Čtvrtek, 25. dubna 2024

ISPA – Regionální středisko na zpracovávání odpadů Kardžali, Bulharsko – 7 překládacích stanic pro odpad

ISPA – Regionální středisko na zpracovávání odpadů Kardžali, Bulharsko – 7 překládacích stanic pro odpad
* Referenční číslo CzechTrade: 
TE200661633
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
21.02.2007 
 
* Zdroj informace:  
S 217 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Předmětem této zakázky je:
1. výstavba regionálního střediska na zpracovávání odpadů v Kardžali (RWMC). RWMC se skládá z třídírny o kapacitě třídící linky 30 t/hod., kompostovny se 3 kompostovacími boxy, každý o kapacitě 210 t, nové skládky 15 000 m2, zařízení na ukládání nebezpečného odpadu, zařízení na ukládání inertního odpadu, zařízení na ukládání odpadu s obsahem azbestu, čističky na zpracovávání výluhu a kanalizačního odpadu v podobě kontejnerového systému, systému spalování skládkových plynů včetně infrastruktury jako vstupní kontrolní budova, dílna administrativní budova, garáž pro vozidla a budova pro kompaktor;
2. výstavba 7 překládacích stanic pro odpad včetně zařízení pro sběr komunálního odpadu a budovy pro zázemí personálu a administrativní budovy ve městech Ardino, Černoočene, Džebel, Kirkovo, Krumovgrad, Momčilgrad a Ivajlovgrad.
Smlouva na stavební práce se zakládá na smluvních podmínkách FIDIC na stavební práce a dozor v souladu s podmínkami FIDIC pro stavební zakázky, kdy zhotovitel provádí dílo v souladu s projektem, který zajišťuje objednatel, 1. vydání, 1999 (Červená kniha).
Tendrová nabídka musí být podána do 21. 2. 2007. Tendrová nabídka musí být zpracována v angličtině.

 
Popis tendru (Angličtina):

BG-Sofia: ISPA — regional waste management centre Kardjali and 7 transfer loading stations

Works procurement notice
1. Publication reference:
EuropeAid 124225/D/WKS/BG
2. Procedure:
International open tender.
3. Programme:
ISPA (Instrument for structural policies for pre-accession).
4. Financing:
Financing Memorandum ISPA 2003 BG 16 P PE 019.
Information sheet for the above ISPA measure can be accessed on:
europa.eu.int
5. Contracting authority:
Ministry of Environment and Water, Directorate `European Union Funds for Environment`, 22, Maria Luisa Boulevard, 1000 Sofia, Bulgaria.

Contract specifications

6. Description of the contract:
The subject of this contract is:
1. construction of a regional waste management centre (RWMC) in Kardjali. The RWMC consists of a sorting plant with a capacity of the sorting line of 30 t/h, a composting plant with 3 composting boxes, each 210 t capacity, a new landfill of 15 000 m2, a hazardous waste storage facility, inert waste storage facility, asbestos-containing waste storage facility, a wastewater treatment plant for leachate and sewage as a container system, a landfill gas flare system including infrastructure such as entrance control building, administrative building workshop, vehicle garage and compactor shed;
2. construction of 7 transfer loading stations including community waste collection facility and welfare and administrative building in Ardino, Chernoochene, Djebel, Kirkovo, Krumovgrad, Momchilgrad and Ivaylovgrad.
The works contract is based on the FIDIC conditions of contract for construction of building and engineering works designed by the employer, First Edition, 1999 (Red Book).
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 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 Regulations on access to Community external assistance and 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 1 or more of 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 the works 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.
11. Tender guarantee:
Tenderers must provide a tender security of EUR 150 000 when submitting their tender. This security 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 security:
The successful tenderer will be asked to provide a performance security of 10 % of the amount of the contract at the signing of the contract. This security must be provided 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 security 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 site visit:
The mandatory information meeting and site visit will be held by the contracting authority on 8.1.2007 (10:00), local time at:
41, Boulevard Bulgaria, Municipality of Kardjali, Kardjali, Bulgaria.
The costs for attending the site visit are not reimbursable and will be borne by the tenderer.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
Provisional time for completion of construction, until provisional acceptance (i.e. until taking over of the works/issue of use permit), is up to 24 months. This is followed by 12 months for the defect notification period.

