Pátek, 29. března 2024

Phare - Integrované vodní hospodářství povodí řek Mesta/Nestos

Phare - Integrované vodní hospodářství povodí řek Mesta/Nestos
* Referenční číslo CzechTrade: 
TE200661232
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - PHARE  
 
* Země: 
 
* Datum uzávěrky:  
17.11.2006 
 
* Zdroj informace:  
S 188 
 
* Obor dle celního sazebníku:
 
T168419 Stroje, strojní zařízení nebo laboratorní přístroje, též elektricky vytápěné (s výjimkou pecí a ostatních zařízení čísla 8514), pro zpracovávání materiálů výrobními postupy spočívajícími ve změně teploty jako jsou topení, vaření, pražení, destilace, rektifikace (opakovaná destilace), sterilizace, pasterizace, paření, sušení, vypařování, odpařování, kondenzace nebo chlazení, jiné než stroje a strojní zařízení používané v domácnosti; průtokové nebo zásobníkové ohřívače vody, neelektrické

S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Popis zakázky:
Předmětem zakázky je dodávka, uvedení do provozu, testování, školení a záruka dodavatele pro následující zboží:
— vybavení pro monitorování vody,
— vozidlo – mobilní laboratoř pro monitorování vody,
— vybavení pro zpracovávání GIS (hardware a software), určené pro monitorování vody,
— nafukovací člun pro monitorování vody,
do města Blagoevgrad pro regionální laboratoř Exekutivní agentury životního prostředí a ředitelství západoegejské pánve, DDP (s dodáním clo placeno).
Nabídka do výběrového řízení musí být zpracována v angličtině a předána do 17. 11. 2006.

 
Popis tendru (Angličtina):

BG-Sofia: Phare — project BG-GR 2004/016-782.01.05 `Integrated water management of the Mesta/Nestos river basin (phase II)`

Location — trans-boundary Mesta/Nestos river basin — Bulgaria, Greece

Supply procurement notice
1. Publication reference:
EuropeAid/122866/D/SUP/BG
2. Procedure:
Open.
3. Programme:
Phare.
4. Financing:
2004 Financing Memoranda for the cross-border cooperation programme between Bulgaria and Greece, budget line BG-GR 2004/016-782.
5. Contracting authority:
`Phare programme implementing agency` within the Ministry of Regional Development and Public Works, Republic of Bulgaria.

Contract specifications

6. Description of the contract:
The subject of the contract is the delivery, installation, commissioning, training and warranty by the contractor of the following goods:
— water-monitoring equipment,
— vehicle — mobile laboratory for water monitoring,
— equipment for GIS processing (hardware and software) related to water monitoring,
— inflatable boat for water monitoring,
to the town of Blagoevgrad for the regional laboratory of the Executive Environment Agency and for the West Aegean Basin Directorate, DDP (delivered duty paid).
7. Number and titles of lots:
Not divided into lots.

Terms of participation

8. Eligibility and rules of origin:
Participation is open to all 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 authorised by the Regulations on access to Community external assistance and other specific instruments applicable to the programme under which the contract is financed (see also point 22 below). All goods supplied under this contract must originate in 1 or more of these countries. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
Subcontracting is allowed up to 30 % of the total tender price proposed by a tenderer. The tenderers shall state their subcontracting arrangements and nominated subcontractor(s) and their nationality in the tender form for a supply contract annexed to the tender dossier.
9. Grounds for exclusion:
Tenderers must submit a signed declaration, included in the tender form for a supply contract, 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.
10. Number of tenders:
Tenderers may submit only 1 tender. Tenders for parts of the supplies will not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.
11. Tender guarantee:
Tenderers must provide a tender guarantee of EUR 6 000 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. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
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 together with the return of the countersigned contract 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 next best compliant tender.
13. Information meeting and/or site visit:
Not applicable.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
Within 180 calendar days after contract signature including the provisional acceptance.

Selection and award criteria

16. Selection criteria:
A tenderer may be a firm (single entity), or a consortium consisting of a leading partner, who undertakes to provide at least 50 % of the supplies/services, and 1 or more other partners. Tenderers participating as consortia shall state their leader`s designation and distribution of activities in the tender form for a supply contract annexed to the tender dossier.
These selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, the selection criteria will be applied to the consortium as a whole:
16.1. Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract annexed to the tender dossier):
the average annual revenue of the tenderer for the last 3 years for which the accounts have been closed, must reach at least 75 % of the total tender price proposed by a tenderer.
16.2. Professional capacity of tenderer:
a) the tenderer shall have at least 2 years` professional experience in the fields of specialisation applicable to this project, i.e. water monitoring and IT equipment. (Based on point 5 of the tender form for a supply contract annexed to the tender dossier);
b) the tenderer shall operate under a quality system that has been certified by an accredited certification body to comply with ISO 9001:2000 or equivalent for the scope of this tender as described in point 6. The relevant statement(s) shall be provided by the tenderers in the tender form for a supply contract annexed to the tender dossier.
16.3. Technical capacity of tenderer:
a) the tenderer shall have completed at least 1 supply contract in the last 5 years ending at the latest on the deadline date for submission of tenders, amounting to at least 35 % of the tender price proposed by him, where at least 60 % of the supplies and services have been provided directly (not through a subcontractor). (Based on item 6 of the tender form for a supply contract annexed to the tender dossier). These projects shall involve areas of expertise applicable to this project`s specifics, i.e. computerised equipment for water monitoring;
b) the tenderer has to be able to ensure the warranty by providing service points authorised by the manufacturer(s) covering the particular location of delivery (town of Blagoevgrad).
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
17. Award criteria:
Price.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from the following Internet address:
europa.eu.int The tender dossier is also available from the contracting authority`s web site: www.mrrb.government.bg.
Tenders must be submitted using the standard tender form for a supply contract 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 Regional Development and Public Works, DG `Phare programme implementing agency`, 17–19 `Kiril and Methodi` Street, 1202 Sofia, Bulgaria. Fax (359-2) 987 07 37/(359-2) 986 53 87. E-mail: mpavlova@mrrb.government.bg,
(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 will reply to all tenderers` questions at least 11 days before the deadline for submission of tenders. These clarifications to the tender dossier will be published on the EuropeAid web site at europa.eu.int
19. Deadline for submission of tenders:
Tenders must be received in duly-sealed envelopes by 17.11.2006 (14:00), local time at the Ministry of Regional Development and Public Works, 17–19 `Kiril and Methodi` Street, room 525, 1202 Sofia, Bulgaria.
Any tender received after this deadline will not be considered.
20. Tender opening session:
17.11.2006 (16:00), local time at the Ministry of Regional Development and Public Works, 17–19 `Kiril and Methodi` Street, 1202 Sofia, Bulgaria. At the entrance there will be information for the exact hall.
21. Language of the procedure:
All written communications for this tender procedure and contract must be in English.
22. Legal basis:
Council Regulation (EEC) No 3906/89 of 18.12.1989 as amended by Council Regulation (EEC) No 2500/2001 of 17.12.2001 and 2698/90 of 17.9.1990, as amended; Council Regulation (EC) No 769/2004.

 

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