Čtvrtek, 28. března 2024

Obnova a rozšíření distribuce pitné vody a sítí sběru odpadních vod v Baia Mare

Obnova a rozšíření distribuce pitné vody a sítí sběru odpadních vod v Baia Mare
* Referenční číslo CzechTrade: 
TE200661823
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
17.04.2007 
 
* Zdroj informace:  
S 238 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Realizace stavebních prací podle smluvních podmínek FIDIC pro stavební a konstrukční práce navržené zaměstnavatelem (Červená kniha), 1. vydání 1999, za účelem stavby:
6.1. Obnova a rozšíření distribuční sítě pitné vody:
— obnova asi 22 km existujícího vodovodního potrubí a distribuce vody,
— výstavba asi 1,5 km nového vodovodního potrubí, aby mohla být současná síť rozšířena na dalších 480 obyvatel v oblasti Valea Borcutului,
— výstavba přečerpávací stanice.
6.2. Obnova a rozšíření distribuční sítě odpadní vody:
— obnova 9 km existující, strukturálně vadné spádové kanalizace,
— obnova 7 přívalových výpustí,
— výstavba 5,3 km nového potrubí spádové kanalizace,
— výstavba cca 10 km kanalizace odpadní vody na rozšíření existující sítě na dalších 3 110 obyvatel (ulice Garii, Progressul, Traian, V. Alecsandri, Tautii de Sus, Orasul Vechi, Valea Borcutului, A. Vlaicu a Victoriei),
— výstavba kanalizační přečerpávací stanice.
Lhůta pro podání nabídek je 17.4.2007, 10:00 místního času, na adrese:
Central Finance and Contracts Unit (CFCU), 44 Mircea Voda Boulevard, Entrance B, Bucharest, Sector 3, Rumunsko. Nabídky musí být zpracovány v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation and extension of water distribution and wastewater collection networks in Baia Mare, Romania
Location — Baia Mare/Maramures County/Romania

Works procurement notice
1. Publication reference:
EuropeAid/124093/D/WKS/RO
2. Procedure:
Open.
3. Programme:
ISPA.
4. Financing:
Financing memorandum No 2004/RO/16/P/PE/004.
Additional information:
Suspension clause:
This tender procedure is launched with a ‘suspension clause’, which entails the extension of the financing agreement between the European Commission and the Romanian Government.
As an extension of the financing memorandum is required, which will not be approved by the European Commission before the signature of the contract, the contract will be split in 2 phases. Details of the phases and the time limits will be given in a modification to the tender dossier.
The economic operators interested in participating in this tender procedure must be fully aware that in no event shall the contracting authority be liable for any damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of the tender procedure on the basis of the ‘suspension clause’ even if the contracting authority has been advised of the possibility of damages.
As such, by submitting his application, the economic operator (candidate) accepts in full the use of the ‘suspension clause’ in this tender procedure as well as its possible consequences.
5. Contracting authority:
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 55-520. Fax (40-21) 326 87 30/326 87 09. E-mail: auraradu@cfcu.ro. Contact: Mrs Aurelia Radu, Project Manager.

Contract specifications

6. Description of the contract:
The implementation under FIDIC conditions of contract for construction for building and engineering works designed by the employer (Red Book), first edition 1999, for the construction of:
6.1. Rehabilitation and extension of the water distribution network:
— rehabilitation of around 22 km of existing trunk and distribution water,
— construction of around 1,5 km of new water mains to extend the existing network to an additional 480 inhabitants in the Valea Borcutului area,
— construction of a booster pumping station.
6.2. Rehabilitation and extension of the wastewater collection network:
— rehabilitation of 9 km of existing structurally defective gravity sewers,
— rehabilitation of 7 storm sewage overflows,
— construction of 5,3 km of new gravity collectors,
— construction of ca. 10 km of wastewater collectors to extend the existing network to additional 3 110 inhabitants (Garii, Progressul, Traian, V. Alecsandri, Tautii de Sus, Orasul Vechi, Valea Borcutului, A. Vlaicu and Victoriei streets),
— construction of a new sewage pumping station.
7. Number and titles of lots:
None.

