5 above. The tenders must be submitted using the standard tender form included in the tender dossier, whose format and instruction must be strictly observed.
Tenderers with questions regarding this tender should send them in writing by fax and e-mail mentioning the publication reference shown in point 1 above and the title of the project, to:
Mr Dzhevdet Chakarov, Sectoral Authorising Officer, Ministry of Environment and Water, 67 William Gladstone Street, 1000 Sofia, Bulgaria. Fax (359-2) 981 43 93. E-mail: ABoneva@moew.government.bg,
at least 21 days before the deadline for submission of tenders given in point 19 (i.e. by 11.9.2006). The contracting authority must reply to all tenderers` questions at least 11 days (i.e. by 21.9.2006) before the deadline for submission of tenders.
Eventual clarifications to the tender dossier will be published on the EuropeAid web site at europa.eu.int, as well as on the web site of the contracting authority, at www.moew.government.bg
Tenderers are strongly recommended to consult these web sites regularly.
19. Deadline and place for submission of tenders:
2.10.2006 (16:00), local time, at the following address:
Ministry of Environment and Water, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria.
Any tender received after this deadline will not be considered.
20. Tender opening session:
Tender opening session will be held on 3.10.2006 (10:00), local time, at the following address:
Ministry of Environment and Water, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria.
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 by the Council Regulations (EC) Nos 2382/2001, 2500/2001, 769/2004, 2257/2004 and as modified by Council Regulation (EC) No 2112/2005 of 21.11.2005 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