Úterý, 16. dubna 2024

Výstavba pro obnovu starých odpadových skládek v Amasya, Bitlis a Kütahya

Výstavba pro obnovu starých odpadových skládek v Amasya, Bitlis a Kütahya
Referenční číslo CzechTrade: 
TE200868814
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
23.10.2008 
 
* Zdroj informace:  
Turktend 
 
* Obor dle celního sazebníku:
 
S009993 Stavební činnost - činnost ve stavebnictví

 
 
 
Anotace tendru:

Za účelem snížení environmentálního rizika a zajištění udržitelného provozu nových skládek, budou odpadové skládky obnoveny ve městech Amasya, Bitlis a Kütahya. Bude obnoveno 15 starých odpadových skládek v Amasya, 3 staré odpadové skládky v Bitlis a 7 starých odpadových skládek v Kütahya. Zakázky musí pokrývat všechny potřebné instalace a požadovaná obnova by měla být provedena v souladu s příslušnými tureckými a EU legislativami.

Počet a názvy položek:
Položka č. 1: výstavba pro obnovu starých odpadových skladů v Amasya.
Položka č. 2: výstavba pro obnovu starých odpadových skladů v Bitlis.
Položka č. 3: výstavba pro obnovu starých odpadových skladů v Kütahya.
Všechny nabídky musí být obdrženy na adrese veřejného zadavatele, tj.: Central Finance and Contracts Unit, Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok 06580 Söğütözü, Ankara, Turecko,
před 23.10.2008 v 10.00 místního času.
Veškerá písemná komunikace, která se vztahuje k tomuto výběrovému řízení a zakázce, musí být v angličtině.



 
Popis tendru (Angličtina):

TR-Ankara: construction for the rehabilitation of old dumpsites in Amasya, Bitlis and Kütahya

Location — Turkey
Works procurement notice

1.
Publication reference:
EuropeAid/127314/D/WKS/TR

2.
Procedure:
Open.

3.
Programme:
The national pre-accession financial assistance programme for Turkey 2006.

4.
Financing:
Item 22.02.04.01 of general budget of the EC (73,2 %) and national co-financing (26,8 %) for lot 1.
Item 22.02.04.01 of general budget of the EC (75 %) and national co-financing (25 %) for lot 2.
Item 22.02.04.01 of general budget of the EC (62 %) and national co-financing (38 %) for lot 3.

5.
Contracting authority:
Central Finance and Contracts Unit (CFCU).

Contract specifications

6.
Description of the contract:
In order to reduce the environmental risks and provide the sustainability of the operation of new landfills, the old dumpsites in Amasya, Bitlis and Kütahya will be rehabilitated. 15 old dumpsites in Amasya, 3 old dumpsites in Bitlis and 7 old dumpsites in Kütahya will be rehabilitated. The contracts shall include all necessary installations and the rehabilitation shall be according to the relevant EU and Turkish legislation.

7.
Number and titles of lots:

Lot 1: construction for the rehabilitation of old dumpsites in Amasya.
Lot 2: construction for the rehabilitation of old dumpsites in Bitlis.
Lot 3: construction for the rehabilitation of old dumpsites in Kütahya.

Terms of participation

8.
Eligibility and rules of origin:

Participation is open to all legal persons participating either individually or in a grouping (consortium) of tenderers which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see also heading 22 below). All works, supplies and services under this contract must originate in 1 or more of these countries. Participation is also open to international organisations. The 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 per lot. Tenders for parts of a lot 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 for more than 1 lot. 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:
for lot 1: EUR 40 000;
for lot 2: EUR 12 000;
for lot 3: EUR 45 000;
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.
A single tender guarantee must be submitted for each lot tendered. For the joint venture/consortium, the tender guarantee should be submitted on behalf of the tenderer (i.e. in the name of the JV/consortium or at least in the name of leader).

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 site visit will be held on 15.9.2008 (10:00) in Amasya Municipality, on 17.9.2008 (10:00) in Kütahya Municipality and on 19.9.2008 (10:00) in Bitlis Municipality and an information meeting will be held on 22.9.2008 in the CFCU premises.

14.
Tender validity:

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.

15.
Period of implementation:

365 calendar days for lot 1;
365 calendar days for lot 2; and
365 calendar days for lot 3;
from the commencement day followed by 365 calendar days of maintenance period.


Selection and award criteria


16.
Selection criteria:

16.1. General:
The tenderer must be a registered firm or natural person capable of carrying out the specified works.
16.2 Economic and financial standing:
NB: The joint venture 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):
The average of annual turnovers of the tenderer over the last 3 years (2007, 2006, 2005) should exceed:
for lot 1: EUR 2 500 000;
for lot 2: EUR 700 000;
for lot 3: EUR 3 000 000;
or equivalent. The tenderer tendering for more than 1 lot should have the average of annual turnovers exceeding the cumulative values of the related lots.
This must be proven by the audited balance sheets and income statements of the tenderer for the last 3 years (2007, 2006, 2005) which were audited by a certified public (sworn)/chartered 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 JV, etc.). The yearly income of a company coming from a project undertaken as JVs shall also be added to the turnover calculated, in proportion to the share of the particular company in JV.
(b) Financial resources:
The tenderer shall demonstrate, by a bank statement from his/her bank, that s/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:
for lot 1: EUR 1 700 000;
for lot 2: EUR 500 000;
for lot 3: EUR 2 000 000;
equivalents for a period of 6 months apart from the applicant`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)) for the last 3 years (2007, 2006, 2005) shall be submitted and must demonstrate the soundness of the applicant`s financial position, showing long-term profitability. The tenderer shall submit necessary documents such as the report of the chartered/certified public (sworn) accountant in order to demonstrate his sound financial position.
The tenderer should be in positive profit account at least 2 of the 3 years (2007, 2006, 2005).
The contracting authority reserves the right to carry out such any further inquiry on the tenderer`s financial standing as the Evaluation Committee may deem appropriate.