Selection and award criteria

16. Selection criteria:
16.1 The minimum qualifying criteria for a sole tenderer are as follows:
1) General:
a) the tenderer must be a firm or a natural person duly registered as per the national law and/or accordingly authorised to carry out the works specified under this contract.
2) Economic and financial standing:
a) the annual turnover of the tenderer must be at least EUR 10 000 000 for each of the past 3 years (2003, 2004, 2005);
b) sufficient liquid working capital for financing the works. The tenderer shall provide evidence of secured financing of not less than EUR 1 000 000 in the form of cash at hand, secured irrevocable credit line granted by a reputable bank or other acceptable form of funds.
3) Technical and professional capacity:
In order to be eligible for the contract the tenderer shall prove:
— experience in construction of a sorting plant for domestic waste in at least 1 project with total overall design capacity of at least 120 t/d,
— experience in construction of combined lining systems (mineral and geomembrane liner) in at least 1 project with total area of at least 15 000 m2 (total area of cells).
One and the same project can cover more than 1 type of experience listed above and shall have been completed between 1.1.2000 and the deadline for submission of tenders. `Completed` is to be intended as `Taking Over Certificate issued` for completed works components above.
The tenderer must submit copies of the respective certificates of final reception signed by the engineer and/or contracting authority of these reference works within his tender.
16.2 The minimum qualifying criteria for a joint venture/consortium tenderer are as follows:
1) General:
All members in the joint venture/consortium must be firms or natural persons duly registered as per the national law and/or accordingly authorised to carry out the works specified under this contract.
2) Economic and financial standing:
a) the annual turnover of the lead member must be at least EUR 7 500 000 for each of the past 3 years (2003, 2004, 2005), and all the other members of the joint venture/consortium together (i.e. without the lead member) must have an annual turnover (net of taxes and social security charges) of at least EUR 2 000 000 for each of the past 3 years (2003, 2004, 2005);
b) sufficient liquid working capital for financing the works. The lead member of a consortium/joint venture shall provide evidence of secured financing of not less than EUR 1 000 000, in the form of cash at hand, secured irrevocable credit line granted by a reputable bank or other acceptable form of funds.
3) Technical and professional capacity:
In total, the members of the joint venture/consortium shall have completed at least the projects described under point 16.1.3 above.
17. Award criteria:
Price (calculated after taking into account the discount offered, if any).

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from the:
Ministry of Environment and Water, `EU Funds for Environment` Directorate, 22 Maria Luisa Boulevard, 1000 Sofia, Bulgaria,
upon presentation of bank`s SWIFT demonstrating payment of EUR 350 but not before bank confirmation for the receipt of the whole amount which excludes bank transaction fees and courier delivery to:
Ministry of Environment and Water
Bank account No 6301-001387301153
IBAN BG35 BNBG 9661 3000 1387 01
at Bulgarian National Bank, Alexander Batenberg Square No 1, Sofia, Bulgaria.
Cash payments are not acceptable. The tender dossier may be sent to tenderers upon request by courier service. All courier expenses will be borne by the tenderer.
The tender dossier is also available for inspection at the premises of the contracting authority, address as in point 5 above. 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 questions regarding this tender should send them in writing by fax and e-mail mentioning the publication reference shown in item 1 above and the title of the project, to:
Mr Dzhevdet Chakarov, Sectoral Authorising Officer, Ministry of Environment and Water, 67 William Gladstone Street, 1000 Sofia, Bulgaria. Fax (359-2) 981 43 93. E-mail: maryam@moew.government.bg,
at least 21 days before the deadline for submission of tenders given in point 19 (i.e. 30.1.2007). The contracting authority must reply to all tenderers` questions at least 11 days (i.e. 9.2.2007) 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, as well as on the web site of the contracting authority, at: www.moew.government.bg
Tenderers are strongly recommended to consult these web sites regularly.
19. Deadline and place for submission of tenders:
21.2.2007 (16:00), at the following address:
Ministry of Environment and Water, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria.
Any tender received after this deadline will not be considered.
20. Tender opening session:
Tender opening session will be held on 22.2.2007 (10:00), local time at the following address:
Ministry of Environment and Water, 22 Maria Louisa Boulevard, Sofia 1000, Bulgaria.
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 Regulations (EC) No 2382/2001, (EC) No 2500/2001, (EC) No 769/2004, (EC) No 2257/2004 and as modified by Council Regulation (EC) No 2112/2005 of 21.11.2005 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