Tendr - Projekt rekonstrukce, modernizace a rozšíření čistírny odpadních vod
Romania ISPA - Danutoni wastewater treatment plant extension - biological stage
Stav tendru: vypsaný tendr Banka: Evropská unie - program ISPA Datum uzávěrky:
28.11.2002 Klíčová slova: čistírny odpadních vod , stavební práce , stavební
projekty Popis: Projekt rekonstrukce, modernizace a rozšíření čistírny odpadních
vod v Danutoni - biologický článek. RO-Bucharest: ISPA - Danutoni wastewater
treatment plant extension - biological stage 2002/S 169-135379 Location: Valea
Juilui, Romania Works procurement notice 1. Publication reference:
EuropeAid/112397/D/W/RO 2. Procedure: Open international tendering (works). 3.
Programme: ISPA 2000 Programme. 4. Financing: Joint EC ISPA grant (75% -
Financing Memorandum 2000/RO/16/P/PE/009) and Romanian Government (25%
pre-accession fund). 5. Contracting authority: Central Finance and Contracts
Unit, Ministry of Public Finance, 6-8 Magheru Blv, 5th floor, Bucharest 1,
Romania. Tel.: ( 4021) 310 37 72/313 66 28. Fax: ( 4021) 315 35 36/312 42 08.
Att: Mirela Costache, Project Manager . Contract specification 6. Contract
description: Danutoni wastewater treatment plant, located in the vicinity of
Petrosani, will in the near future receive wastewater from approximately 80 000
people living in Jiu valley, Romania. The mechanical stage of the plant was
renovated and improved in year 2000, and in the present project the plant will
be extended with a biological treatment stage, mechanical dewatering of sludge
and improvement of the staffing and laboratory facilities. The project will be
tendered based on FIDIC Conditions of Contract for Plant and Design Build for
Electrical and Mechanical Plant and for Building and Engineering Works (First
Edition 1999) - the Yellow Book. 7. Number and titles of lots: The project will
not be tendered in 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) 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 (as in 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). 10. Number of tenders:
Tenderers (including firms within the same legal group, other members of the
same consortium, and subcontractors) may submit only one tender. Tenders for
parts of the works will not be considered. Tenderers are not allowed to provide
a variant tender. 11. Tender guarantee: Tenderers must provide a tender
guarantee of 125 000 EUR when submitting their tender. This guarantee will be
released to unsuccessful tenderers after the tender procedure has been completed
and to the successful tenderer upon signature of the contract by all parties.
12. Performance guarantee: The successful tenderer will be requested to provide
a performance security 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 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 next lowest, compliant tender. 13. Clarification meeting and site
visit: A clarification meeting and site visit will be held on 2 October 2002
(10.00), local time, at: Regia Autonoma a Apei Valea Jiului (RAAVJ), Cuza Voda
Street No 23, 2675 Petrosani, Hunedoara, Romania, tel. 402 54 54 62 14, 402 54
54 31 44, fax 402 54 54 62 14. For confirming the participation, an information
fax shall be sent to CFCU and RAAVJ. 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 time for completion of the works shall be 24 months
after the signature of the contract by all parties. Selection and award criteria
16. Selection criteria: The minimum qualifying criteria for each tenderer
include: 16.1 Must be a registered firm or natural person capable of carrying
out the specified works. 16.2 General experience: the tenderer shall meet the
following minimum criteria: (a) average annual turnover over the last 3 years of
17 000 000 EUR equivalent; (b) successful experience as prime contractor in the
execution of at least one project with a minimum value of 7 000 000 EUR and of
two projects with a minimum value of 3 500 000 EUR; the projects should be of a
nature and complexity comparable to the proposed contract and completed within
the last 7 years; (c) successful experience as main designer (himself or a
nominated design consultant) of at least one project with a minimum value of 5
000 000 EUR and of two projects a minimum value of 2 500 000 EUR; the projects
should be of a nature and complexity comparable to the proposed contract and
completed within the last 7 years. 16.3 Financial standing: (a) financial
resources: the tenderer shall demonstrate, by a bank statement from his bank,
that he has available or access to liquid assets, lines of credit, or other
financial means sufficient to meet the construction cashflow for the contract
for a period of 6 months, not less than 2 000 000 EUR equivalent, apart of the
tenderers commitments for other contracts; (b) financial position: the audited
balance sheets for the last 3 years as well as documented cashflow projection
for the next 2 years shall be submitted and must demonstrate the soundness of
the tenderers financial position, showing long-term profitability. 16.4
Litigation history: The applicant shall provide accurate information on any
current or past litigation or arbritation resulting from contracts completed,
terminated, or under execution by him over the last five years. A consistent
history of awards against the tenderer may lead to the rejection of the tender.
