Tendr - Vybudování třídicí stanice a městské překládky odpadů
Poland ISPA - sorting plant and municipal waste transfer station Lodz - Lublinek
Stav tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky:
03.04.2003 Klíčová slova: ISPA , odpad pevný , různá zařízení , různé práce ,
stavby pozemní , stavební práce Popis: *Vybudování třídicí stanice a městské
překládky odpadů, vč. příslušného vybavení a infrastruiktury: ocelová hala
třídírny, armaturní komora/vrátnice, dezinfekce, deštníková střecha pro plynové
lahve, základy pro elektronickou váhu, budova transformovny, pozemní komunikace
a obratiště vozidel, systémy odvádění přívalových vod a kombinovaný kanalizační
systém, kabeláže sn a nn, staveništní osvětlení, ohrazení, příslušenství a
vybavení: PL-Warsaw: ISPA - sorting plant and municipal waste transfer station
Lodz - Lublinek 2003/S 2-000912 2000/PL/16/P/PE/006 Lodz, Poland Works
procurement notice 1. Publication reference: EUROPEAID/113500/D/W/PL 2.
Procedure: Open international. 3. Programme: ISPA 2000. 4. Financing: The
European Union - Financing Memorandum 2000/PL/16/P/PE/006. The Municipality of
Lodz from own financial resources. 5. Employer/implementing agency: Employer:
Municipality of Lodz, PL 90-426 Lodz, 104 Piotrkowska Street, Poland, tel.: (48
42) 638 49 39, fax (48 42) 638 49 89. Implementing agency: National Fund for
Environmental Protection and Water Management, Konstruktorska 3a, 02-673 Warsaw,
Poland. Tel.: ( 48 22) 849 00 80. Fax: ( 48 22) 849 20 98. Contract
specification 6. Contract description: Sorting plant and municipal waste
transfer station is located in Lodz, Zamiejska St. in Lublinek, next to the old
wastewater treatment plant, about 15 km from the City centre. The area (about
2,3 ha) is State property. The project of sorting plant and municipal waste
transfer station in Lublinek covers the building of sorting plant and transfer
station together with required equipment and whole infrastructure. This project
covers construction of the following: sorting hall (steel structure), gatehouse,
disinfecting tray, umbrella roof for gas cylinders, foundation under the
electronic weigher, transformer station building, roads and the vehicle turn
round yards, storm water and combined sewage systems together with service
lines, cable line of medium and low voltage, site illumination, site fencing and
delivery of necessary equipment. The works contract based on FIDIC Conditions of
Contract for Works of Civil Engineering Construction, part I - general
conditions, edition 1987, with amendments as reprinted in 1992, published by
FIDIC/Fédération internationale des ingénieurs-conseils, PO Box 86, CH-1000
Lausanne 12. 7. Number and titles of lots: No division into lots. Conditions of
participation 8. Eligibility and rule of origin: Participation is open on equal
terms to all natural and legal persons [participating either individually or in
a grouping (consortium/joint venture) of tenderers] of the Member States and the
beneficiary countries of the ISPA programme as well as Turkey, Malta and Cyprus
(see also item 21). All goods provided for this contract must originate in these
countries. 9. Grounds for exclusion: Tenderers must provide a declaration that
they are not in any of the situations listed in Section 2.3 of the Manual of
Instructions for External Relations contracts (available from the following
Internet address: http://europa.eu.int/comm/europeaid/index_en.htm) and they
[including all partners of a joint-venture/consortium] and their subcontractors
have not: - provided consulting services during the preparatory stages of the
works, or of the project of which the works form a part, or - been hired or
intended to be hired, as the Engineer for the contract. 10. Number of tenders:
Tenderers (including firms within the same legal group and other members of the
same joint-venture/consortium) may submit only one tender for the whole of the
works. Tenderers may not provide 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 the amount of 150 000 EUR (in
words: one hundred and fifty thousand euro) 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 requested to provide a performance guarantee of 10% of the contract value in
euro when countersigning the contract. This must be delivered within 30 days
after receipt by the tenderer of 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 next lowest, compliant tender. 13.
Information meeting and/or site visit: No information meeting is planned. 14.
