Středa, 24. dubna 2024

ISPA – Rozšíření čističky odpadních vod (ČOV) v Šumenu o čištění biologickým filtrem

ISPA – Rozšíření čističky odpadních vod (ČOV) v Šumenu o čištění biologickým filtrem
* Referenční číslo CzechTrade: 
TE200660222
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
16.10.2006 
 
* Zdroj informace:  
S 115 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby
 
Anotace tendru:

Popis zakázky:
Předmětem této zakázky je:
6.1. návrh a výstavba rozšíření čistírny odpadních vod (ČOV), aby poskytovala úplné biologické čištění. Stavební práce jsou navržené tak, aby splňovaly normy pro kapalný odpad v rámci směrnice o městské odpadní vodě pro vypouštění z aglomerací nad 10 000 obyvatel do vod, které nebyly určené jako citlivé vody.
Modernizace čistírny bude muset zahrnovat opatření, která umožní budoucí cenově přístupné vylepšení procesu, aby se splnily požadavky na vypouštění do citlivých vod (terciární čistění). Během těchto stavebních prací se také vylepší zařízení na zpracování kalu.
Čistírna bude čistit odpadní vodu z města Šumen s populací 161 317 lidí v roce 2022 a musí splňovat následující hlavní výpočtové parametry:
— průměrný průtok odpadní vody 29 476 m3 / den,
— BSK5 zátěž ve výši 9 679 kg / den, Ncellem zátěž ve výši 1 395 kg / den a Pcelkem zátěž ve výši 338 kg / den.
6.2. dohled nad provozem a údržbou, školení a monitoring personálu ČOV během 3 měsíců před převzetím díla a během 12 měsíců doby na ohlášení závad.
Zakázka na stavební práce je založena na smluvních podmínkách FIDIC pro stavební práce na klíč, první vydání, 1999 (Žlutá kniha).

 
Popis tendru (Angličtina):

BG-Sofia: ISPA — extension of WWTP Shoumen to secondary treatment
Works procurement notice

Location—Shoumen, Bulgaria
1. Publication reference:
EuropeAid/120892/D/W/BG
2. Procedure:
Open.
3. Programme:
Instrument for structural policies for pre-accession (ISPA).
4. Financing:
Financing Memorandum for ISPA Measure No 2002/BG/16/P/PE/018.
Information sheet for the above ISPA measure can be accessed on:
europa.eu.int
5. Contracting authority:
Ministry of Environment and Water, Republic of Bulgaria (MoEW), Directorate `European Funds for Environment` 22, Maria Louiza Boulevard, 1000 Sofia, Bulgaria.

Contract specifications

6. Description of the contract:
The subject of this contract is:
6.1. design and construction of extension of a wastewater treatment plant (WWTP), to provide full biological treatment. The works are designed to meet effluent standards within the Urban Wastewater Directive for discharges from agglomerations greater than 10 000 population to waters that have not been designated sensitive waters.
The plant rehabilitation will have to include provisions to enable future cost-effective process-upgrading to meet the requirements of discharge to sensitive waters (tertiary treatment). Sludge treatment facilities will be improved during the present works.
The plant will treat the wastewater generated in the town of Shoumen with an equivalent population of 161 317 for the year 2022 and shall meet the following main design parameters:
— an average wastewater flow of 29 476 m3/day,
— a BOD5 load of 9 679 kg/day, Ntotal load of 1 395 kg/day and Ptotal load of 338 kg/day.
6.2. supervision of operation and maintenance, training and monitoring of the WWTP`s personnel during 3 months prior to the taking over of the works and during the 12 months 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). 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 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 security:
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 second best admissible tender.
13. Information meeting and/or site visit:
A mandatory information meeting and site visit will be held on 11.8.2006, from 10:00 at:
Shoumen Municipality, Boulevard Slavianski 17, 9700 Shoumen, 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 legal 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 12 000 000 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) — the tenderer shall prove experience in preparation of process design, monitoring of installation works and commissioning (turn-key) of biological secondary treatment plants in at least 2 projects with total overall design capacity summed together (cumulative) of at least 40 000 m3/d, each project with a minimum capacity of 4 000 m3/d. At least one of such WWTPs should be designed with biological P and N removal. Extensions of existing primary (mechanical) treatment plants to secondary (biological) treatment plants will be considered as valid experience;
— the tenderer shall also prove experience in construction of wastewater or potable water treatment plant in at least 1 project with overall design capacity of 6 000 m3/d;
One and the same project can cover more than one type of experience listed above and shall have been completed between 1.1.2000 and the deadline for receiving tender proposals; `Completed` is to be intended as `Performance Certificate issued` for construction contracts.
b) all personnel (Project Manager (PM), works superintendent, process design engineers), mechanical design engineer, electrical/SCADA design engineer, structural design engineer, process designer, mechanical designer, electrical/SCADA designer, structural designer, main foreman, O and M trainer (team leader)) shall have adequate experience and proven qualifications relevant to their proposed position.
The following key personnel should have proven experience records as follows:
— project manager — minimum 10 years experience in water sector infrastructure projects, including minimum 5 years in construction; minimum 3 FIDIC design-built projects or similar design built contracts executed within the European Union or Phare/ISPA beneficiary countries managed as project manager or as site manager/works superintendent;
— works superintendent — minimum 10 years in construction; experience in at least 5 projects on water infrastructure/hydro-technical or industrial facilities as site manager/works superintendent;
— process design engineer for the water line — minimum experience 10 years in design for WWTPs. Minimum 3 references (over the last 10 years) in preparation of process designs for secondary (biological) treatment. Total capacity (summed together) not less than 25 000 m3/d, out of which one is not less than 4 000 m3/d.
— process design engineer for the sludge line — minimum experience 10 years in design for WWTPs. Minimum 3 references (over the last 10 years) in preparation of process designs for anaerobic sludge digestion. Total capacity (summed together) not less than 3,5 t/d dry solids, out of which one is not less than 0,7 t/d.
The activities of `process design engineer for water line` and `process design engineer for sludge line` can be performed by one person if he/she possesses the requested proven experience records for both positions.
The rest of the key personnel should have at least 5 years proven experience. 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 tenderer are as follows:
1) General:
a) All members in the joint-venture/consortium must be firms or legal 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 8 000 000 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 4 000 000 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 criterion 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), 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:
Ministry of Environment and Water, Republic of Bulgaria (MoEW), Directorate `European Funds for Environment`, 22, M. Luiza Boulevard, 1000 Sofia, Bulgaria.
upon presentation of bank`s SWIFT demonstrating payment of EUR 100, but not before bank conformation for the receipt of the whole amount, which excludes bank transactions 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 l Sofia, Bulgaria.
Cash payments are not acceptable. 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. The tenders must be submitted using 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, and the title of the project, to:
Mr Dzhevdet Chakarov Sectoral Authorizing 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 25.9.2006). The contracting authority must reply to all tenderers` questions at least 11 days (i.e by 5.10.2006) 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 this web sites regularly.
19. Deadline and place for submission of tenders:
16.10.2006 (17:00), local time, at the following address:
Ministry of Environment and Water, 22, Maria Louisa Boulevard, 1000 Sofia, Bulgaria.
Any tender received after this deadline will not be considered.
20. Tender opening session:
Tender opening session will be held on 17.10.2006 (10:00), local time at the following address:
Ministry of Environment and Water, 22, Maria Louisa Boulevard, 1000 Sofia, 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 No 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