Sobota, 27. dubna 2024

ISPA – Rekonstrukce čističky odpadních vod pro Ramnicu Valcea

ISPA – Rekonstrukce čističky odpadních vod pro Ramnicu Valcea
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
jiná banka  
 
* Země: 
 
* Datum uzávěrky:  
14.12.2006 
 
* Zdroj informace:  
S 174 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Popis zakázky:
Tato zakázka zahrnuje:
— rekonstrukci čističky odpadních vod (ČOV) pro bezdeštný průtok 39 000 m3/d a 130 000 P.E. skládající se z mechanického a biologického zařízení na čištění vody pro odstranění organických látek, zařízení na odvodnění kalu a administrativní budova s laboratoří a dílnami podle požadavků na vypouštění odpadních vod do necitlivých příjemců,
— rekonstrukci ČOV tak, aby návrh umožňoval budoucí finančně výhodné rozšíření s plným terciárním řešením odpadu v citlivé oblasti a představení způsobu zpracování odpadního kalu prostřednictvím vyhnívání. Zakázka bude probíhat v rámci podmínek Žluté
knihy FIDIC pro stavbu na klíč.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation of Ramnicu Valcea wastewater treatment plant

Location — Ramnicu Valcea, Romania

Works procurement notice
1. Publication reference:
EuropeAid/122663/D/WKS/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing memorandum No 2004/RO/16/P/PE/002.
5. Contracting authority:
Central Finance and Contracting Unit (CFCU), Ministry of Public Finance, 44 Mircea Voda Boulevard, Entrance B, Bucharest, Sector 3, Romania. Tel. (40-21) 326 55 55, switchboard. Fax (40-21) 326 87 30/326 87 09. E-mail: horiagheorghe@cfcu.ro. Contact: Mr Horia Gheorghe, Project Manager.

Contract specifications

6. Description of the contract:
The contract comprises:
— the rehabilitation of the WWTP for a 39 000 m3/d dry weather flow rate and 130 000 PE, consisting in mechanical and biological waste water treatment facilities for organic matter removal, sludge dewatering facilities, administration building with laboratory and workshops to the requirements for effluent discharge in non-sensitive recipient,
— rehabilitation of the WWTP to be designed with provisions for cost effective future extension with full tertiary treatment for discharge in sensitive area and introduction of sludge stabilisation with digestion. The contract is to be let under FIDIC yellow book conditions of contract for plant 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 22). All works, supplies and services under this contract must originate in these countries. Participation of natural persons is directed governed by the specific instruments applicable to the programme under which the contract is financed.
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 for EC external actions (available from the following Internet address: europa.eu.int
10. Number of tenders:
Tenderers (including firms within the same legal group, other members of the same consortium, and subcontractors) 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. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted. 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 150 000 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 which has submitted the second best admissible tender.
13. Information meeting and/or site visit:
A mandatory site inspection and explanation meeting of the works will be held on 11.10.2006 (10:00), at the premises of SC ACVARIM RV;
Address: Carol I No 3–5; Ramnicu Valcea, Valcea County, Romania.
The tenderers shall ensure that they have inspected the existing WWTP and its surrounds for the purpose of assessing at his own responsibility, expense and risk the site. They shall insure themselves to have all data which may be necessary to prepare his tender and sign the contract for the works. In this regard, the tenderer must announce by fax to the CFCU at least 48 hours before the date of the site meeting to confirm his participation. Certificate of attendance will be issued to all participants which will form part of their tender submission documentation.
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 20 months and 12 months defects notification period.

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 presented 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 prime contractor in the design and build or construction of at least 3 contracts including:
— 1 project with a minimum value of EUR 9 000 000, abroad, comprising works of similar nature and complexity with the requirements of this project, and
— 2 projects with a minimum value of EUR 6 000 000, 1 abroad, comprising works of similar nature and complexity with the requirements of this project.
At least 1 reference must include an activated sludge waste water treatment plant with the capacity over 100 000 PE and mechanical sludge treatment and at least 1 reference for working under operation of the plant.
b) successful experience as main designer (himself or his nominated design consultant) of at least 3 projects including:
— at least 1 project with a minimum value of EUR 9 000 000, and
— 2 other projects each with a minimum value of EUR 6 000 000.
At least 1 reference must include an activated sludge waste water treatment plant with the capacity over 100 000 PE and mechanical sludge treatment.
NB:
`Nature and complexity similar to those of the works in the proposed project` shall be interpreted as follows:
a) similar nature: meaning experience in construction or improvement works for biological wastewater treatment plants including design of the process, for urban wastewater;
b) similar complexity: meaning mixed process, civil, structural, monitoring and SCADA control, mechanical and electrical plant contracts, including building, testing, taking over and performances testing under design and build conditions of contract;
c) the last 7 years shall be understood as the period: 31.12.1998 up to the deadline of submission of tenders;
d) 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 share of the total project value corresponding to its share of the joint-venture participation, when the contractor was member of a joint-venture.
3. Financial standing.
a. Turnover:
The average annual turnover in construction, for the past 3 years (2003, 2004 and 2005) shall be at least EUR 10 000 000 or equivalent. In the case of joint ventures, the cumulated average annual turnovers must satisfy the condition stated above;
b. Financial resources:
The tenderer shall demonstrate, by a bank 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 or equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts;
c. Financial position:
the audited financial statements for the last 3 years (2003, 2004 and 2005) as well as documented cash-flow projections for the next 2 years (2007, 2008) shall be submitted and must demonstrate the soundness of the tenderer`s financial position, showing long-term profitability.
NB: the contracting authority reserves the right to carry out any such further inquiry on 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 have the ability to carry out individually at least 70 % of the contract works by his own resources, and shall meet individually the following particular criteria:
i. average annual turnover in the last 3 years (2003, 2004 and 2005) of EUR 7 000 000;
ii. successful experience as a prime contractor in the execution of at least — 1 project with the value of minimum EUR 9 000 000 and 1 project with the value of minimum EUR 4 200 000. The projects should be of nature and complexity comparable to the proposed contract (reference including an activated sludge WWTP with capacity over 100 000 PE, mechanical sludge treatment, works under operating of the plant) and completed within the last 7 years;
iii. shall demonstrate, by a bank 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 1 400 000 or equivalents, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
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 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 or/and design sub criteria according to the nature or their involvement in the contract: execution or/and design;
II. Satisfy the sound financial position and litigation history criteria.
e) If he is a sole tenderer he shall carry out at least 70 % 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 Boulevard, entrance B, Bucharest, sector 3, Romania. Contact: Mr Horia Gheorghe, Project Manager. Tel. (40-21) 326 55 55 (switchboard). Fax (40-21) 326 87 30/326 87 09. E-mail: horiagheorghe@cfcu.ro.
and will be forwarded to the tenderers within 3 days upon payment of EUR 600, which includes courier delivery, in the bank account specified below:
Bank account: IBAN RO 97 ABNA 4100 2511 00000 404 EUR;
Account holder: Central Finance and Contracts Unit, Ministry of Public Finance;
Bank name: ABN AMRO Bank;
Bank address: Montreal Square 10, 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 contract details) marked for the attention of Mr Horia Gheorghe (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:
14.12.2006 (10:00), local time, Central Finance and Contracts Unit (CFCU), 44 Mircea Voda Boulevard, 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 14.12.2006 (11:00), local time, at the premises of:
Central Finance and Contracting Unit (CFCU), 44 Mircea Voda Boulevard, entrance B, Bucharest, sector 3, Romania.
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 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 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