Pátek, 29. března 2024

ISPA – Sběr a zpracování odpadních vod v Montaně

ISPA – Sběr a zpracování odpadních vod v Montaně
* Referenční číslo CzechTrade: 
TE200660539
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
02.10.2006 
 
* Zdroj informace:  
S 141 
 
* Obor dle celního sazebníku:
 
T168479 Stroje a mechanická zařízení s vlastní individuální funkcí, jinde v této kapitole neuvedené ani nezahrnuté

S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Popis zakázky:
Předmětem této zakázky je návrh a výstavba čistírny odpadních vod (plně biologické sekundární zpracování) a další práce na rozšíření existující kanalizační sítě. Rozsah stavebních prací pokrývá následující:
1. návrh a výstavba čistírny odpadních vod (ČOP) s plně biologickým sekundárním zpracováním. Čistírna bude navržena pro zpracování odpadních vod z Montany s počtem obyvatel 60 000 a 98 600 p.e. v roce 2022 a musí splňovat následující hlavní parametry návrhu:
— celkový denní průměrný průtok přibližně 17 840 m3/den,
— biochemický kyslíkový požadavek (Biochemical Oxygen Demand) BOD5 je 5 920 kg/den;
2. návrh a výstavba rozšíření pro existující hlavní sběrače (délka přibližně 3 770 m);
3. návrh a výstavba propojení 9 výpustí do hlavního sběrače;
4. návrh a výstavba vodního uzávěru pod řekou;
5. dozor nad provozem a údržbou, poskytnutí školení a monitorování práce personálu čistírny odpadních vod během 3 měsíců před převzetím díla a během 12 měsíců doby ohlašování závad.
Zakázka na stavební práce dle obchodních podmínek pro zařízení a výstavby na klíč (nebo podobné), Žlutá
kniha FIDIC, první edice, 1999 s ohledem na zvláštní podmínky bulharského práva ve vztahu s oblastí územního plánování.

 
Popis tendru (Angličtina):

BG-Sofia: ISPA — Montana wastewater collection and treatment

Republic of Bulgaria

Works procurement notice
1. Publication reference:
EuropeAid/115678/D/W/BG — re-launch
2. Procedure:
Open international procedure.
3. Programme:
ISPA (instrument for structural policies for pre-accession).
4. Financing:
Financing Memorandum ISPA 2001/BG/16/P/PE/012.
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 the design and the construction of wastewater treatment plant (full biological secondary treatment) and additional works on the extension of the existing sewerage network. The scope of works covers the following:
1. design and construction of wastewater treatment plant (WWTP) including full biological secondary treatment. The plant shall be designed for treating the wastewater generated in Montana with a population of 60 000 and 98 600 p.e. for the year 2022 and shall meet the following main design parameters:
— total daily average flow of approximately 17 840 m3/day, and
— a BOD5 load of 5 920 kg/day;
2. design and construction of the extension of the existing main collector (approx. length 3 770 m);
3. design and construction of the connection of 9 outfalls to the main collector;
4. design and construction of siphon under the river;
5. supervision of operation and maintenance, training and monitoring of WWTP`s personnel during 3 months prior to taking over of the works and during 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) with respect to the particulars of Bulgarian Law on Spatial Planning.
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. Tenderers may submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
11. Tender guarantee:
Tenderers must provide a tender security of EUR 200 000 when submitting their tender. This security will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) 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 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 site visit:
A mandatory information meeting followed by a site visit will be held on 23.8.2006 (10:00), at 1 Izvora St., Montana Municipality, Montana.
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:
the tenderer shall have successfully completed at least 2 projects of similar nature and complexity to the tendered works, where similar nature and complexity is defined as design, construction and commissioning (turn key) of biological wastewater treatment plants and all of the following characteristics as minimum:
— population equivalent of not less than 74 000 p.e.,
— an average wastewater flow of 13 400 m3/day.
For each of these 2 projects the tenderer must have had total responsibility as main contractor under contract conditions which include full design of the whole works (e.g. FIDIC Plant and Design Build `Yellow Book` or similar).
The population, flow and load characteristics of the similar projects are to be complete incremental units. Extensions of existing treatment plants up to the threshold figures alone cannot be considered.
The works shall have been completed between 1.1.1999 and 1.1.2006. The tenderer must have provided at least 40 % (by value) of the works and supplies directly (not through a subcontractor or joint venture/consortium partner).
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 7 500 000 for each of the past 3 years (2003, 2004, 2005), and all the other members of the joint venture/consortium together (i.e. without the lead member) must have an annual turnover (net of taxes and social security charges) of at least EUR 7 500 000 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:
in total, the members of the joint venture/consortium shall have successfully completed at least 2 projects of similar nature and complexity as the tendered works, where similar nature and complexity is defined as design, construction and commissioning (turn key) of biological wastewater treatment plants and all of the following characteristics as minimum:
— population equivalent of not less than 74 000 p.e.,
— an average wastewater flow of 13 400 m3/day.
For each of these 2 projects, the respective member of the joint venture/consortium having carried out the project must have had total responsibility as main contractor under contract conditions which include full design of the whole works (e.g. FIDIC Plant and Design Build `Yellow Book` or similar).
The population, flow and load characteristics of the similar projects are to be complete incremental units. Extensions of existing treatment plants up to the threshold figures alone cannot be considered.
The works shall have been completed between 1.1.1999 and 1.1.2006. The respective member of the joint venture/consortium having carried out the projects must have provided at least 40 % (by value) of the works and supplies directly (not through a subcontractor or joint venture/consortium partner).
The lead member shall have completed at least 1 of the above-mentioned reference projects.
17. Award criteria:
Tender evaluation sum after taking into account the discount offered (if any) on the tender sum. The tender evaluation sum is composed of capital costs (the tender sum) 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, `EU Funds for Environment` Directorate, 22 Maria Luisa Boulevard, 1000 Sofia, Bulgaria,
upon presentation of bank`s SWIFT demonstrating payment of EUR 250, which excludes 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. The tender dossier is also available for inspection at the premises of the contracting authority. The tender dossier may be sent to tenderers upon request by courier service. All courier expenses will be borne by the tenderer. 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 by fax and e-mail mentioning the publication reference 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: margarta_h@moew.government.bg,
at least 21 days before the deadline for submission of tenders given in point 19 (i.e. by 8.9.2006). The contracting authority must reply to all tenderers` questions at least 11 days (i.e. by 18.9.2006) 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 www2.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 (10:30), 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) No 2382/2001, No 2500/2001, No 769/2004, No 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