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 of the European Union 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 works, supplies and services 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.
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`.
10. Number of tenders:
Tenderers may submit only 1 tender. A company may not tender for a given contract both individually and as a partner in a joint venture/consortium. Submission or participation by a tenderer in more than 1 tender for a contract will result in the disqualification of all those tenders for that contract in which the party is involved.
Tenderers may not provide 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 250 000 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 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.
13. Information meeting and/or site visit:
An optional information meeting and site visit will be held on 15.2.2007 (11:00), local time, commencing at the premises of: SC VITAL SA, str. Gh. Sincai Nr 21, 430311, Baia Mare, 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:
Time for completion of the works is 18 months, plus 365 days for defects notification period.

Selection and award criteria

16. Selection criteria:
16.1. The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
16.2. General Experience.
The tenderer shall meet the following minimum criteria by showing successful experience as prime contractor in the construction within the last 7 years of at least 3 contracts including:
(a) one project of a nature and complexity similar to those of the works in the proposed contract with a minimum value of EUR 12 000 000, and
(b) two other projects of nature and complexity similar to those of the works in the proposed contract, each with a minimum value of EUR 6 000 000.
In case the projects proposed as reference are only concerning water distribution networks or only wastewater collection networks, the tenderer must at least propose 1 contract of each nature.
Note: `Nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
Similar nature means water distribution and wastewater collection networks and water and wastewater pumping stations constructed for municipal, industrial, commercial and institutional properties;
— similar complexity means the works contracts, including execution, testing, taking over and performance testing,
— the minimum size (value) that will be taken into consideration is either the total contract value, when the tenderer was acting as sole contractor, or the share of the total contract value corresponding to its share of the joint venture participation, when the tenderer was a member of a joint venture,
— the last 7 years shall be understood as the period from 1.1.1999 up to the deadline for submission of tenders.
16.3 Financial Standing
(a) Turnover:
the average annual turnover in the past 3 years (2003, 2004 and 2005) shall be at least EUR 16 000 000 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 3 000 000 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 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.
16.4 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.
16.5. 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 (16.2) and financial standing (16.3) stated above.
(b) The leading partner shall carry out individually at least 50 % of the contract works by his own means, as defined in sub-clause above and shall meet individually the following particular criteria:
i) average annual turnover over the last 3 years (2003, 2004 and 2005) of EUR 9 000 000 equivalent;
ii) successful experience as main contractor in the execution of at least 1 project with the value of minimum EUR 6 000 000. 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 1 500 000 equivalent, for a period of 6 months, apart of the applicant`s commitments for other contracts;
iv) shall also satisfy the sound financial position and litigation history criteria.
(c) Each other member of the JV/consortium shall meet the following particular criteria:
i) meet the general experience (nature of the works according to their involvement in the proposed contract), the turnover and the financial resources criteria in the same proportion as their envisaged part in the consortium;
ii) satisfy the sound financial position and litigation history criteria.
(d) 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.
(e) 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 tender price, following the same calculation approach used for joint-venture/consortium partners stated above;
ii) satisfy the sound financial position and litigation history criteria.
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.
17. Award criteria:
The evaluation committee will select the tenderer whose tender has been determined to meet the administrative and technical criteria and has offered the lowest tender price.

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, Sector 3, Bucharest, Romania. Contact person: Mrs Aurelia Radu, Project Manager. Tel. (40-21) 326 55 55-520. Fax (40-21) 326 87 30.
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. Account holder: Central Finance and Contracts Unit. Bank name: ABN AMRO Bank. Bank address: 10 Montreal Square, Bucharest, Romania. Swift code: 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 Miss 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. Eventual clarifications to the tender dossier will be published on the EuropeAid web site at:
europa.eu.int
19. Deadline for submission of tenders:
The deadline for the submission of offers is 17.4.2007 (10:00), local time at:
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 17.4.2007 (12:00), 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 communication 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 Council Regulation (EC) No 769/2004 and Regulation (EC) No 2112/2005 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