Úterý, 23. dubna 2024

ISPA – Technická pomoc pro řízení a kontrolu opatření ISPA týkajícího se pevného odpadu ve správní oblasti Arges

ISPA – Technická pomoc pro řízení a kontrolu opatření ISPA týkajícího se pevného odpadu ve správní oblasti Arges
* Referenční číslo CzechTrade: 
TE200661404
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
21.11.2006 
 
* Zdroj informace:  
S 199 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

7.1. Podpora výběrového řízení:
Napomáhat jak CFCU, tak i přijímající jednotce realizace projektu (PIU) v úspěšném provedení výběrového řízení na:
a) stavební práce – vypracování předběžného a podrobného návrhu plánovaných stavebních prací, zadávací dokumentace a provedení všech činností souvisejících s řízením pro zakázky na stavební práce, podle podmínek Červené
knihy FIDIC pro zakázky:
— uzavření odpadových skládek Campulung, Mioveni, Topoloveni a venkovských skládek odpadu,
— uzavření odpadové skládky Albota a vytvoření nové skládky;
b) dodávky – hodnocení nabídek a zajištění vybavení přiřazeného v projektu na řízení odpadového hospodářství v městských a venkovských oblastech, v souladu s politikou a pravidly pro veřejné zakázky Evropské banky pro obnovu a rozvoj (EBRD) až do zadání zakázek. Zadávací dokumentace je připravena prostřednictvím jiného subjektu, v rámci financování Evropskou bankou pro obnovu a rozvoj (EBRD);
c) technická pomoc pro partnerství veřejného a soukromého sektoru (PPP) – příprava zadání projektu, zadávací dokumentace, žádost o návrhy sestavení užšího výběru a hodnotících zpráv a podpora jednotky realizace projektu (PIU) ve výběrovém řízení a smluvních jednáních až do zadání zakázky.
7.2. Podpora pro kontrolu realizace projektů:
a) stavební práce – poskytnutí pomoci zaměstnavateli během realizace zakázek na stavební práce převzetím role „inženýra FIDIC“, a poskytnutí kontrolního personálu, dle podmínek FIDIC (Červená kniha);
b) dodávky – podpora příjemce s kontrolou a realizací/řízením zakázky pro zakázku na dodávky;
c) technická pomoc pro partnerství veřejného a soukromého sektoru (PPP) – poskytnutí pomoci příjemci k řízení/realizaci zakázky a monitorování výkonu poradce technické pomoci pro partnerství veřejného a soukromého sektoru (PPP).
7.3. Řízení a technická pomoc příjemce:
Při zajištění plnění podmínek investora, jež jsou uvedené ve finančním memorandu, a při institucionálním posílení konečného příjemce (pomoc jednotce realizace projektu při realizaci selektivního sběrného systému a zavedení složek, budování kapacity, pomoc pro městskou radu v Pitesti v ustanovení řídícího systému životního prostředí, přenos vědomostí a školení pro jednotku realizace projektu, zlepšení výkonu obecného podnikového řízení, řízení finančních, provozních a zákaznických vztahů).
7.4. Veřejná informační kampaň (selektivní sběr odpadu a minimalizování množství odpadu) a propagace projektu:
Veřejná informační kampaň by měla být realizována v rámci zakázky na technickou pomoc za účelem informovat obyvatelstvo o opatření ISPA a zlepšeních v oblasti kvality služeb následujících po investicích.
7.5. Příprava fáze 2 (kohezní fondy) investic:
Hlavní plán, studie proveditelnosti, finanční, ekonomické a institucionální studie, vyhodnocení dopadů na životní prostředí (EIA), přihláška pro následné financování pro zavedení integrovaného hospodaření s tuhým odpadem v celé správní oblasti Arges.
Přihláška k předkvalifikaci musí být zaslána do 21. 11. 2006. Přihláška musí být zpracována v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — technical assistance for management and supervision of the solid waste ISPA measure in Arges County

Location — Arges County, Romania

Service procurement notice
1. Publication reference: EuropeAid/122694/D/SER/RO
2. Procedure: Restricted.
3. Programme: ISPA.
4. Financing: Financing Memorandum No 2005 RO 16 P PE 001.
5. Contracting authority: Central Financing and Contracting Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, Bucharest 3, 030669, Romania. CFCU Director: Ms Carmen Rosu. Contact person: Ms Adela Vasile, ISPA Project Manager. Tel. (40-21) 326 55 55-533. Fax (40-21) 326 87 30/326 87 09.

