Tendr - Výstavba kanalizace, přečerpávací stanice a čistírny odpadních vod
Slovak Republic Bratislava: ISPA - Trencin right bank wastewater treatment Stav
tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky:
18.11.2002 Klíčová slova: čerpací stanice , čistírny odpadních vod , ISPA ,
kanalizace , stavební práce Popis: Výstavba kanalizace, přečerpávací stanice a
čistírny odpadních vod 2002/S 141-110453 Location - Trencin, Slovak Republic 1.
Publication reference: EuropeAid/112896/D/W/SK 2. Procedure: Open. 3. Programme:
ISPA. 4. Financing: Financing memorandum No: 2000/SK/16/P/PE/001 between
European Commission and Slovak Republic, State budget of the Slovak Republic,
Budget of the Trencianske Vodarne a Kanalizacie a.s. (final beneficiary). 5.
Contracting authority: Ministry of Environment of the SR, Implementing Agency of
Environmental Investment Projects, Nam. L. Stura 1, 812 35 Bratislava, Slovak
Republic. Contract specification 6. Contract description: Construction of works
of Trencin right bank wastewater treatment comprising: - lot 1:
Kostolná-Zárecie and Brnianska sewer system; - lot 2: storm overflow, pumping
station and delivery mains; - lot 3: wastewaster treatment plant. Lot 1:
Kostolná-Zárecie and Brnianska street sewer system The Brnianska street sewer
would collect urban wastwater forming a mixture of domestic sewage and
industrial wastewater. The sewer system is combined. The sewer system proposed
to serve the village of Kostolná-Zárecie is based on separate system. No
important producers of industrial wastewater are present. The settlement does
not have a comprehensive sewer network and a WWTP so far. The only existing
installations are street drainage to carry off storm water flows. Generally,
private cesspools and septic tanks are used to dispose of the sewage produced in
the village. No - Kostolná-Zárecie - Capacity - Solution: 1 - Pressure piping
V5 - DN 80 / 144 m - Pumping station 3 and piping; 2 - Pressure piping V4 - DN
100 / 132 m - Pumping station 2 and piping; 3 - Pressure piping V3 / WWTP
connection - DN 100 / 731 m - Pumping station 1 and piping; 4 - Sewer system of
Kostolná-Zárecie - DN 300 / 2 310 m - New PVC. Brnianská street sewer The
catchment area of Brnianská street does not have a comprehensive sewer network
so far. The only existing installations are street drainage to carry off storm
water flows. Technical solution: DN 400, 290 m; DN 500, 341 m; Summary, 631 m of
sewers. Lot 2 and lot 3: Pumping station and WWTP The pumping station and WWTP
works scope of 30 150 PE60 is summarized below: wastewater will be carried via a
combined sewer to the inlet pumping station. The inlet is equipped with a gravel
trap and automatic screens to ensure mechanical pre-treatment. The wastewater is
pumped to the WWTP via two pressure lines. At the WWTP, the liquid then flows
through all purification stages by gravity. The WWTP inlet flow is measured by
electromagnetic meters. The total hydraulic load entering the system is carried
further on to the mechanical treatment system. At the mechanical treatment
plant, two lines of very fine screens with automatically operated rakes and
aerated grit and grease chamber are installed. The biological stage of the
treatment plant a two-train activated sludge process system based on a deep
oxidation ditch (similar to carousel) design. The contents of tanks should be
homogenized using submersible mixers (flow-boosters). The aerobic sections
should be equipped and aerated with a fine-bubble diffuser system. The activated
sludge mixed liquor will leave the aerobic-zones of the activated sludge process
tanks to fill two circular (deep) secondary setting tanks. The WWTP effluent
flow is monitored by a Parshall flow-meter. The biological stage includes a
blower plant. The plant is equipped with rotary blowers, driven by electric
motors with speed control to regulate the supplied air rate. The settled
activated sludge will be drawn into the return activated sludge pumping station
to be distributed by return sludge pumps into the two available activated sludge
process trains. The excess activated sludge will be drawn off discontinuously
from the sludge pumping station and fed into the sludge treatment plant. The
sludge treatment stage shall comprise mechanical devices for excess sludge
thickening and a centrifuge for sludge dewatering. Two aerated sludge holding
tanks will be provided (for use according to seasonal operation needs) to
stabilize the thickened sludge. The sludge liquor is collected in a sump and
then dosed to the activated sludge process. To ensure the sludge stabilization
(according to seasonal operation needs) a lime station will be installed as
well. A system based on PLC has been suggested to support the automated
operation of the WWTP. The plant should be subordinated to the existing
water-management dispatching centre in the operators headquarters in
Trencin-left bank. Total operation staff of the Trencin right bank WWTP shall