Tender validity: Tenders must remain valid for a period of 90 (ninety) days
after the deadline for submission of tenders. 15. Maximum delivery period: 21
months from commencement date. Selection and award criteria 16. Selection
criteria: - Formal capacity: tenderer must be a registered firm capable of
carrying out specified works. - Economic and financial capacity: the average
annual turnover for the last 3 full financial years shall be at least 10 500 000
EUR. Tenderer also must have access to credit and other financial facilities
adequate to assure the required cashflow for the duration of the contract. In
any case the credit amount available for the execution of the project (i.e. not
already committed to other activities) should be a minimum of 1 500 000 EUR. In
case of joint venture/consortium leading partner shall meet not less than 50% of
the above criteria and each of the other partners shall meet not less than 25%
of the above criteria. A consistent history of awards against the tenderer or
any partner of a joint venture/consortium or the existence of a high value
dispute, which may threaten the financial standing of the tenderer, may result
in rejection of the tender. - Professional capacity: he shall have completed as
a prime contractor at least 3 projects of a value not less than 7 000 000 EUR
each and the nature complexity comparable to the tendered works. Moreover his
experience should cover construction of minimum 3 steel structures, each 80 000
m3 cubature, over the last 5 years. The tenderer must have suitably qualified
personnel to fill the following positions: position; required number; total
experience (years); in similar works (years); as manager of similar works
(years): project manager; 1; 10; 10; 5; construction manager (civil engineer);
1; 10; 10; 5; civil works manager (with professional experience in steel
structural constructions); 1; 6; 6; 4; electrical works manager (overall
experience in electrical installation); 1; 6; 6; 4; sanitary works manager
(water, wastewater and ventilation installations); 1; 6; 6; 4; process works
manager (specialized in environmental engineering); 1; 6; 6; 4; quality-control
manager; 1; 6; 6; 4. - Technical capacity: tenderer shall carry out at least 70%
of the contract works by his own means. The tenderer shall own or have access to
the following key items of equipment: 1 crane, 2 excavators (with bucket 0,6/1,2
m3), 2 vehicles (1 t), 2 lorries (5-10 t), 1 bulldozer (100 HP), 2 welding
machines (300 A). Tenderer shall present correct and consistent work programme,
comprehensive method statements, cash flow forecast for each monthly period
covering the duration of the works and quality assurance/control system to be
applied during the execution of the works in accordance with the timescale given
in the appendix to tender. 17. Award criteria: Price. Tendering 18. How to
obtain the tender dossier: The tender dossier is available from the implementing
agency, i.e.: National Fund for Environmental Protection and Water Management,
ISPA Fund Department, room No 208 (building 1a), 3A Konstruktorska Street,
02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 518, 523, fax: ( 48 22) 849
20 98, from the date of the works procurement notice, against a written
application and upon presentation of certificate of payment of a non-refundable
amount of 658 EUR (in words: six hundred fifty eight euro) plus 22% VAT paid to
the National Funds for Environmental Protection and Water Management, account
number 15401157-215-37009-1978-01 25 at BOS S.A. II O/O Warszawa, quoting ISPA
Fund Department and reference No Europeaid/113500/D/W/PL. Alternatively, the
amount of 2 500 PLN (in words: two thousand five hundred zloty) plus 22% VAT may
be paid in by money transfer to the National Funds account number
82101010100068391896900000 at NBP o/o Warszawa, quoting ISPA Fund Department and
reference No Europeaid/113500/D/W/PL. The charge includes courier delivery.
Tenderers are asked to provide the National Fund for Environmental Protection
and Water Management with an authorization for issuing the VAT invoice without
signature and with the tax identification number (Polish tenderers only). Tender
documents are also available for inspection at the premises of the National Fund
for Environment Protection and Water Management. The complete Design
Documentation (i.e. not included in the tender documents), is available for
inspection in Employers Office - in Lodz, Municipal Department, 175 Piotrkowska
Street, from 9.00 to 15.00 local time. The tenders must be submitted using the
standard tender form included in the tender dossier, whose format and
instructions must be strictly observed. Tenderers with question regarding this
tender should send them in writing to the implementing agency, i.e.: National
Fund for Environmental Protection and Water Management, ISPA Fund Department,
room No 208 (building 1a), 3A Konstruktorska Street, 02-673 Warsaw, Poland,
tel.: ( 48 22) 849 00 80 int. 518, 523, fax: ( 48 22) 849 20 98, at least 21
days before the deadline for submission of tenders given in 19. The implementing
agency after consultation with the Employer must reply to all tenderers
questions at least 11 days before the deadline for submission of tenders. 19.
Deadline for submission of tenders: The tenders must be delivered not later than
on 3rd April 2003 at 10.00 local time at the latest. Any tender received after
this deadline will not be considered. 20. Tender opening session: The tenders
will be opened on 3rd April 2003 at 11.00 local time in presence of tenderers
representatives who wish to attend, at the premises of the National Fund for
Environmental Protection and Water Management at the address given above. 21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999 establishing
an Instrument for Structural Policies for Pre-accession (ISPA) as amended.
Council Regulation (EC) No 2500/2001 of 17 December 2001 concerning
pre-accession financial assistance for Turkey and amending Regulations (EEC) No
3906/89, (EC) No 1267/1999, (EC) No 1268/1999 and (EC) No 555/2000. Financing
Memorandum 2000/PL/16/P/PE/006 of 17.9.2001.
