Čtvrtek, 28. března 2024

ISPA – Obnova čistící stanice odpadních vod v Botosani

ISPA – Obnova čistící stanice odpadních vod v Botosani
* Referenční číslo CzechTrade: 
TE200659855
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
04.09.2006 
 
* Zdroj informace:  
S 94 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
Anotace tendru:

Popis zakázky:
Tato zakázka zahrnuje:
— obnova čistírny odpadních vod pro bezdeštný průtok 40 500 m 3/d a 130 000 P.E. skládající se z mechanického a biologického zařízení na čištění vody pro odstranění organických látek, přizpůsobení předešlých opatření na zařízeních na čištění kalu požadavkům čistírny na základě nového návrhu, administrativní budovy s laboratoří a dílnami,
— obnova čerpací stanice odpadních vod Tulbureni a výměna tlakového potrubí z čerpací stanice do čistírny odpadních vod Tulbureni.
Zakázka bude probíhat podle smluvních podmínek Žluté
knihy FIDIC pro stavbu na klíč.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation of wastewater treatment plant in Botosani
Location: Botosani, Botosani County, Romania

Works procurement notice
1. Publication reference:
EuropeAid/122042/D/W/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing Memorandum No 2004 RO 16 P PE 001.
5. Contracting authority:
Central Finance and Contracting Unit (CFCU), within the Ministry of Public Finance, 44 Mircea Voda Blvd, Entrance B, Bucharest, sector 3, Romania. Tel. (40-21) 326 55 55-520. Fax (40-21) 326 87 30/326 87 09. E-mail: auraradu@cfcu.ro. Contact: Ms Aurelia Radu, Project Manager.

Contract specifications

6. Description of the contract:
The contract comprises:
— the rehabilitation of the WWTP for a 42 400 m3/d dry weather flow rate and 130 000 PE, consisting of mechanical and biological wastewater treatment facilities for organic matter removal, adjustment of previous measures on the sludge treatment facilities to the requirements of the redesigned plant, administration building with laboratory and workshops,
— rehabilitation of the Tulbureni wastewater pumping station and replacement of the force main from Tulbureni WWPS to the WWTP.
The contract is to be let under FIDIC Yellow Book Conditions of Contract for Plant and Design-Build.
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 natural and 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 Regulation or other specific instruments applicable to the programme under which the contract is financed (see also point 21 below). All goods supplied under this contract must originate in these countries.
9. Grounds for exclusion:
Tenderers must submit a statement 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 financed by the general budget of the European Communities in the context of external actions.
10. Number of tenders:
Tenderers may submit only 1 tender for the contract. Submission or participation by a tenderer in more than 1 tender will result in the disqualification of all those tenders in which the party is involved. Tenderers may submit 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 EUR 200 000 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 asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided 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 guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer who has submitted the second best admissible tender.
13. Information meeting and/or site visit:
An optional clarification meeting and site visit will be held on 21.6.2006 commencing at the premises of:
SC APA GRUP SA, 56 Octav Onicescu Street, 710096, Botosani, Botosani County, Romania.
Participants are requested to confirm their attendance by fax to the CFCU at least 48 hours before the meeting.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
The time for completion of the works is 30 months.