number 4 persons. The supplied automation of pumping station and WWTP must
consider this requirement. 7. Number and titles of lots: Construction of works
of Trencin right bank wastewater treatment comprising: - lot 1:
Kostolná-Zárecie and Brnianska sewer system; - lot 2: Storm overflow, pumping
station and delivery mains; - lot 3: wastewater treatment plant. One contract
for all three lots will be awarded. 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)
of tenderers] of the Member States and the countries and territories of the
regions covered and/or authorized by the regulation or other specific
instruments applicable to the programme under which the contract is financed
(see 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/home_en.htm). 10. Number
of tenders: Tender or/and of a lot will not be considered. 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 30 000 EUR 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 days after the
deadline for submission of tenders. 15. Maximum delivery period: The contractor
shall complete the whole of the works at maximum within five hundred and forty
(540) days. The deadline for start of the operation of the completed works is
3.9.2004 and the required performance test period is 6 months. Selection and
award criteria 16. Selection criteria: - Technical capacity; - Economic and
financial capacity; - Professional capacity; - Accordance with technical
requirements. 17. Award criteria: Price. Tendering 18. How to obtain the tender
dossier: The tender dossier is available from: Ministry of Environment,
Implementing Agency of Environmental Investment Projects, Jeseniova 17,
Bratislava, Slovak Republic; upon payment of 1 200 EUR, which excludes courier
delivery. The tender dossier will be available upon written request, preferably
by fax: 421 2 5477 6207. The tender dossier will be available at the above
address from 9.00 to 12.00. Payment for the tender dossier shall be made in cash
at the above address. 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 Ministry of Environment, Implementing Agency of Environmental
Investment Projects, Jeseniova 17, Bratislava, Slovak Republic (quoting the
publication reference in 1) at least 21 days before the deadline for submission
of tenders in19. The contracting authority must reply to all tenderers questions
at least 11 days before the deadline for submission of tenders. 19. Deadline for
submission of tenders: All tenders must be submitted exclusively to the
contracting authority: - either by recorded delivery (official postal service)
to: Ministry of Environment, Implementing Agency of Environmental Investment
Projects, Namestie L. Stura 1, 812 35 Bratislava, Slovak Republic; - or hand
delivered (including courier services) directly to the contracting authority in
return for a signed and dated receipt to: Ministry of Environment, Implementing
Agency of Environmental Investment Projects, Jeseniova 17, Bratislava, Slovak
Republic; before the date 18.11.2002, and time 11.00, by registered letter with
acknowledgement of receipt of hand-delivered against receipt signed by a
representative of the contracting authority (abbr. IAEIP). Any tender received
after this deadline will not be considered. 20. Tender opening session: Tenders
shall be opened in public session on 21.11.2002 at 9.00 local time at: Ministry
of Environment, Implementing Agency of Environmental Investment Projects
(IAEIP), Jeseniova 17, Bratislava, Slovak Republic, by the committee appointed
for the purpose. The committee shall draw up minutes of the meeting, which shall
be available to those tenderers requesting them in writing. 21. Legal basis:
Council Regulation (EC) No 1267/1999 of 21 June 1999 establishing an Instrument
for Structural Policies for Pre-accession. publikováno: 24.07.2002
Slovak Republic
Bratislava: ISPA - Trencin right bank wastewater treatment
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 18.11.2002
Klíčová slova: čerpací stanice ,
čistírny odpadních vod ,
ISPA ,
kanalizace ,
stavební práce
Popis:
Výstavba kanalizace, přečerpávací stanice a čistírny odpadních vod
2002/S 141-110453
Location - Trencin, Slovak Republic
1.
Publication reference: EuropeAid/112896/D/W/SK
2.
Procedure: Open.
3.
Programme: ISPA.
4.
Financing: Financing memorandum No: 2000/SK/16/P/PE/001 between European Commission and Slovak Republic, State budget of the Slovak Republic, Budget of the Trencianske Vodarne a Kanalizacie a.s. (final beneficiary).
5.
Contracting authority: Ministry of Environment of the SR, Implementing Agency of Environmental Investment Projects, Nam. L. Stura 1, 812 35 Bratislava, Slovak Republic.
Contract specification
6.
Contract description: Construction of works of Trencin right bank wastewater treatment comprising:
- lot 1: Kostolná-Zárecie and Brnianska sewer system;
- lot 2: storm overflow, pumping station and delivery mains;
- lot 3: wastewaster treatment plant.
