Pátek, 19. dubna 2024

Malta - Čistírna odpadních vod

Malta - Čistírna odpadních vod
 
* Referenční číslo: 
TE200557582
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
jiná banka  
 
* Země: 
Malta 
 
* Datum uzávěrky:  
20.12.2005 
 
* Zdroj informace:  
S 211 
 
* Obor dle celního sazebníku:
 
T16 Stroje a mechanická zařízení; elektrická zařízení; jejich části a součásti; přístroje pro záznam a reprodukci zvuku, přístroje pro záznam a reprodukci televizního obrazu a zvuku a části, součásti a příslušenství k těmto přístrojům
S00 Služby
 
Popis tendru( Angličtina):

Čistírna odpadních vod
waste-treatment plant
CONTRACT NOTICE
Works

SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S):
Department of Contracts, Notre Dame Ravelin, Attn: Mr Edwin Zarb, MT-Floriana CMR 02. Tel. 00356 21220212. E-mail: info.contracts@ gov.mt. Fax 00356 21247685.
Internet address(es):
General address of the contracting authority: www.contracts.gov.mt.
Further information can be obtained at: As in above-mentioned contact point(s).
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Ministry or any other national or federal authority, including their regional or local sub-divisions.

SECTION II: OBJECT OF THE CONTRACT

II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority:
Improvement of the Sant’Antnin Waste Treatment Plant and Material Recovery Facility.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works.
Design and execution.
Main site or location of works: Sant’Antnin Waste Treatment Plant, Marsascala, Malta.
NUTS code: MT001.
II.1.3) The notice involves:
II.1.4) Information on framework agreement:
II.1.5) Short description of the contract or purchase(s):
Design, build, operate and transfer contract for the part demolition of the existing plant and upgrading of the existing facility to accommodate a material recovery facility, a mechanical treatment plant, a digestion plant and a composting plant.
II.1.6) Common procurement vocabulary (CPV):
45222100 - E014 - E180 - Y009, 45100000, 45111291, 45000000, 45253700, 45253800, 29241400.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
No.
II.1.8) Division into lots:
Yes.
II.1.9) Variants will be accepted:
Yes.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope:
The maximum budget available for this tender is 9 810 711 MTL (excluding VAT).
II.2.2) Options:
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
Starting: Completion: 30.6.2007.

INFORMATION ABOUT LOTS

LOT NO 1
1) SHORT DESCRIPTION:
This lot is related to the civil works such as partial demolition of small buildings, dismantling of the cladding and roofing of the 2 existing buildings and their reuse in two different locations, site preparation, ground works, access roads and utilities, foundation works, terrain infrastructure, upgrading of the administration building, and utilities associated with the installation of the Waste Treatment Plant.
2) COMMON PROCUREMENT VOCABULARY (CPV):
45000000, 45100000, 45111291.
3) QUANTITY OR SCOPE:
Budget allocated for this lot is 2 500 000 MTL excluding VAT.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
Starting: 1.4.2006 Completion: 30.6.2007.
5) ADDITIONAL INFORMATION ABOUT LOTS:
LOT NO 2
1) SHORT DESCRIPTION:
The design, supply, installation, and commissioning of a mechanical treatment plant including container loading stations, and equipment enabling all means of visualisation, control and communication.
2) COMMON PROCUREMENT VOCABULARY (CPV):
45222100.
3) QUANTITY OR SCOPE:
Budget allocated for this lot is 1 000 000 MTL excluding VAT.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
Starting: 1.4.2006 Completion: 30.6.2007.
5) ADDITIONAL INFORMATION ABOUT LOTS:
LOT NO 3
1) SHORT DESCRIPTION:
The design, supply, installation and commissioning of an anaerobic digestion plant with an aerobic post treatment facility, including a combined heat and power plant, a regenerative thermal oxidizer, and all required environmental monitoring equipment. This lot includes (based on a separate management fee), the management, operation and maintenance of the installed systems for a 12 month period after completion of the construction and commissioning together with the training of the employer’s staff.
2) COMMON PROCUREMENT VOCABULARY (CPV):
45222100, 45253700, 45253800.
3) QUANTITY OR SCOPE:
Budget allocated for this lot is 5 537 971 MTL excluding VAT.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
Starting: 1.4.2006 Completion: 30.6.2007.
5) ADDITIONAL INFORMATION ABOUT LOTS:
LOT NO 4
1) SHORT DESCRIPTION:
The design, supply, installation, and commissioning of a material recycling facility including a baler, and a modular sorting line for separately collected materials from bring-in-sites and civic amenity sites.
2) COMMON PROCUREMENT VOCABULARY (CPV):
45222100, 29241400.
3) QUANTITY OR SCOPE:
Budget allocated for this lot is 772 740 MTL excluding VAT.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
Starting: 1.4.2006 Completion: 30.6.2007.
5) ADDITIONAL INFORMATION ABOUT LOTS:

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required:
Tender Guarantee: A separate tender guarantee is to be submitted for each lot.
The amount of the tender guarantee for each lot is:
Lot 1: 63 000 MTL,
Lot 2: 25 000 MTL,
Lot 3: 139 000 MTL,
Lot 4: 20 000 MTL.
Bank Guarantee (Performance Bond) equivalent to 10% of the projected value of each lot.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
Lots 1 and 2 will be financed through national local funds whilst lots 3 and 4 will be co-financed by the Government of Malta under the European Cohesion Funds. The currency of the tender is Maltese Lira (LM). Payments in Maltese Lira shall be made as per the tender document.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participation can be either by a sole tenderer, or a by a joint venture/consortium group.
The total value of the sub-contracted part of the works must not exceed 30 % of the contract value of each lot.
III.1.4) Other particular conditions to which the performance of the contract is subject:
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if requirements are met: Organisational chart and others as per Section 4 of Volume 1 of the tender dossier.
Legal position - means of proof required: Power of Attorney.
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating if requirements are met: Annual turnover in the past 3 years. Evidence showing that the liquid assets and access to credit facilities are adequate for this contract and confirmed by a financial statement for the last 3 years (2002, 2003, 2004). For the years 2002 and 2003 only audited reports are acceptable. If the reporting schedule for 2004 does not enable the submission of an audited report, the not yet audited report shall not be unreasonably refused.
Financial projection for the two years ahead (2006, 2007).
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if requirements are met: Evidence of relevant experience in execution of works of a similar nature, including successful experience of the prime contractor in constructing at least 2 projects comparable in nature and complexity to the tendered works during the last 5 years.
III.2.4) Reserved contracts:
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:

SECTION IV: PROCEDURE

IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure:
Open.
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) AWARD CRITERIA
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
IV.2.2) An electronic auction will be used:
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
CT318/2005 (CT2089/2005).
IV.3.2) Previous publication(s) concerning the same contract:
Notice number in OJ: 2005/S 37-035399 of 22.2.2005.
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 20.12.2005.
Payable documents:
Price: 500 MTL.
Terms and method of payment: Send email to info.contracts@gov.mt quoting reference number at IV.3.1.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
20.12.2005 - 10:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
Duration in days: 90 (from the date stated for receipt of tender).
IV.3.8) Conditions for opening tenders:
20.12.2005 - 10:00 am Malta Time.
Place: Department of Contracts, Notre Dame Ravelin, MT-Floriana.
Persons authorised to be present at the opening of tenders: yes.
Tender opening sessions are open to any tenderer’s representatives and others.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1) THIS IS A RECURRENT PROCUREMENT:
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:
Yes.
Reference to project(s) and/or programme(s): Lots 3 and 4 are to be financed by the Government of Malta from the European Commission’s Cohesion Funds. (Ref: CCI 2004 MT16 CPE 001).
VI.3) ADDITIONAL INFORMATION:
Is it a framework agreement: No.
Is this notice a non-mandatory one: No.
II.1.8) Tenders may be submitted for one, several or all lots.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures:
VI.4.2) Lodging of appeals:
VI.4.3) Service from which information about the lodging of appeals may be obtained:
VI.5) DATE OF DISPATCH OF THIS NOTICE:
25.10.2005.

 

Pro získání bližších informací se obraťte na
* Kontakt:
Věra Řeháčková
odborný pracovník, specialista CzechTrade
vera.rehackova@czechtrade.cz

 
Tel.: 420224907548
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