For purposes of converting another currency to euro, the Conversion rates, published in the `Official Journal of European Communities` shall be used, which can be found at: http://ec.europa.budget/inforeuro/index.cfm?Language=en.

For calculating annual turnovers in euro, the rates for June of each year shall be used.
16.3. Technical and professional capacity:
(a) The tenderer shall have experience as prime contractor in the execution of similar projects (i.e. construction of hazardous/medical/sanitary/special waste landfill/rehabilitation of old dump sites — capping/incineration plants/dam) to the proposed contract.
The tenderer tendering for each lot should have successfully completed similar projects within the last 5 years (provisional acceptance certificate should have been issued within the last 5 years; i.e. 1.1.2003, 2004, 2005, 2006, 2007 up to date of this tender) as defined below:
for lot 1: 1 contract with a value of EUR 3 000 000 or 2 contracts with a cumulative value of EUR 4 000 000;
for lot 2: 1 contract with a value of EUR 900 000 or 2 contracts with a cumulative value of EUR 1 500 000;
for lot 3: 1 contract with a value of EUR 3 500 000 or 2 contracts with a cumulative value of EUR 4 500 000.
The tenderer tendering for more than 1 lot should have successfully completed contracts with the cumulative value of the requirements for each lot that the tenderer is bidding for.
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 exchange rates from another currency to euro for a particular year please refer to Article 16.1 of the instructions to tenderers, Volume 1, Section 1.
Previous experience of the tenderer must be proved by notary-approved copy of provisional acceptance or final acceptance certificates. Ongoing works of the tenderer will not be taken into consideration.
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 projects concerned.
If the similar past experience of a tenderer has been completed in a joint venture or consortium, the tenderer`s experience out of such works will be evaluated as:
Financial value will be the proportion of the partnership share of the tenderer in the JV/consortium.
(b) 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 shall supply information on the candidate for each position, who should meet the experience requirements as in form 4.6.1.2.
Position/name; required number of staff in key positions — for 1 lot; for any 2 lots; for 3 lots; required education; total experience (years):
Project manager; 1; 1; 1; CE or EnvE; 15;
Site manager(s); 1; 2; 3; CE; 10;
Responsible for mechanical installations; 1; 1; 2; ME; 10;
Responsible for environmental; 1; 1; 2; EnvE; 10.
CE: civil engineer, ME: mechanical engineer, EnvE: environmental engineer.
(c) 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 convicted for an environmental offence in the exercise of the profession or the fact of being considered guilty of grave professional misconduct of certain environmental issues. A consistent history of awards against the tenderer may lead to the rejection of the tender.
(d) Joint ventures/consortia shall meet the following particular qualification criteria:
— the leading partner shall meet no less than 50 % of the economical and financial standing (16.2(a) and 16.2(b)) criteria specified above,
— the other partner(s) shall meet no less than 10 % of economical and financial standing (16.2(a) and 16.2(b)) criteria specified above,
— all partners must satisfy collectively economical and financial standing (16.2(a) and 16.2(b)) and technical and professional capacity criteria (16.3(a) and 16.3(b)) specified above,
— each individual member shall satisfy the sound financial position (16.2(c)), legal status (16.1) and litigation history criteria (16.3(c)).

17.
Award criteria:

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,

upon payment of EUR 150 which excludes courier delivery.

It is also available for inspection at the premises of the contracting authority, address as in point 5 above. Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed. The tender dossier is available at the following web site:
www.cfcu.gov.tr or EuropeAid website at: ec.europa.eu without drawings.

Interested tenderers, upon registering their company information and power of attorney of the person who receives the tender dossier and submitting a copy of the receipt for the payment of EUR 150 to the bank account mentioned below, can receive the tender dossier including drawings, from the CFCU.
Bank account for the payment for the tender dossier:
T.C. Ziraat Bankası
Ankara Kurumsal Bankacılık Şubesi
37712157-5029 numaralı hesap.
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 150) 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.

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 item 1) at least 21 days before the deadline for submission of tenders given in item 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 website at: www.cfcu.gov.tr,

ec.europa.eu

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 23.10.2008 (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 23.10.2008 (10:30), local time in Central Finance and Contracts Unit.

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 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 Regulation (EC) No 2112/2005 (OJ L 344, 27.12.2005, p. 23)).

 

Kontaktní informace:
* Kontakt:
Pavel Talafús
odborný pracovník, specialista CzechTrade
pavel.talafus@czechtrade.cz

 
Tel.: 420224907543
Fax: 420224913813
GSM: 420724024498
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