Čtvrtek, 28. března 2024

ISPA – Rekonstrukce a modernizace craiovské čistírny odpadních vod

ISPA – Rekonstrukce a modernizace craiovské čistírny odpadních vod
* Referenční číslo CzechTrade: 
TE200661842
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
02.04.2007 
 
* Zdroj informace:  
S 240 
 
* Obor dle celního sazebníku:
 
T168479 Stroje a mechanická zařízení s vlastní individuální funkcí, jinde v této kapitole neuvedené ani nezahrnuté

S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Projekt se skládá z dokončení návrhu, obnovy, a modernizace (výstavba) existující čistírny odpadních vod (ČOV) Craiova pro odstranění BOD (sekundární zpracování) a odstranění dusíku (N) a fosforu (P) (terciární zpracování), podle nových požadavků Rumunska a EU týkajících se vypouštění odpadních vod do citlivého vodstva.
Přibližně 320 000 obyvatelům bude sloužit nová ČOV, která se nachází jihozápadně od města v blízkosti řeky Jiu. Průměrné denní množství odpadních vod se odhaduje na přibližně 130 000 m3. Kapacita ČOV je projektovaná pro populační ekvivalent přibližně 385 000 (PE). Projekt vychází z odhadovaných potřeb pro rok 2010.
ČOV byla částečně realizovaná v rámci předešlé zakázky na projekt a stavbu v rámci opatření ISPA, ukončené veřejným zadavatelem z důvodu nedostatečného pokroku dosaženého předchozím dodavatelem. Postup a základní projekt byl dokončen a schválen a nemůže být pozměněn s ohledem na základní výběr technologických postupů, ačkoliv existují aspekty, které vyžadují další úpravy. Dokončené a schválené podrobné návrhy pro zahájené, ale nedokončené inženýrské stavby (vztahující se většinou na sekce předběžného a primárního zpracování, části budov a zařízení na zpracování kalu), by měly být dokončeny podle existujícího schváleného projektu bez úprav, s výjimkou některých specifických detailů stavby (schody, chodníky atd.), které ještě v mnohých případech nejsou navrženy.
Zakázka bude probíhat podle smluvních podmínek Žluté
knihy FIDIC pro stavbu na klíč.
Nabídka do tendru musí být zpracována do 2. 4. 2007. Nabídka musí být zpracována v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — rehabilitation and upgrading of Craiova wastewater treatment plant
Location: Craiova City, Dolj County, Romania

Works procurement notice
1. Publication reference:
EuropeAid/124459/D/WKS/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing Memorandum No 2000 RO 16 P PE 002, entitled `Rehabilitation of Sewerage Network and Wastewater Treatment Facilities in order to protect the River Danube at Craiova City`.
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.
The participants to the tender acknowledge and accept that this tender and/or the contract concluded as an effect hereof may be suspended, delayed annulled or may be otherwise obstructed by the court as effect or in connection with the former contract No 2000/RO/16/P/PE/002-02 with reference to EuropeAid 112399/D/WKS/RO the contract was concluded on 1.7.2003 which is currently terminated, and such participants waive by the simple participation to this tender to all and any rights to damages that may result from such events.
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 55-572. Fax (40-21) 326 87 30/326 87 09. E-mail: leonardsarau@cfcu.ro. Contact: Mr Leonard Sarau, Project Manager.

Contract specifications

6. Description of the contract:
The project consists in design completion, rehabilitation and upgrading (construction) of the existing Craiova WWTP for BOD removal (secondary treatment) and nitrogen (N) and phosphorous (P) removal (tertiary treatment), to comply with the new Romanian and EU effluent demands for discharge into sensitive waters.
Approximately 320 000 inhabitants will be served by the new WWTP, which is located southwest of the city near the Jiu River. The average daily amount of wastewater is estimated at approximately 130 000 m3. The design capacity of the WWTP is about 385 000 person equivalents (PE). The design load is based on estimated demand for 2010.
The WWTP was partially realized under a previous design and build contract within the ISPA measure, terminated by the contracting authority due to poor progress achieved by the previous contractor. The process and basic design have been completed and approved and cannot be altered with respect to fundamental choice of technological processes, although there are aspects that require further adjustments. The completed and approved detailed designs for civil structures started but not completed (mostly relating to the preliminary and primary treatment sections, parts of sludge treatment facilities and buildings), shall be completed according to the existing approved design without modifications, except for some specific construction details (stairs, walkways, etc.) which in many cases are not yet designed.
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 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 these countries.
9. Grounds for exclusion:
Tenderers must submit a signed declaration, included in the tender form for a work 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 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 300 000 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:
An optional clarification meeting and site visit will be held on 1.2.2007 (10:00), local time at the premises of:
Regia Autonoma Apa Craiova (RAAC Craiova), 101 Brestei Street, Craiova, Dolj County, Romania. Tel. (40) 251 41 04 32. Fax (40) 251 19 00 20.
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:
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. 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:
the minimum qualifying criteria for each tenderer include:
A. the tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
B. General experience. The tenderer shall meet the following minimum criteria:
a. average annual turnover over the last 3 years, at least of EUR 20 000 000 equivalent;
b. successful experience as main contractor.
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:
i) successful experience as prime contractor:
— in the execution of at least 1 project with a minimum value of EUR 32 000 000 (or equivalent) comprising rehabilitation or construction of wastewater treatment facilities, and
— of 2 other projects, each with a minimum value of EUR 16 000 000;
ii) successful experience as main designer for work contracts (himself or his nominated design consultant) of:
— 1 work contract with a minimum value of EUR 24 000 000, and
— 2 work contracts each with a minimum value of EUR 12 000 000.
Note: in the case of design-build executed projects that fulfil cumulatively the amounts in criteria a) and b), proof of separate design experience is not required.
NB: the contracting authority reserves the right to ask for copies of the respective certificates of final reception signed by the project managers/contracting authority of the concerned projects.
Note: work experience in terms of similar projects to the proposed contract shall be interpreted as follows:
— similar nature means wastewater treatment works treating urban wastewaters,
— similar complexity means mixed process, civil, structural, mechanical and electrical plant projects, 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 tenderer was acting as sole contractor, or the share of the total project 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: 1.1.1999 up to the deadline for submission of tenders.
C. Financial standing:
a. 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 for a period of 6 months, not less than EUR 6 000 000 equivalent, apart of the applicant`s commitments for other contracts.
b. 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.
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.
D. 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.
E. 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 general experience and financial resources criteria stated above.
In addition:
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 of EUR 12 000 000;
ii) no less than 50 % in terms of value of the general experience;
iii) successful experience as a prime contractor in the execution of at least 1 project with the value of minimum EUR 16 000 000. The project should be of nature and complexity comparable to the proposed contract and completed within the last 7 years;
iv) 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 for a period of 6 months, not less than EUR 3 000 000 equivalent, apart of the applicant`s commitments for other contracts;
v) it shall also satisfy the litigation history criterion.
F. Each individual member of JV/consortium 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.
G. Major subcontractors (for more than 10 % of the tendered contract price) shall be required to meet the same criteria as the individual members of a joint venture/consortium.
17. Award criteria:
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 Blvd, Entrance B, Bucharest, sector 3, Romania. Tel. (40-21) 326 55 55-570. Fax (40-21) 326 87 30. Contact: Mr Sarau Leonard, Project Manager,
and will be forwarded to the tenderers within 3 days upon payment of EUR 400, 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: 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 and beneficiary (see points 5 and 13 above for contact details, 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.
19. Deadline for submission of tenders:
2.4.2007 (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 2.4.2007 (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. 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 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 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