Contract specifications

6. Nature of contract:
Fee-based service contract.
7. Contract description:
7.1. Procurement support:
To assist both CFCU and beneficiary PIU in carrying out successfully the procurement process for:
a) works — elaboration of the preliminary and detailed design of the planned works, tender documents and performing all of the tender-related activities for the works contracts, under Red FIDIC conditions of contract:
— closure of landfills Campulung, Mioveni, Topoloveni and rural dumpsites,
— closure of Albota landfill and new landfill development;
b) supplies — tender evaluation and contracting of associated equipment in the project for the waste management in urban and rural areas, in accordance with EBRD procurement policies and rules, up to the award of the contracts. The tender dossier is prepared by a different entity, under EBRD financing;
c) technical assistance for PPP — prepare terms of reference, tender documents, request for proposals shortlisting and evaluation reports and support the PIU in the tendering and contract negotiations up to the award of contract.
7.2. Supervision support for projects implementation:
a) works — to assist the employer during the implementation of the works contract undertaking the position of `FIDIC Engineer` and to provide supervision staff, following the FIDIC conditions (Red Book);
b) supply — support the beneficiary with supervision and contract implementation/management for the supply contract;
c) TA for PPP — assist the beneficiary to manage/implement the contract and monitor the performance of the TA consultant for PPP.
7.3. Management and technical support for the beneficiary:
In assuring compliance with the financier`s conditions stated in the Financing Memorandum and in institutional strengthening of the final beneficiary (assist PIU in the implementation of the selective collection systems and components implementation, capacity building, assistance of the Pitesti City Council in the establishment of an environment management system, knowledge transfer and training for the PIU, improving the performance of general business management, financial, operational and client relations management).
7.4. Public awareness (selective collection and minimizing waste quantities) and publicity for the project:
A public awareness campaign shall be implemented under the technical assistance contract in order to inform the population about the ISPA measure and the improvements in the quality of the services following the investments.
7.5. Preparation of the Phase 2 (Cohesion Funds) of investments:
Master plan, feasibility study, financial, economical and institutional studies, EIA, application for subsequent funding for implementing the integrated management of solid waste in the entire Arges County.
8. Numbers and titles of lots:
Not applicable.
9. Maximum budget:
EUR 2 300 000.
10. Scope for additional services:
The consultant may be required to provide additional services that may arise during the implementation of the works contract according to the requirements of the contracting authority. The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding, up to a maximum not exceeding the length and value of the initial contract. Any extension of the contract would be subject to satisfactory performance by the contractor.

Conditions of participation

11. Eligibility:
Participation is open to all legal persons of the EU Member States and the countries and territories of the regions covered and/or authorised by the Regulation on access to Community external assistance and other specific instruments applicable to the programme under which the contract is financed (see also point 30 below). Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
12. Candidature:
All eligible natural and legal persons (as per point 11 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other partners) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per point 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
13. Number of applications:
No more than 1 application can be submitted by a natural or legal person, whatever the form of participation (as an individual legal entity or as leader or partner of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14. Shortlist alliances prohibited:
Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure. Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
15. Grounds for exclusion:
As a part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the Practical Guide to contract procedures for EC external actions, available from the following Internet address: europa.eu.int
16. Subcontracting:
Subcontracting is allowed in this tender. The value of the subcontracted part of the services may not exceed 30 % of the contract value.
17. Number of candidates to be shortlisted:
On the basis of the applications received, at least 4 and at most 8 candidates will be invited to submit detailed tenders for this contract.

Provisional timetable

18. Provisional date of invitation to tender:
November 2006.
19. Provisional commencement date of the contract:
April 2007.
20. Initial period of execution and possible extension of the contract:
The period of execution is estimated to be 44 months. An extension may become necessary if completion of the works is delayed.