16.5 Joint ventures/consortia shall meet the following particular qualification
criteria: (a) the leading partner shall meet not less than 50% (in terms of
values) of the general experience and of financial resources criteria specified
in the clauses 16.2 and 16.3(a) above; (b) the joint venture/consortium must
satisfy collectively the general experience and financial resources criteria
stated above; (c) each individual member shall meet the general experience
(execution or/and design according to the nature of their involvement in the
contract) and the financial resources criteria in the same proportion as their
envisaged part in the consortium. They shall also satisfy the sound financial
position and litigation history criteria. 16.6 Major subcontractors (for more
than 10% of the contract value) shall: (a) meet the eligibility criteria; (b)
meet the general experience criteria set above in the same proportion as the
envisaged part of the subcontractor in the contract value, following the same
calculation approach used for joint-venture/consortium partners in clause 16.5
above; the subcontractors shall meet the execution or/and design sub-criteria
according to the nature of their involvement in the contract: execution or/and
design; (c) meet the sound financial position and litigation history criteria.
17. Award criteria: Price based upon the sum of capital cost and 14 times the
annual operating cost. Tendering 18. How to obtain the tender dossier: The
tender dossier is available from the Central Finance and Contracts Unit (CFCU)
on working days from 8.00 to 15.00 local time, and will be forwarded to the
tenderers within 3 days upon payment of 1 000 EUR, which excludes courier
delivery, in the bank account specified below: Bank account: 255 52 000 000 1
Account holder: Central Finance and Contracts Unit Bank name: ABN AMRO Bank Bank
address: Expozitiei Bvd., Bucharest, Romania SWIFT: ABNAROBU It is also
available for inspection at the premises of 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 Central
Finance and Contracts Unit (CFCU) (quoting the publication reference shown in 1)
at least 21 days before the deadline for submission of tenders given in 19. 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: The deadline for the submission of offers is on Thursday, 28 November
2002, 16.00 local time. Any tender received after this deadline will not be
considered. 20. Tender opening session: The public opening session will take
place on Friday, 29 November 2002, 10.00 local time. 21. Legal basis: Council
Regulation (EC) No 1267/1999 of 21 June 1999, establishing an instrument for
structural policies for pre-accession as amended by Council Regulation No
2500/2001. publikováno: 12.09.2002
Romania
ISPA - Danutoni wastewater treatment plant extension - biological stage
Stav tendru: vypsaný tendr
Banka: Evropská unie - program ISPA
Datum uzávěrky: 28.11.2002
Klíčová slova: čistírny odpadních vod ,
stavební práce ,
stavební projekty
Popis:
Projekt rekonstrukce, modernizace a rozšíření čistírny odpadních vod v Danutoni - biologický článek.
RO-Bucharest: ISPA - Danutoni wastewater treatment plant extension - biological stage
2002/S 169-135379
Location: Valea Juilui, Romania
Works procurement notice
1.
Publication reference: EuropeAid/112397/D/W/RO
2.
Procedure: Open international tendering (works).
3.
Programme: ISPA 2000 Programme.
4.
Financing: Joint EC ISPA grant (75% - Financing Memorandum 2000/RO/16/P/PE/009) and Romanian
Government (25% pre-accession fund).
5.
Contracting authority: Central Finance and Contracts Unit, Ministry of Public Finance, 6-8 Magheru Blv, 5th
floor, Bucharest 1, Romania. Tel.: ( 4021) 310 37 72/313 66 28. Fax: ( 4021) 315 35 36/312 42 08.
Att: Mirela Costache, Project Manager .
Contract specification
6.
Contract description: Danutoni wastewater treatment plant, located in the vicinity of Petrosani, will in the
near future receive wastewater from approximately 80 000 people living in Jiu valley, Romania. The
mechanical stage of the plant was renovated and improved in year 2000, and in the present project the
plant will be extended with a biological treatment stage, mechanical dewatering of sludge and
improvement of the staffing and laboratory facilities.
The project will be tendered based on FIDIC Conditions of Contract for Plant and Design Build for Electrical
and Mechanical Plant and for Building and Engineering Works (First Edition 1999) - the Yellow Book.
7.
Number and titles of lots: The project will not be tendered in 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) 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 (as in 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).
10.
Number of tenders: Tenderers (including firms within the same legal group, other members of the same
consortium, and subcontractors) may submit only one tender. Tenders for parts of the works will not be
considered. Tenderers are not allowed to provide a variant tender.
11.
Tender guarantee: Tenderers must provide a tender guarantee of 125 000 EUR when submitting their
tender. This guarantee will be released to unsuccessful tenderers after the tender procedure has been
completed and to the successful tenderer upon signature of the contract by all parties.
