Pátek, 26. dubna 2024

Návrh a výstavba čistírny odpadních vod včetně technického zaškolení

Návrh a výstavba čistírny odpadních vod včetně technického zaškolení
* Referenční číslo CzechTrade: 
TE200763361
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
27.08.2007 
 
* Zdroj informace:  
S 94 
 
* Obor dle celního sazebníku:
 
S009993 Stavební činnost - činnost ve stavebnictví

S009999 Inženýrské poradenství a podobné technické služby

 
 
 
Anotace tendru:

Zakázka zahrnuje návrh a výstavbu čistírny odpadních vod (ČOP) pro město Tokat, jejíž realizace s pomocí ES je plánovaná na léta 2007–10. Zakázka mimojiné zahrnuje 1roční technické školení pro městskou správu, provoz a údržbu.

ČOP je biologickou čistírnou pro odstranění dusíku s fyzickými a biologickými stupni s kapacitou pro 200 000 obyvatel a 33 průmyslových podniků (fáze 1). Čistírna bude připravena pro rozšíření na pokrytí kapacity 270 000 obyvatel a průmyslového populačního ekvivalentu 44 000 (fáze 2). Stavební práce budou provedeny pouze pro fázi 1. Při 60 gBOD5/p.e./den odpovídá konstrukční zatížení přibližně hodnotě 170 000 p.e. Výtok bude splňovat požadavky na výtok dle směrnice EU UWWT a dále pak požadavky na výtok dle tureckých předpisů.

Lhůta pro doručení nabídek je 27.8.2007. Nabídka do tendru musí být zpracována v anglickém jazyce.

 
Popis tendru (Angličtina):

TR-Ankara: MEDA — design, construction, operation and maintenance of Tokat wastewater treatment plant

Location — Tokat, Turkey

Works procurement notice
1. Publication reference:
EuropeAid/124008/D/WKS/TR
2. Procedure:
International open tender.
3. Programme:
2006 national pre-accession assistance programme for Turkey.
4. Financing:
EC contribution budget item 22.020401 of the general budget of the EC (75 %) and national contribution (25 %).
5. Contracting authority:
Central Finance and Contracts Unit (CFCU).

Contract specifications

6. Description of the contract:
The contract comprises design, construction of a wastewater treatment plant (WWTP) for Tokat Municipality planned for implementation with EU assistance during 2007–10. The contract includes 1 year technical training of the Municipality, operation and maintenance.
The WWTP is a biological nitrogen removal plant with physical and biological stages for servicing a population of 200 000 persons and 33 000 industrial p.e. (stage 1). The plant will be prepared for an extension covering 270 000 persons and 44 000 industrial p.e. (stage 2). The construction will be done for stage 1 only.
At 60 gBOD5/p.e./day the design load corresponds to approximately 170 000 p.e.
The discharge will meet the effluent requirements of the EU UWWT Directive as well as Turkish effluent requirements.
7. Numbers 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 23 below). Please also refer to
europa.eu.int i.e. Annex A2 to the Practical Guide.
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 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 a tender 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 not 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 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 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:
An optional information meeting and site visit will be held on 17.7.2007 at Tokat Municipality and on the project site. Tenderers shall meet at Tokat Municipality, Turkey at the indicated date and time.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
Period of execution: 730 calendar days from the commencement date.
730 calendar days of defects notification period from the date of provisional acceptance including 365 calendar days of technical training and operation.