Lot 1: Kostolná-Zárecie and Brnianska street sewer system
The Brnianska street sewer would collect urban wastwater forming a mixture of domestic sewage and industrial wastewater. The sewer system is combined. The sewer system proposed to serve the village of Kostolná-Zárecie is based on separate system. No important producers of industrial wastewater are present. The settlement does not have a comprehensive sewer network and a WWTP so far. The only existing installations are street drainage to carry off storm water flows. Generally, private cesspools and septic tanks are used to dispose of the sewage produced in the village. No - Kostolná-Zárecie - Capacity - Solution: 1 - Pressure piping V5 - DN 80 / 144 m - Pumping station 3 and piping; 2 - Pressure piping V4 - DN 100 / 132 m - Pumping station 2 and piping; 3 - Pressure piping V3 / WWTP connection - DN 100 / 731 m - Pumping station 1 and piping; 4 - Sewer system of Kostolná-Zárecie - DN 300 / 2 310 m - New PVC. Brnianská street sewer The catchment area of Brnianská street does not have a comprehensive sewer network so far. The only existing installations are street drainage to carry off storm water flows. Technical solution: DN 400, 290 m; DN 500, 341 m; Summary, 631 m of sewers. Lot 2 and lot 3: Pumping station and WWTP The pumping station and WWTP works scope of 30 150 PE60 is summarized below: wastewater will be carried via a combined sewer to the inlet pumping station. The inlet is equipped with a gravel trap and automatic screens to ensure mechanical pre-treatment. The wastewater is pumped to the WWTP via two pressure lines. At the WWTP, the liquid then flows through all purification stages by gravity. The WWTP inlet flow is measured by electromagnetic meters. The total hydraulic load entering the system is carried further on to the mechanical treatment system. At the mechanical treatment plant, two lines of very fine screens with automatically operated rakes and aerated grit and grease chamber are installed. The biological stage of the treatment plant a two-train activated sludge process system based on a deep oxidation ditch (similar to carousel) design. The contents of tanks should be homogenized using submersible mixers (flow-boosters). The aerobic sections should be equipped and aerated with a fine-bubble diffuser system. The activated sludge mixed liquor will leave the aerobic-zones of the activated sludge process tanks to fill two circular (deep) secondary setting tanks. The WWTP effluent flow is monitored by a Parshall flow-meter. The biological stage includes a blower plant. The plant is equipped with rotary blowers, driven by electric motors with speed control to regulate the supplied air rate. The settled activated sludge will be drawn into the return activated sludge pumping station to be distributed by return sludge pumps into the two available activated sludge process trains. The excess activated sludge will be drawn off discontinuously from the sludge pumping station and fed into the sludge treatment plant. The sludge treatment stage shall comprise mechanical devices for excess sludge thickening and a centrifuge for sludge dewatering. Two aerated sludge holding tanks will be provided (for use according to seasonal operation needs) to stabilize the thickened sludge. The sludge liquor is collected in a sump and then dosed to the activated sludge process. To ensure the sludge stabilization (according to seasonal operation needs) a lime station will be installed as well. A system based on PLC has been suggested to support the automated operation of the WWTP. The plant should be subordinated to the existing water-management dispatching centre in the operators headquarters in Trencin-left bank. Total operation staff of the Trencin right bank WWTP shall number 4 persons. The supplied automation of pumping station and WWTP must consider this requirement.
7.
Number and titles of lots: Construction of works of Trencin right bank wastewater treatment comprising:
- lot 1: Kostolná-Zárecie and Brnianska sewer system;
- lot 2: Storm overflow, pumping station and delivery mains;
- lot 3: wastewater treatment plant.
One contract for all three lots will be awarded.
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) of tenderers] of the Member States and the countries and territories of the regions covered and/or authorized by the regulation or other specific instruments applicable to the programme under which the contract is financed (see 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/home_en.htm).
10.
Number of tenders: Tender or/and of a lot will not be considered. 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 30 000 EUR 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 days after the deadline for submission of tenders.
15.
Maximum delivery period: The contractor shall complete the whole of the works at maximum within five hundred and forty (540) days. The deadline for start of the operation of the completed works is 3.9.2004 and the required performance test period is 6 months.
Selection and award criteria
16.
Selection criteria: - Technical capacity; - Economic and financial capacity; - Professional capacity; - Accordance with technical requirements.
17.
Award criteria: Price.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from: Ministry of Environment, Implementing Agency of Environmental Investment Projects, Jeseniova 17, Bratislava, Slovak Republic; upon payment of 1 200 EUR, which excludes courier delivery. The tender dossier will be available upon written request, preferably by fax: 421 2 5477 6207. The tender dossier will be available at the above address from 9.00 to 12.00. Payment for the tender dossier shall be made in cash at the above address. 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 Ministry of Environment, Implementing Agency of Environmental Investment Projects, Jeseniova 17, Bratislava, Slovak Republic (quoting the publication reference in 1) at least 21 days before the deadline for submission of tenders in19. The contracting authority must reply to all tenderers questions at least 11 days before the deadline for submission of tenders.
19.
Deadline for submission of tenders: All tenders must be submitted exclusively to the contracting authority: - either by recorded delivery (official postal service) to: Ministry of Environment, Implementing Agency of Environmental Investment Projects, Namestie L. Stura 1, 812 35 Bratislava, Slovak Republic; - or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to: Ministry of Environment, Implementing Agency of Environmental Investment Projects, Jeseniova 17, Bratislava, Slovak Republic; before the date 18.11.2002, and time 11.00, by registered letter with acknowledgement of receipt of hand-delivered against receipt signed by a representative of the contracting authority (abbr. IAEIP). Any tender received after this deadline will not be considered.
20.
Tender opening session: Tenders shall be opened in public session on 21.11.2002 at 9.00 local time at: Ministry of Environment, Implementing Agency of Environmental Investment Projects (IAEIP), Jeseniova 17, Bratislava, Slovak Republic, by the committee appointed for the purpose. The committee shall draw up minutes of the meeting, which shall be available to those tenderers requesting them in writing.
21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999 establishing an Instrument for Structural Policies for Pre-accession.
publikováno: 24.07.2002
Sdílet článek na sociálních sítích