Čtvrtek, 18. dubna 2024

ISPA – Obnova a rozšíření vodovodní a kanalizační sítě

ISPA – Obnova a rozšíření vodovodní a kanalizační sítě
* Referenční číslo CzechTrade: 
TE200661689
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
02.03.2007 
 
* Zdroj informace:  
S 226 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Popis zakázky:
Zakázka bude zahrnovat obnovu a rozšíření vodovodní sítě (přibližně 27 km), kanalizační sítě (přibližně 40 km), výstavbu nádrže na zachycení přívalové vody (2.500 m3) a sběrného potrubí pro přívalovou vodu (1,5 km), a také obnovu nebo novou výstavbu 18 čerpacích stanic.
Předmět zakázky pokrývá provedení výše uvedených stavebních prací podle podmínek FIDIC pro zadávání stavebních zakázek, Červená kniha, 1999.
Nabídky musí být obdrženy nejpozději do 2.3.2007, 12:00 místního času na adresu veřejného zadavatele uvedenou výše v bodu 5. Nabídky do tendru musí být zpracovány v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation and extension of drinking water and sewerage networks
Pitesti, Arges County, Romania

Works procurement notice
1. Publication reference:
Europeaid/122898/D/WKS/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing memorandum No 2003/RO/16/P/PE/026, with co-financing from the European Investment Bank.
5. Contracting authority:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, Entrance B, Sector 3, Bucharest, Romania. Contact person: Adela Vasile — Project Manager. Tel. (40-21) 326 55 55-533. Fax (40-21) 326 87 30/326 87 09.

Contract specifications

6. Description of the contract:
The contract will cover the rehabilitation and extension of the drinking water distribution networks (ca 27 km), sewerage networks (ca 40 km), the construction of a storm water retention basin (2 500 m3) and a storm water collector (1,5 km), as well as the rehabilitation or new construction of 18 pumping stations.
The objective of the contract covers the construction of the above-mentioned works under the FIDIC Conditions of Contract for Construction, Red Book, 1999.
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 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 regulations 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 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 statement 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` (available from the following Internet address:
europa.eu.int
10. Number of tenders:
Tenderers (including firms within the same legal group, other members of the same consortium, and subcontractors) may submit only 1 tender for the works. Tenders for parts of the works will not be considered. Variant solutions will not be 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(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 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:
One information meeting and site visit will be held on 16.1.2007 (12:00), local time at:
Apa Canal 2000 S.A, 17 Victoriei Street, Pitesti, Arges County. Tel./fax (40-24) 822 37 72.
For confirming the participation, an information fax shall be sent to CFCU: (40-21) 326 87 30/326 87 09.
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 730 calendar days.

Selection and award criteria

16. Selection criteria:
16.1. The minimum qualifying criteria for a sole tenderer, with or without major subcontractors (a major subcontractor intends to execute more than 10 % of the works):
16.1.1 The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
16.1.2 General Experience.
The tenderer shall meet the following minimum criteria by showing successful experience as prime contractor in the completion in the last 7 years of at least 3 contracts including:
— 1 project of a nature and complexity similar to those of the works in the proposed contract with a minimum value of EUR 12 000 000,
— 2 projects of a nature and complexity similar to those of the works in the proposed contract, each with a minimum value of EUR 6 000 000.
In case the projects proposed as reference are only concerning drinking water supply networks or only wastewater sewerage, the tenderer must propose at least 1 contract of each nature.
Note: `Nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
Similar nature means construction of:
— drinking water supply networks in urban areas, including distribution pipelines and pumping facilities, and/or
— wastewater sewerage in urban areas, including sewers, collectors and pumping stations,
— similar complexity means mixed construction contracts including commissioning, handing over and performance testing,
— the minimum size (value) that will be taken into consideration is either the total contract value, when the tenderer was acting as sole contractor, or the part of the total contract 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 from 1.1.1999 up to the deadline for submission of tenders.
16.1.3 Financial Standing
(a) Turnover:
the average annual turnover over the last 3 years (2003, 2004 and 2005) of EUR 20 000 000 equivalent;
(b) Financial Resources:
the tenderer shall demonstrate, by a statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract, not less than EUR 4 500 000 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 (2003, 2004 and 2005) 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.
N.B.: The contracting authority reserves the right to carry out any such further inquiry into the tenderer`s financial standing, as the evaluation committee may deem appropriate.
16.1.4 Litigation History
A consistent history of 5 cases against the tenderer during the last 7 years (1.1.2000 until deadline for submission of tenders) or existence of a high value of such awards against tenderer, i.e. EUR 1 000 000, in the same period, will lead to the rejection of the tenderer.
16.2 The minimum qualifying criteria for the joint venture/consortium with or without major subcontractors shall meet the following particular qualification criteria:
16.2.1 All the partners of the joint venture and all the major subcontractors shall be legally capable to carry out the specified works.
16.2.2 General Experience:
The joint venture/consortium must satisfy cumulatively the criteria of general experience stated in 16.1.2 above, provided that the leader has the reference for the minimum EUR 12 000 000 project.
If the leader does not have a reference for a EUR 12 000 000 project, this reference may be produced by a partner. In this case, the leader shall prove successful experience as main contractor of at least 1 project with the value of minimum EUR 8 000 000, of nature and complexity comparable to the proposed contract and completed within the last 7 years. The third project required for this case shall be of minimum EUR 6 000 000.
The partners (or the major subcontractors) which do not have any of the references for the 3 projects described above shall prove successful experience in smaller projects comparable with their envisaged part in the proposed contract.
16.2.3 Financial Standing
(a) Turnover:
the average annual cumulated turnover over the last 3 years (2003, 2004 and 2005) of EUR 20 000 000 equivalent, out of which minimum EUR 10 000 000 for the leader.
The average turnover over the last 3 years for the partners shall be comparable with their envisaged part in the proposed contract;
(b) Financial resources:
cumulated liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract, not less than EUR 4 500 000 equivalent, for a period of 6 months, in addition to the commitments for other contracts, out of which minimum EUR 3 000 000 for the leader.
The financial resources for the partners shall be comparable with their envisaged part in the proposed contract;
(c) Financial position:
the audited financial statements for the last 3 years (2003, 2004 and 2005) as well as documented cash flow projections for the next 2 years shall be submitted and must demonstrate the soundness of the leader`s and partners` (or major subcontractors`) financial position, showing long-term profitability.
16.2.4 Litigation history:
The leader and the partners (or major subcontractors) 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 any of them or existence of a high value dispute, which may threaten the financial standing of any of them, may lead to the rejection of the tender.
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, Entrance B, Sector 3, Bucharest, Romania. Contact person: Adela Vasile — Project Manager. Tel. (40-21) 326 55 55-533. Fax (40-21) 326 87 30/326 87 09, upon payment of EUR 500, which excludes courier delivery. Payment should be transferred 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, Romania. Swift code: ABNAROBU.
The tender documents are also available for inspection at the premises of 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 the 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. Clarifications to the tender dossier will be published on the EuropeAid website at: europa.eu.int
19. Deadline for submission of tenders:
Tenders must be received at the latest on 2.3.2007 (12:00), local time, at the address of the contracting authority mentioned in point 5 above.
Any tender received after this deadline will not be considered.
20. Tender opening session:
The public opening session will take place on 2.3.2007 (15:00), local time, at the address of the contracting authority mentioned in point 5 above.
21. Language of the procedure:
All written communications for this tender procedure and contract must be in the English language.
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 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