Poland
ISPA - sorting plant and municipal waste transfer station Lodz - Lublinek
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 03.04.2003
Klíčová slova: ISPA ,
odpad pevný ,
různá zařízení ,
různé práce ,
stavby pozemní ,
stavební práce
Popis:
*Vybudování třídicí stanice a městské překládky odpadů, vč. příslušného vybavení a infrastruiktury: ocelová hala třídírny, armaturní komora/vrátnice, dezinfekce, deštníková střecha pro plynové lahve, základy pro elektronickou váhu, budova transformovny, pozemní komunikace a obratiště vozidel, systémy odvádění přívalových vod a kombinovaný kanalizační systém, kabeláže sn a nn, staveništní osvětlení, ohrazení, příslušenství a vybavení:
PL-Warsaw: ISPA - sorting plant and municipal waste transfer station Lodz - Lublinek
2003/S 2-000912
2000/PL/16/P/PE/006
Lodz, Poland
Works procurement notice
1.
Publication reference: EUROPEAID/113500/D/W/PL
2.
Procedure: Open international.
3.
Programme: ISPA 2000.
4.
Financing: The European Union - Financing Memorandum 2000/PL/16/P/PE/006.
The Municipality of Lodz from own financial resources.
5.
Employer/implementing agency: Employer:
Municipality of Lodz, PL 90-426 Lodz, 104 Piotrkowska Street, Poland, tel.: (48 42) 638 49 39, fax (48 42)
638 49 89.
Implementing agency:
National Fund for Environmental Protection and Water Management, Konstruktorska 3a, 02-673 Warsaw,
Poland. Tel.: ( 48 22) 849 00 80. Fax: ( 48 22) 849 20 98.
Contract specification
6.
Contract description: Sorting plant and municipal waste transfer station is located in Lodz, Zamiejska St. in
Lublinek, next to the old wastewater treatment plant, about 15 km from the City centre. The area (about
2,3 ha) is State property.
The project of sorting plant and municipal waste transfer station in Lublinek covers the building of sorting
plant and transfer station together with required equipment and whole infrastructure. This project covers
construction of the following: sorting hall (steel structure), gatehouse, disinfecting tray, umbrella roof for
gas cylinders, foundation under the electronic weigher, transformer station building, roads and the vehicle
turn round yards, storm water and combined sewage systems together with service lines, cable line of
medium and low voltage, site illumination, site fencing and delivery of necessary equipment.
The works contract based on FIDIC Conditions of Contract for Works of Civil Engineering Construction, part
I - general conditions, edition 1987, with amendments as reprinted in 1992, published by FIDIC/Fédération
internationale des ingénieurs-conseils, PO Box 86, CH-1000 Lausanne 12.
7.
Number and titles of lots: No division into lots.
Conditions of participation
8.
Eligibility and rule of origin: Participation is open on equal terms to all natural and legal persons
[participating either individually or in a grouping (consortium/joint venture) of tenderers] of the Member
States and the beneficiary countries of the ISPA programme as well as Turkey, Malta and Cyprus (see also
item 21). All goods provided for this contract must originate in these countries.
9.
Grounds for exclusion: Tenderers must provide a declaration that they are not in any of the situations
listed in Section 2.3 of the Manual of Instructions for External Relations contracts (available from the
following Internet address: http://europa.eu.int/comm/europeaid/index_en.htm) and they [including all
partners of a joint-venture/consortium] and their subcontractors have not:
- provided consulting services during the preparatory stages of the works, or of the project of which the
works form a part, or
- been hired or intended to be hired, as the Engineer for the contract.
10.
Number of tenders: Tenderers (including firms within the same legal group and other members of the
same joint-venture/consortium) may submit only one tender for the whole of the works.
Tenderers may not provide 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 the amount of 150 000 EUR (in words:
one hundred and fifty thousand euro) 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 requested to provide a performance guarantee
of 10% of the contract value in euro when countersigning the contract. This must be delivered within 30
days after receipt by the tenderer of 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 next lowest, compliant tender.
13.
Information meeting and/or site visit: No information meeting is planned.
14.
Tender validity: Tenders must remain valid for a period of 90 (ninety) days after the deadline for
submission of tenders.
15.
Maximum delivery period: 21 months from commencement date.
Selection and award criteria
16.
Selection criteria: - Formal capacity: tenderer must be a registered firm capable of carrying out specified
works.
- Economic and financial capacity: the average annual turnover for the last 3 full financial years shall be
at least 10 500 000 EUR. Tenderer also must have access to credit and other financial facilities adequate
to assure the required cashflow for the duration of the contract. In any case the credit amount available
for the execution of the project (i.e. not already committed to other activities) should be a minimum of 1
500 000 EUR.