Selection and award criteria

16. Selection criteria:
The minimum qualifying criteria for each tenderer include:
1) The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
2) General experience:
The tenderer shall meet the following minimum criteria. The projects should be of a nature and complexity similar to those of the works in the proposed contract and completed within the last 7 years:
(a) successful experience as main contractor in construction of at least 3 contracts in wastewater treatment plants including:
— 1 project for WWTP with 100 000 PE or a minimum value of EUR 10 000 000,
— 2 projects for WWTP with 100 000 PE or a minimum value of EUR 5 000 000 each;
(b) successful experience as main designer (himself or a nominated design consultant)of at least 3 projects in wastewater treatment plants including:
—1 project for WWTP with 100 000 PE or a minimum value of designed works of minimum EUR 8 000 000, and
—2 projects for WWTP with 100 000 PE or a minimum value of designed works of minimum EUR 3 500 000.
In the case of Design-Build executed projects that fulfil the amounts in criteria (a) and (b), proof of separate design experience is not required.
Note: `Nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
— similar nature means wastewater treatment works treating urban wastewater,
— similar complexity means mixed process, civil, structural, mechanical and electrical plant contracts, including design, building, testing, taking over and performance testing,
— the minimum size (value) that will be taken into consideration is either the total project value, when the contractor was acting as sole contractor, or the part of the total project value corresponding to its share of the joint-venture participation, when the contractor was member of a joint venture,
— the last 7 years shall be understood as the period from 1.1.1999 up to the deadline of submission of tenders.
3) Financial standing:
(a) turnover:
the average annual turnover in the past 3 years shall be at least EUR 12 000 000 or equivalent;
(b) financial resources:
the tenderer shall demonstrate, by a statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract, not less than EUR 2 000 000 equivalent, for a period of 6 months, in addition to the tenderers` commitments to other contracts;
(c) financial position:
the audited financial statements for the last 3 years as well as documented cash flow projections for the next 2 years shall be submitted and must demonstrate the soundness of the applicant`s financial position, showing long-term profitability.
N.B. The contracting authority reserves the right to carry out any such further inquiry into the tenderer`s financial standing, as the evaluation committee may deem appropriate.
4) Litigation history:
The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed, terminated, or under execution by him over the last 7 years. A consistent history of awards against the tenderer or existence of a high-value dispute, which may threaten the financial standing of the tenderer, may lead to the rejection of the tender.
5) Joint ventures/consortia or tenderers with major subcontractors shall meet the following particular qualification criteria:
(a) the joint venture/consortium (including subcontractors) must satisfy cumulatively all the specific criteria of general experience (2) and financial standing (3) stated above;
(b) the leading partner shall meet individually the following particular criteria:
(i) average annual turnover over the last 3 years (2003, 2004 and 2005) of EUR 6 000 000 equivalent,
(ii) successful experience as main contractor in the execution of at least 1 project in WWTP with a minimum value of EUR 5 000 000. The project should be of a nature and complexity comparable to the proposed contract and completed within the last 7 years,
(iii) shall demonstrate, by a statement from his bank, that he has available or he has access to liquid assets, lines of credit, or other financial means not less than EUR 1 000 000 equivalent, for a period of 6 months apart from the applicant`s commitments to other contracts,
(iv) it shall also satisfy the litigation history (4) criterion;
(c) each other member of the JV/consortium shall meet the following particular criteria:
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;
(d) the major subcontractors (for more than 10 % of the tendered contract price) shall:
(i) meet the general experience criteria set out above in the same proportion as the envisaged part of the subcontractor in the tendered contract price, following the same calculation approach used for joint-venture/consortium partners stated above. The subcontractors shall meet the execution and/or design sub-criteria according to the nature of their involvement in the contract: execution and/or design,
(i) satisfy the sound financial position and litigation history criteria;
(e) if he is a sole tenderer he shall carry out at least 50 % of the contract works by his own means, defined as meaning that he must have the equipment, materials, human and financial resources necessary to enable him to carry out this percentage of the contract. He shall meet the general experience and the financial resources criteria and shall also satisfy the sound financial position and litigation history criteria.
17. Award criteria:
The contract will be awarded to the tenderer who has submitted the lowest tender price satisfying the administrative and technical criteria.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracting Unit (CFCU), Ministry of Public Finance, 44 Mircea Voda Blvd, Entrance B, Bucharest, sector 3, Romania. Tel. (40-21) 326 55 55 (extension 520). Fax (40-21) 326 87 30. Contact: Ms Aurelia Radu, Project Manager,
and will be forwarded to the tenderers within 3 days upon payment of EUR 600, which includes courier delivery, into the bank account specified below:
bank account: IBAN RO 97 ABNA 4100 2511 00000 404;
account holder: Central Finance and Contracts Unit;
bank name: ABN AMRO Bank;
bank address: 10 Montreal Square, Bucharest, Romania;
Swift: ABNAROBU.
It is also available for inspection at the premises of the 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 CFCU (see point 5 above for contact details) marked for the attention of Ms Aurelia Radu (mentioning the publication reference shown in point 1) at least 21 days before the deadline for submission of tenders given in point 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:
4.9.2006 (10:00), local time, Central Finance and Contracts Unit (CFCU), 44 Mircea Voda Blvd, Entrance B, Bucharest, Sector 3, Romania.
Any tender received after this deadline will not be considered.
20. Tender opening session:
The public opening session will take place on 4.9.2006 (11:00), local time, at the premises of:
Central Finance and Contracting Unit (CFCU), 44 Mircea Voda Blvd, Entrance B, Bucharest, Sector 3, Romania.
21. 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 Regulation (EC) No 2382/2001 of 4.12.2001 and by Council Regulation (EC) No 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey, as amended on 21.4.2004 by the Council Regulation (EC) No 769/2004 and Regulation (EC) No 2110/2005 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