Úterý, 23. dubna 2024

Obnova čistírny odpadních vod v Pitešti

Obnova čistírny odpadních vod v Pitešti
* Referenční číslo CzechTrade: 
TE200661825
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
24.04.2007 
 
* Zdroj informace:  
S 238 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Tato zakázka se skládá ze následujících složek:
— obnova stávajícího zařízení za účelem splnit podmínky na zbavování se odpadu v citlivých oblastech, jak je určeno v směrnici městského vodního hospodářství ES,
— zlepšení systému na zpracování kalů, včetně zařízení pro obnovu dodávek energie na výrobu elektřiny a tepelné energie.
ČOV má být obnovena pro populační ekvivalent 320 000 p.e.
Předmět zakázky pokrývá projekt a provedení výše uvedených stavebních prací podle smluvních podmínek pro stavbu na klíč FIDIC, Žlutá kniha, 1999.
Nabídky musí být předány nejpozději do 24.4.2007 (12.00) místního času na adresu veřejného zadavatele uvedenou v bodě 5 výše.
Jakákoliv nabídka obdržená po tomto termínu nebude brána v úvahu. Komunikace bude vedena v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation of the wastewater treatment plant in Pitesti
Arges County, Romania

Works procurement notice
1. Publication reference:
EuropeAid/122899/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.
This tender procedure is launched with a `suspension clause`, which entails the extension of the financing agreement between the European Commission and the Romanian Government.
As an extension of the financing memorandum is required, which will not be approved by the European Commission before the signature of the contract, the contract will be split into 2 phases.
Details of the phases and the time limits will be given in a modification to the tender dossier.
The economic operators interested in participating in this tender procedure must be fully aware that in no event shall the contracting authority be liable for any damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of the tender procedure on the basis of the `suspension clause` even if the contracting authority has been advised of the possibility of damages.
As such, by submitting his application, the economic operator (candidate) accepts in full the use of the `suspension clause` in this tender procedure as well as its possible consequences.
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:
This contract will consist of the following components:
— the rehabilitation of the existing plant in order to comply with discharge conditions in sensitive areas, as defined in the EC Urban Wastewater Directive,
— the sludge treatment system improvement, including energy recovery facility to produce electricity and thermal energy.
The WWTP shall be rehabilitated for an equivalent population of 320 000 p.e.
The objective of the contract covers the design and construction of the abovementioned works under the FIDIC Conditions of Contract, Plant and Design Build, Yellow 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 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 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: http://europa.eu.int/comm/europeaid/tender/gestion/index_en.htm).
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 are allowed.
11. Tender guarantee:
Tenderers must provide a tender guarantee of EUR 200 000 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 and/or site visit:
1 information meeting and site visit will be held on 13.2.2007 (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 execution:
Time for completion of the works is 730 calendar days.

Selection and award criteria

16. Selection criteria:
The minimum qualifying criteria for each tender include:
16.1. the tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
16.2. 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 prime contractor of at least 3 contracts including:
— 1 project with a minimum value of EUR 13 000 000 in wastewater treatment works, and
— 2 projects each with a value of EUR 6 000 000. At least 1 of these shall be for an existing facility that was required to operate during the period of construction.
At least 1 reference must include an activated sludge wastewater treatment plant with mechanical sludge treatment and at least 1 reference must be for an existing facility that was required to operate during the period of construction.
b) Successful experience as main designer (himself or a nominated design consultant) of at least 3 projects including:
— 1 project with a minimum value of EUR 6 000 000 in wastewater treatment works, and
— 2 projects each with a minimum value of EUR 4 000 000.
At least 1 of these shall be for an existing facility that was required to operate during the period of construction.
In the case of design-build executed projects that fulfil criterion 16.2.a, proof of separate design experience is not required.
Note: `nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
— similar nature means experience in construction or improvement works for biological wastewater treatment plants for urban or mixed urban-industrial wastewater,
— similar complexity means mixed process, civil, structural, mechanical and electrical plant contracts with monitoring and SCADA control, including building, testing, taking over and performance testings,
— 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 share 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: 1.1.1999 up to the deadline for submission of tenders.
16.3. Financial standing.
a) Turnover:
the average annual turnover over the last 3 years (2003, 2004 and 2005) shall be of EUR 25 000 000 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 6 000 000 equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
Also this statement shall confirm the bank`s willingness to issue a credit line, if necessary, for the specific project based on the company`s present financial standing.
c) Financial position:
the audited financial statements for the last 3 years (2003, 2004, 2005) as well as documented cash flow projections for the next 2 years (2007, 2008) 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 on the tenderer`s financial standing, as the evaluation committee may deem appropriate.
16.4. 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.
16.5. 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 all the specific criteria of general experience (16.2) and financial standing (16.3) stated above.
In addition:
b) the leading partner shall meet individually the following particular criteria:
i) average annual turnover over the last 3 years (2003, 2004 and 2005) of EUR 12 000 000 equivalent;
ii) successful experience as main contractor in the execution of at least 1 project with a minimum value of EUR 6 000 000 in wastewater treatment plant works. The project should be of nature and complexity comparable to the proposed contract and completed within the last 7 years;
iii) shall demonstrate, by a bank 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 this contract, not less than EUR 3 000 000 equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
Also this statement shall confirm the bank`s willingness to issue a credit line, if necessary, for the specific project based on the company`s present financial standing;
iv) it shall also satisfy the litigation history (16.4) criterion;
v) the leading partner of the joint venture/consortium shall have the ability to carry out individually at least 40 % of the contract works by his own resources (equipment, material, human and financial resources).
c) Each other member of the JV/consortium shall meet the following particular criteria:
each individual member shall meet the general experience (execution or/and design according to the nature of their involvement in the contract) and the financial resources criteria in the same proportion as their envisaged part in the consortium. They shall also satisfy the sound financial position and litigation history criteria.
d) The major subcontractors (for more than 10 % of the tendered contract price) shall:
i) meet the general experience criteria set above in the same proportion as the envisaged part of the subcontractor in the tendered contract price, following the same calculation approach used for joint-venture/consortium partners stated above. The subcontractors shall meet the execution or/and design subcriteria according to the nature of their involvement in the contract: execution or/and design;
ii) satisfy the sound financial position and litigation history criteria.
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 to the bank account specified below:
Bank account: RO97 ABNA 4100 2511 0000 0404. Account holder: Central Finance and Contract 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 24.4.2007 (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 24.4.2007 (14:00), local time, at the address of the contracting authority mentioned in point 5 above.
21. Language:
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 No 2500/2001 concerning pre-accession financial assistance for Turkey and as amended on 21.4.2004 by Council Regulation (EC) No 769/2004 and 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