Pátek, 29. března 2024

ISPA – Výstavba třídicího a kompostovacího zařízení a 2 ekologických sběrných dvorů

ISPA – Výstavba třídicího a kompostovacího zařízení a 2 ekologických sběrných dvorů
* Referenční číslo CzechTrade: 
TE200661315
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
12.02.2007 
 
* Zdroj informace:  
S 194 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Kompostovací zařízení bude zpracovávat tříděný biologický odpad za použití technologie „windrow“ (na haldách v otevřeném prostoru). Kompostování v otevřeném prostoru nevyžaduje reaktor na předběžné kompostování, ani systém na odsávání vzduchu nebo biofiltr. Třídící zařízení bude zpracovávat na místě tříděné recyklovatelné materiály, jakými jsou například papír/lepenka, plastové láhve, hliníkové plechovky a skleněné láhve.
Třídící a kompostovací zařízení bude zabezpečeno proti povodním. Úroveň přirozené půdy v tomto místě by měla být zvednuta asi o 3,5 m.
Kompostovací proces se bude odehrávat pod střechou a součástí této zakázky je i vybavení, například překopávač kompostu, drtič, bubnové síto, kolový nakladač, atd. Navíc by prostor měl být vybaven na dozrávání a uchovávání vyprodukovaného kompostu.
Zakázka zahrnuje budovu pro kanceláře a zařízení pro zaměstnance a dílnu/garáž.
Ekologické sběrné dvory:
Mají být vybudovány 2 ekologické sběrné dvory.
Ekologický sběrný dvůr – východ.
Celkový prostor má rozlohu asi 2 046 m2, ale vydlážděno má být asi jen 1 800 m2 – všechno na stejné úrovni.
Zakázka zahrnuje kancelář a budovu pro zaměstnance o rozloze asi 40 m2, 2 sklady a 10 kontejnerů, které se dají zvednout hákem.
Ekologický sběrný dvůr – západ.
Celkový prostor má rozlohu asi 2 600 m2, ale vydlážděno má být asi jen 2 500 m2. Práce zahrnuje zádržnou zeď a rampu.
Zakázka zahrnuje kancelář a budovu pro zaměstnance o rozloze asi 40 m2, 2 sklady a 10 kontejnerů, které se dají zvednout hákem.
Zakázka bude probíhat v rámci podmínek Žluté knihy FIDIC 1999 pro průmyslové závody a stavby na klíč.
Nabídka do tendru musí být zpracována do 12. 2. 2007. Nabídka do tendru musí být zpracována v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — construction of a sorting and composting plant and 2 green disposal points
Location: Galati Municipality, Romania

Works procurement notice
1. Publication reference:
EuropeAid/123697/D/WKS/RO
2. Procedure:
Open.
3. Programme:
ISPA.
4. Financing:
Financing Memorandum No 2003/RO/16/P/PE/027.
5. Contracting authority:
Central Finance and Contracting Unit (CFCU), Ministry of Public Finance, 44 Mircea Voda Boulevard, Entrance B, Bucharest, sector 3, Romania. Tel. (40-21) 326 55 55, switchboard. Fax (40-21) 326 87 30/326 87 09. E-mail: horiagheorghe@cfcu.ro. Contact: Mr Horia Gheorghe, Project Manager.

Contract specifications

6. Description of the contract:
The contract comprises:
6.1 Sorting and composting plant:
The composting plant will process incoming segregated green waste, using windrow technique. The windrow composting is without any pre-composting reactor or air extraction system and bio-filter. The sorting plant will process source segregated recyclable materials, such as paper/cardboard, PET bottles, aluminium tins and glass bottles.
The sorting and composting plant will be protected against flooding. The level of the natural soil in the area shall be elevated by approximately 3,5 m.
The composting process will take place under a roof, equipment, such as compost turner, shredder, drum sieve, wheel loader etc., is a part of this contract. In addition an area shall be provided for maturing and storage of the produced compost.
The contract includes building for office and staff facilities, and a workshop/garage.
6.2 Green disposal points:
2 green disposal points are to be constructed.
Green disposal point — east.
The total area is approximately 2 046 m2 whereas approximately 1 800 m2 are to be paved — all at the same level.
The contract includes an office and staff building of approximately 40 m2, 2 storage cabins, and 10 hook lift containers.
Green disposal point — west.
The total area is approximately 2 600 m2 whereas approximately 2 500 m2 are to be paved. The work includes a retaining wall and a ramp.
The contract includes an office and staff building of approximately 40 m2, 2 storage cabins, and 10 hook lift containers.
The contract is to be let under FIDIC 1999 `Yellow book conditions of contract for plant and design-build`.
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 works, supplies and services under this contract must originate in these countries. Participation of natural persons is directed 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 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 70 000 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 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:
A mandatory site inspection and explanation meeting of the works will be held on 28.11.2006 (10:00), at the premises of Galati Municipality, Galati City Hall, 38 Domneasca Street, Galati, Romania. Tel (40-236) 30 07 00/32 12 55. Fax (40-236) 46 14 60/31 02 03. E-mail: giuliantonescu@yahoo.com. Contact person: Giulia Antonescu — PIU Manager.
The tenderers shall ensure that they have inspected the sites and their surrounds for the purpose of assessing at his own responsibility, expense and risk the conditions of the sites. They shall insure themselves to have all data which may be necessary to prepare their tender and sign the contract for the works. In this regard, the tenderer must announce by fax to the CFCU at least 48 hours before the date of the site meeting to confirm his participation. Certificate of attendance will be issued to all participants, the certificate shall form part of the tender submission documentation.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
The time for completion of the works is 14 months and 12 months defects notification period.