In case of joint venture/consortium leading partner shall meet not less than 50% of the above criteria
and each of the other partners shall meet not less than 25% of the above criteria.
A consistent history of awards against the tenderer or any partner of a joint venture/consortium or the
existence of a high value dispute, which may threaten the financial standing of the tenderer, may result
in rejection of the tender.
- Professional capacity: he shall have completed as a prime contractor at least 3 projects of a value not
less than 7 000 000 EUR each and the nature complexity comparable to the tendered works. Moreover his
experience should cover construction of minimum 3 steel structures, each 80 000 m3 cubature, over the
last 5 years.
The tenderer must have suitably qualified personnel to fill the following positions:
position; required number; total experience (years); in similar works (years); as manager of similar
works (years):
project manager; 1; 10; 10; 5;
construction manager (civil engineer); 1; 10; 10; 5;
civil works manager (with professional experience in steel structural constructions); 1; 6; 6; 4;
electrical works manager (overall experience in electrical installation); 1; 6; 6; 4;
sanitary works manager (water, wastewater and ventilation installations); 1; 6; 6; 4;
process works manager (specialized in environmental engineering); 1; 6; 6; 4;
quality-control manager; 1; 6; 6; 4.
- Technical capacity: tenderer shall carry out at least 70% of the contract works by his own means. The
tenderer shall own or have access to the following key items of equipment: 1 crane, 2 excavators (with
bucket 0,6/1,2 m3), 2 vehicles (1 t), 2 lorries (5-10 t), 1 bulldozer (100 HP), 2 welding machines (300 A).
Tenderer shall present correct and consistent work programme, comprehensive method statements, cash
flow forecast for each monthly period covering the duration of the works and quality assurance/control
system to be applied during the execution of the works in accordance with the timescale given in the
appendix to tender.
17.
Award criteria: Price.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from the implementing agency, i.e.:
National Fund for Environmental Protection and Water Management, ISPA Fund Department, room No 208
(building 1a), 3A Konstruktorska Street, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 ext. 518, 523,
fax: ( 48 22) 849 20 98,
from the date of the works procurement notice, against a written application and upon presentation of
certificate of payment of a non-refundable amount of 658 EUR (in words: six hundred fifty eight euro)
plus 22% VAT paid to the National Funds for Environmental Protection and Water Management, account
number 15401157-215-37009-1978-01 25 at BOS S.A. II O/O Warszawa, quoting ISPA Fund Department
and reference No Europeaid/113500/D/W/PL. Alternatively, the amount of 2 500 PLN (in words: two
thousand five hundred zloty) plus 22% VAT may be paid in by money transfer to the National Funds
account number 82101010100068391896900000 at NBP o/o Warszawa, quoting ISPA Fund Department
and reference No Europeaid/113500/D/W/PL. The charge includes courier delivery.
Tenderers are asked to provide the National Fund for Environmental Protection and Water Management
with an authorization for issuing the VAT invoice without signature and with the tax identification number
(Polish tenderers only).
Tender documents are also available for inspection at the premises of the National Fund for Environment
Protection and Water Management. The complete Design Documentation (i.e. not included in the tender
documents), is available for inspection in Employers Office - in Lodz, Municipal Department, 175
Piotrkowska Street, from 9.00 to 15.00 local time.
The tenders must be submitted using the standard tender form included in the tender dossier, whose
format and instructions must be strictly observed.
Tenderers with question regarding this tender should send them in writing to the implementing agency,
i.e.:
National Fund for Environmental Protection and Water Management, ISPA Fund Department, room No 208
(building 1a), 3A Konstruktorska Street, 02-673 Warsaw, Poland, tel.: ( 48 22) 849 00 80 int. 518, 523,
fax: ( 48 22) 849 20 98,
at least 21 days before the deadline for submission of tenders given in 19. The implementing agency
after consultation with the Employer must reply to all tenderers questions at least 11 days before the
deadline for submission of tenders.
19.
Deadline for submission of tenders: The tenders must be delivered not later than on 3rd April 2003 at
10.00 local time at the latest.
Any tender received after this deadline will not be considered.
20.
Tender opening session: The tenders will be opened on 3rd April 2003 at 11.00 local time in presence of
tenderers representatives who wish to attend, at the premises of the National Fund for Environmental
Protection and Water Management at the address given above.
21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999 establishing an Instrument for
Structural Policies for Pre-accession (ISPA) as amended.
Council Regulation (EC) No 2500/2001 of 17 December 2001 concerning pre-accession financial
assistance for Turkey and amending Regulations (EEC) No 3906/89, (EC) No 1267/1999, (EC) No
1268/1999 and (EC) No 555/2000.
Financing Memorandum 2000/PL/16/P/PE/006 of 17.9.2001.
Sdílet článek na sociálních sítích