Selection and award criteria

16. Selection criteria:
1) General:
The tenderer must be a registered firm or natural person capable of carrying out the specified works.
2) Economic and financial standing:
NB: The joint venture/consortium as a whole must satisfy the minimum qualifications required below.
a) Annual turnover (the amount of business done in a year, incomes generated from ongoing works and incomes generated from works undertaken as JV shall be considered as part of the turnover):
Turnover criterion: the average of annual turnovers over the last 3 years (2006, 2005, 2004) shall be a minimum of EUR 9 000 000 or equivalent.
This must be proven by the audited balance sheets and income statements of the tenderer for the last 3 years (2006, 2005, 2004) which were audited by a certified public (sworn) accountant and any other document necessary to prove annual turnover values of the tenderer (e.g. cover pages of the interim payment certificates, audited reports of the certified public (sworn) accountant showing the incomes of the tenderer from each contract in each year, documents showing the share of the tenderer in the JV, etc.).
The yearly income of a company coming from projects undertaken as JVs shall also be added to the turnover calculated, in proportion to the share of the particular company in the JV.
b) Financial resources:
The tenderer shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than EUR 3 000 000 or equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
c) Financial position:
The audited financial statements (audited balance sheets and income tables (for local tenderers) or loss and profit statements (for foreign tenderers)) as well as the report of certified public (sworn) accountant for the last 3 years (2006, 2005, 2004) shall be submitted and must demonstrate the soundness of the applicant`s financial position, showing long-term profitability.
The tenderer should be in positive profit account at least 2 of the 3 years (2006, 2005, 2004).
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.
3) Technical and professional capacity:
The criteria below can be achieved under 1, 2 or 3 different contracts:
a) The tenderer shall have experience as prime contractor in the execution of projects of nature and complexity comparable to the proposed contract (i.e. (potable) water and wastewater treatment plant projects).
At least 1 project with a minimum value of EUR 8 000 000 or 2 projects with the cumulative minimum value of EUR 12 000 000 equivalent (the total value of works the contractor was responsible for) as a prime contractor and works should have been completed within the last 7 years (1.1.2000, 2001, 2002, 2003, 2004, 2005, 2006, up to date of tender in 2007). Previous experience of the tenderer must be proved by notary-approved copy of provisional acceptance or final acceptance certificates or originals of them. Ongoing works of the tenderer will not be taken into consideration.
b) Successful experience as prime contractor in the execution of at least 1 operation and maintenance project (regardless of its contract amount) of nature and complexity comparable to the proposed contract (i.e. wastewater/(potable) water treatment plant bigger than 100 000 person equivalent) and still ongoing or completed within the last 7 years (1.1.2000, 2001, 2002, 2003, 2004, 2005, 2006, up to date of tender in 2007).
c) Successful experience as prime designer (contractor or a named design consultant) of at least 1 project with the minimum value of EUR 8 000 000 construction cost or of 2 projects with the minimum value of EUR 12 000 000 construction cost; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 7 years (1.1.2000, 2001, 2002, 2003, 2004, 2005, 2006, up to date of tender in 2007).
Regarding the calculation of the contract amounts for the completed works of the tenderers, the euro equivalent of the contract amounts at the date of contract signature will be considered. For the applicable euro–Turkish lira exchange rate for that specific date please refer to Article 16.1 of the instructions to tenderers in Volume 1, Section 1 of the tender dossier.
Named subcontractors (for more than 10 % of the signed contract value) shall:
— meet the general experience criteria set above in the same proportion as the envisaged part of the subcontractor in the signed contract value (the subcontractors shall meet the execution or/and design sub-criteria according to the nature of their involvement in the contract),
— meet the sound financial position and litigation history criteria.
The contracting authority reserves the right to ask for originals of the respective certificates of provisional or final acceptance signed by the project managers/contracting authority of the concerned projects.
If the similar past experience of a tenderer has been completed in a joint venture or consortium, the tenderers experience out of such works will be evaluated as:
i) financial value will be the proportion of the partnership share of the tenderer in the JV/consortium;
ii) construction experience will not be proportioned and the JV/consortium`s experience will be accepted as experience of the tenderer.