12.
Performance guarantee: The successful tenderer will be requested to provide a performance security 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 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 next lowest, compliant tender.
13.
Clarification meeting and site visit: A clarification meeting and site visit will be held on 2 October 2002
(10.00), local time, at:
Regia Autonoma a Apei Valea Jiului (RAAVJ), Cuza Voda Street No 23, 2675 Petrosani, Hunedoara,
Romania, tel. 402 54 54 62 14, 402 54 54 31 44, fax 402 54 54 62 14.
For confirming the participation, an information fax shall be sent to CFCU and RAAVJ.
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 time for completion of the works shall be 24 months after the signature of
the contract by all parties.
Selection and award criteria
16.
Selection criteria: The minimum qualifying criteria for each tenderer include:
16.1 Must be a registered firm or natural person capable of carrying out the specified works.
16.2 General experience:
the tenderer shall meet the following minimum criteria:
(a) average annual turnover over the last 3 years of 17 000 000 EUR equivalent;
(b) successful experience as prime contractor in the execution of at least one project with a minimum
value of 7 000 000 EUR and of two projects with a minimum value of 3 500 000 EUR; the projects should
be of a nature and complexity comparable to the proposed contract and completed within the last 7
years;
(c) successful experience as main designer (himself or a nominated design consultant) of at least one
project with a minimum value of 5 000 000 EUR and of two projects a minimum value of 2 500 000 EUR;
the projects should be of a nature and complexity comparable to the proposed contract and completed
within the last 7 years.
16.3 Financial standing:
(a) financial resources: the tenderer shall demonstrate, by a bank statement from his bank, that he has
available or access to liquid assets, lines of credit, or other financial means sufficient to meet the
construction cashflow for the contract for a period of 6 months, not less than 2 000 000 EUR equivalent,
apart of the tenderers commitments for other contracts;
(b) financial position: the audited balance sheets for the last 3 years as well as documented cashflow
projection for the next 2 years shall be submitted and must demonstrate the soundness of the tenderers
financial position, showing long-term profitability.
16.4 Litigation history:
The applicant shall provide accurate information on any current or past litigation or arbritation resulting
from contracts completed, terminated, or under execution by him over the last five years. A consistent
history of awards against the tenderer may lead to the rejection of the tender.
16.5 Joint ventures/consortia shall meet the following particular qualification criteria:
(a) the leading partner shall meet not less than 50% (in terms of values) of the general experience and
of financial resources criteria specified in the clauses 16.2 and 16.3(a) above;
(b) the joint venture/consortium must satisfy collectively the general experience and financial resources
criteria stated above;
(c) each individual member shall meet the general experience (execution or/and design according to the
nature of their involvement in the contract) and the financial resources criteria in the same proportion as
their envisaged part in the consortium. They shall also satisfy the sound financial position and litigation
history criteria.
16.6 Major subcontractors (for more than 10% of the contract value) shall:
(a) meet the eligibility criteria;
(b) meet the general experience criteria set above in the same proportion as the envisaged part of the
subcontractor in the contract value, following the same calculation approach used for
joint-venture/consortium partners in clause 16.5 above; the subcontractors shall meet the execution
or/and design sub-criteria according to the nature of their involvement in the contract: execution or/and
design;
(c) meet the sound financial position and litigation history criteria.
17.
Award criteria: Price based upon the sum of capital cost and 14 times the annual operating cost.
Tendering
18.
How to obtain the tender dossier: The tender dossier is available from the Central Finance and Contracts
Unit (CFCU) on working days from 8.00 to 15.00 local time, and will be forwarded to the tenderers within 3
days upon payment of 1 000 EUR, which excludes courier delivery, in the bank account specified below:
Bank account: 255 52 000 000 1
Account holder: Central Finance and Contracts Unit
Bank name: ABN AMRO Bank
Bank address: Expozitiei Bvd., Bucharest, Romania
SWIFT: ABNAROBU
It is also available for inspection at the premises of 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 Central Finance and
Contracts Unit (CFCU) (quoting the publication reference shown in 1) at least 21 days before the deadline
for submission of tenders given in 19.
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: The deadline for the submission of offers is on Thursday, 28
November 2002, 16.00 local time.
Any tender received after this deadline will not be considered.
20.
Tender opening session: The public opening session will take place on Friday, 29 November 2002, 10.00
local time.
21.
Legal basis: Council Regulation (EC) No 1267/1999 of 21 June 1999, establishing an instrument for
structural policies for pre-accession as amended by Council Regulation No 2500/2001.
publikováno: 12.09.2002
Sdílet článek na sociálních sítích