Selection and award criteria

21. Selection criteria:
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of candidate(s) (based on item 3 of the application form):
(a) the average annual turnover of the applicant (individual company or joint venture/consortium altogether) over the last 3 years (2005, 2004 and 2003) must have exceeded EUR 2 000 000;
(b) the average annual operating profit over the last 3 years (2005, 2004 and 2003) must have been positive.
When submitting an application, the tenderers will be required to complete also the following table, in order to respond to the financial criteria:
Leader:
Financial data: (annual turnover (euro)/annual operating profit (euro) for years 2003–2005);
Partner 2:
Financial data: (annual turnover (euro)/annual operating profit (euro) for years 2003–2005);
etc.
Insert the name of the candidate in the first column, adding/deleting additional lines of partners as appropriate. If this application is being submitted by an individual candidate, the name of the candidate should be entered as `Leader` (and all other lines should be deleted).
2) Professional capacity of candidate(s) (based on items 4 and 5 of the application form):
(a) the number of the permanent staff of the applicant (individual company or leader of the joint venture/consortium), working in the fields related to this contract exceeds 10 people in the last year;
(b) fields of specialisation of the candidate (individual company or joint venture/consortium altogether) cover those required for this contract.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
(a) the applicant, (individual company or joint venture/consortium altogether) has implemented at least 1 feasibility study for closing existing landfill (with a surface of 5 ha and a waste volume over 500 000 m3) and 1 detailed design project for opening an ecological landfill (with a minimum 2 cells and a cell volume over 500 000 m3) with utilities area (with minimum endowment: sorting plant for dry recyclables, simple windrow composting plant, leachate pre-treatment plant) during the past 7 years (1.1.1999– 30.9.2006).
(b) the applicant, (individual company or joint venture/consortium altogether) has implemented at least 2 projects as Engineer under Red FIDIC or similar conditions of contract (1 with a value of at least EUR 500 000 for landfill closing and 1 for opening a new landfill with a value of at least EUR 1 000 000) during the past 7 years (1.1.1999–30.9.2006);
(c) the applicant, (individual company or joint venture/consortium altogether) has implemented at least 1 technical assistance project for regional waste management and preparation of application for EU finance (ISPA/Cohesion Fund or similar);
d) the applicant, (individual company or JV/consortium altogether) has experience in at least 1 technical assistance project for the development of a PPP in the field of municipal services;
(e) the applicant, (individual company or joint venture/consortium altogether) has implemented at least 1 international (outside his country of origin) project in the waste sector within the past 7 years (1.1.999–30.9.2006).
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
In case the number of applications meeting all these criteria exceeds 8, these applications will be ranked following the number of relevant references under point (a) and consequently, there will be retained on the shortlist the first-ranked 8 applicants. In case of competition between 2 applicants having the same number of relevant projects, the value of respective contracts will prevail.
Notes:
1. The application must retain data (financial and staff figures) from the last 3 years (2005, 2004 and 2003).
2. The amount to be specified by the applicant under point 6 `Experience` of the application form, column `Proportion carried out by the candidate (EUR)`, is the overall value of the consultancy services carried out by the consultant.
3. In the box `Detailed description of the project` of the application form, the applicant shall describe the project in which he was involved, its scope and magnitude (e.g. the investment objectives it has designed, supervised, mentioning details of the works, such as designed capacity, equivalent population, m2, etc.).
4. In the box `Type of services provided` of the application form, the applicant shall describe the main specific activities for which the consultant was directly responsible (such as preliminary or detailed design, assistance in tender evaluation, etc.)
22. Award criteria:
As specified in the tender dossier annexed to the letter of invitation to tender which will be sent to shortlisted candidates.

Application

23. Deadline for receipt of applications:
Applications must be received at the latest on 21.11.2006 (12:00), local time at the address of the contracting authority mentioned under point 5 above.
Any application received after this deadline will not be considered.
24. Application format and details to be provided:
Applications must be submitted using the standard application form (available from the following Internet address: http://europa.eu.int/comm/europeaid/index_en.htm), whose format and instructions must be strictly observed.
Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
25. How applications may be submitted:
Applications must be submitted in English exclusively to the contracting agency:
— either by recorded delivery (official postal service) to the contracting authority in return for a signed and dated receipt to :
Central Financing and Contracting Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, Bucharest 3, 030669, Romania. Tel. (40-21) 326 55 55-553. Fax (40-21) 326 87 30/326 87 09,
— or hand-delivered (including courier services) directly to the contracting agency in return for a signed and dated receipt to:
Central Financing and Contracting Unit, Ministry of Public Finance, 44 Mircea Voda Boulevard, Bucharest 3, 030669, Romania. Tel. (40-21) 326 55 55-553. Fax (40-21) 326 87 30/326 87 09.
The contract title and the publication reference (see point 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting agency.
Applications submitted by any other means will not be considered.
26. Alteration or withdrawal of applications:
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with point 25. The outer envelope (and the relevant inner envelope) must be marked `Alteration` or `Withdrawal` as appropriate.
27. Operational language:
All written communications for this tender procedure and contract must be in English.
28. Additional information:
Companies that were involved in the preparation of the ISPA application are not eligible for this project due to a possible conflict of interests.
The statements and the declarations must be signed in original (not by fax or electronic signature).
29. Date of publication of contract forecast:
16.2.2006.
30. Legal basis:
Council Regulation (EC) No 1267/1999, of 21.6.1999, as amended by the Council Regulation 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey and as amended on 21.4.2004 by Council Regulation (EC) No 769/2004 and as amended on 21.11.2005 by Council Regulation (EC) No 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