d) Key personnel (form 4.6.1.2 and form 4.6.1.3):
The tenderer must have suitably qualified personnel to fill the key positions. The tenderer will supply information on the candidate for each position, who should meet the experience requirements as specified in form 4.6.1.2.
Key positions; No; minimum experience (years of experience); minimum experience (years of experience in similar position):
Project Manager (engineer/architect); 1; 15; 10;
Site Manager (civil or environmental engineer); 1; 10; 5;
Process Engineer; 1; 10; 5;
Electrical/SCADA Engineer; 1; 10; 5;
Civil Engineer; 1; 10; 5;
Mechanical Engineer; 1; 10; 5;
Operations and Training Manager; 1; 10, 5.
e) Litigation history:
The tenderer 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 5 years, including the fact of having been considered guilty of not respecting professional conduct on certain environmental issues. A consistent history of awards against the tenderer may lead to the rejection of the tender.
The minimum selection criteria for a joint venture/consortium as tenderer are as follows:
a) the leading partner shall meet no less than 50 % of the economic and financial standing criteria (16.2.a) specified above;
b) the other partners shall meet no less than 25 % of the economic and financial standing criteria (16.2.a) specified above;
c) all partners must collectively meet the economic and financial standing (16.2.a, 16.2.b) and technical and professional capacity criteria (16.3.a, 16.3.b, 16.3.C, 16.3.d) specified above;
d) each individual member shall satisfy the sound financial position (16.2.c), legal status (16.1) and litigation history criteria (16.3.e).
17. Award criteria:
Lowest technically compliant price.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracts Unit — CFCU, Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok, 06580 Söğütözü, Ankara, Turkey.
The tender dossier is available at the following web sites: europa.eu.int
www.cfcu.gov.tr or www.deltur.cec.eu.int without drawings.
It is also available for inspection at the premises of the contracting authority.
Interested tenderers, upon registering their company information and submitting a copy of the receipt for the payment of EUR 250 to the bank account mentioned below, can receive the tender dossier, including drawings, from the CFCU. A copy of the receipt of that payment will also be submitted in the tender. The tenders of the companies who have not provided the receipt for the payment of EUR 250 will be rejected.
Bank account for the payment for the tender dossier:
T.C. Ziraat Bankası, Ankara Kurumsal Bankacılık Şubesi (Ankara-Turkey) 37712157-5029.
The CFCU will send the tender dossier by courier if a company located outside Turkey wants to receive it and declares its interest in written form to the CFCU, by considering enough time and also recommending the appropriate courier service for the specific location. CFCU does not accept any responsibility for late delivery of the tender dossier by the courier service. Payment for the courier service will be made by the recipient. The payment for the tender dossier (EUR 250) will be provided to the bank account and the receipt for that amount will be submitted in the tenders as usual procedure for all interested companies.
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 muhsin.altun@cfcu.gov.tr and Central Finance and Contracts Unit — CFCU, Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok, 06580 Söğütözü, Ankara, Turkey.
(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. Eventual clarifications to the tender dossier will be published on the EuropeAid web site at europa.eu.int
www.cfcu.gov.tr or
www.deltur.cec.eu.int
19. Deadline for submission of tenders:
All tenders must be received at the address of the contracting authority i.e. Central Finance and Contracts Unit, Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok, 06580 Söğütözü, Ankara, Turkey before 27.8.2007 (10:00), local time.
Any tender received after this deadline will not be considered.
20. Tender opening session:
Tenders will be opened in public session on 27.8.2007 (10:30), local time in the Central Finance and Contracts Unit.
21. Language of the procedure:
All written communications for this tender procedure and contract must be in English.
22. Conditionality:
Signature of this contract is subject to:
— the signature of the supervision service contract for this works,
— co-financing to be secured,
— the signature of the 2006 Financing Memorandum,
— Memorandum of Understanding signed by the beneficiary regarding the tariff adjustments.
23. Legal basis:
Council Regulation No (EC) 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey modified by Regulation of the Council on access to Community external assistance (EC) No 2112/2005 (OJ L 342, 27.12.2001, p. 1 as last amended by Council Regulation (EC) No 2112/2005 (OJ L 344, 27.12.2005, p. 23).

 

Kontaktní informace:
* Kontakt:
Tomáš Kotiš
manažer projektu
tomas.kotis@czechtrade.cz

 
Tel.: 420224907538
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