Selection and award criteria

16. Selection criteria:
The minimum qualifying criteria for each tenderer include:
1) The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
2) General experience:
the tenderer shall meet the minimum criteria listed below. 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 in the design and build or construction of at least 3 contracts including inter alia:
i) one project with a minimum value of EUR 3 000 000, comprising construction of composting facilities with a minimum capacity of 9 000 ton/year and waste sorting facilities with a minimum sorting capacity of 7 000 ton/year,
ii) one project with a minimum value of EUR 500 000, comprising construction of a green disposal point;
(b) successful experience as main designer (himself or his nominated design consultant) for at least 3 projects including inter alia:
i) 1 project with a minimum value of EUR 3 000 000 including design of composing and solid waste sorting facilities, and
ii) one project with a minimum value of EUR 500 000 including design of a green disposal point.
In the case of design and build projects that fulfil the criteria (2.a), proof of separate design experience is not required.
Note: `nature and complexity similar to those of the works in the proposed project` shall be interpreted as follows:
a) similar nature: means composting and solid waste handling facilities;
b) similar complexity: means mixed construction works (civil, structural, mechanical and electrical) including trial operation, commissioning and performance testing under design and build conditions of contract;
c) the last 7 years shall be understood as the period: 31.12.1999 up to the deadline of submission of tenders;
d) the minimum size (value) that will be taken into consideration is either the total project value, when the contractor was acting as sole contractor, or the share of the total project value corresponding to its share of the joint-venture participation, when the contractor was member of a joint-venture.
Financial standing:
(a) turnover:
the average annual turnover in construction, for the past 3 years (2003, 2004 and 2005) shall be at least EUR 9 000 000 or equivalent. In the case of joint ventures, the cumulated average annual turnovers must satisfy the condition stated above;
(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 1 000 000 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 (2007 and 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 into the tenderer`s financial standing, as the evaluation committee may deem appropriate.
4) Litigation history:
The applicant 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 the tenderer or existence of a high value dispute, which may threaten the financial standing of the tenderer, may lead to the rejection of the tender.
5) The joint venture/consortium or tenderers with major subcontractors
shall meet the following particular qualification criteria:
(a) all partners in the joint venture/consortium shall be registered legal or natural persons capable of carrying out the specified works or parts thereof;
(b) the joint venture/consortium (including subcontractors) must satisfy cumulatively the general experience (2) and financial standing (3) criteria stated above.
In addition:
(c) the leading partner shall meet individually the following particular criteria:
(i) the average annual turnover over the last 3 years (2003, 2004 and 2005) should be a minimum of EUR 5 000 000 equivalent;
(ii) successful experience as main contractor in the construction of at least 1 project with a minimum value of EUR 2 500 000 of a nature and complexity similar to the proposed contract; the project must have been 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 of not less than EUR 500 000 equivalent, for a period of 6 months, apart from the tenderer`s commitments for other contracts; also, this statement should confirm the bank`s willingness to issue a credit line, if necessary, for the specific project, based on company`s present financial standing;
(iv) it shall also satisfy the litigation history criterion;
(d) each other member of the joint venture/consortium shall meet the following particular criteria:
— each individual member shall meet the general experience and financial resources criteria in the same proportions as their envisaged part in the consortium,
— they shall also satisfy the sound financial position and litigation history criteria;
(e) the major subcontractors (for more than 10 % of the tendered contract price) shall demonstrate:
— the general experience criteria set above in the same proportion as their envisaged part in the consortium;
— they shall satisfy the sound financial position and litigation history criteria.
17. Award criteria:
The contract will be awarded to the tenderer who has submitted the lowest tender price satisfying the administrative and technical criteria.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracting Unit (CFCU), Ministry of Public Finance, 44 Mircea Voda Boulevard, Entrance B, Sector 3, Bucharest, Romania. Contact: Mr Horia Gheorghe, project manager. Tel. (40-21) 326 55 55 (switchboard). Fax (40-21) 326 87 30/326 87 09. E-mail: horiagheorghe@cfcu.ro.
And will be forwarded to the interested tenderers within 3 days upon payment of EUR 200, which includes courier delivery, in the bank account specified below:
Bank account: IBAN RO 97 ABNA 4100 2511 00000 404 EUR;
Account holder: Central Finance and Contracts Unit, Ministry of Public Finance;
Bank name: ABN AMRO Bank;
Bank Address: 10, Montreal Square, Bucharest, Romania;
Swift: ABNAROBU.
It is 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 (see point 5 above for contract details) marked for the attention of Mr Horia Gheorghe (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 website at europa.eu.int
19. Deadline for submission of tenders:
12.2.2007 (12:00), local time, Central Finance and Contracts Unit (CFCU), 44 Mircea Voda Boulevard, Entrance B, Sector 3, Bucharest, Romania.
Any tender received after this deadline will not be considered.
20. Tender opening session:
The public opening session will take place on 12.2.2007 (13:00), local time, at the premises of:
Central Finance and Contracting Unit (CFCU), 44 Mircea Voda Boulevard, Entrance B, Sector 3, Bucharest, Romania.
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 1267/1999 of 21.6.1999 establishing an instrument for structural policies for pre-accession as amended by the Council Regulation (EC) No 2382/2001 of 4.12.2001 and by Council Regulation (EC) No 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey, as amended on 21.4.2004 by the Council Regulation (EC) No 769/2004 and Regulation 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