Pátek, 26. dubna 2024

ISPA – Dodání vybavení pro diagnostiku, údržbu a modelování vodovodních a kanalizačních sítí

ISPA – Dodání vybavení pro diagnostiku, údržbu a modelování vodovodních a kanalizačních sítí
 Referenční číslo CzechTrade: 
TE200661841
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
12.03.2007 
 
* Zdroj informace:  
S 240 
 
* Obor dle celního sazebníku:
 
T158200 NÁSTROJE, NÁŘADÍ, NÁČINÍ, NOŽÍŘSKÉ VÝROBKY A PŘÍBORY, Z OBECNÝCH KOVŮ; JEJICH ČÁSTI A SOUČÁSTI Z OBECNÝCH KOVŮ

T189026 Přístroje a nástroje na měření nebo kontrolu průtoku, hladiny, tlaku nebo jiných proměnných charakteristik kapalin nebo plynů (např. průtokoměry, hladinoměry, manometry, měřiče spotřeby tepla), vyjma přístroje a nástroje čísel 9014, 9015, 9028 nebo 9032

S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Zakázka zahrnuje doručení, instalaci následujícího zboží, včetně uvedení do provozu a zaškolení zaměstnanců dodavatelem:
a) diagnostické vybavení: zařízení pro detekci netěsností vodovodní a kanalizační sítě, přenosné měřící zařízení průtoku a rychlosti toku se souvisejícím hardwarem, včetně školení;
b) vybavení pro údržbu vodovodních a kanalizačních sítí: sada instalatérských nástrojů, zařízení pro elektrofúzní svařování PE atd., včetně zaškolení.
Nabídku do tendru je nutné zaslat do 12. 3. 2007. Nabídka i následná komunikace bude vedena v angličtině.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — supply of diagnostic, maintenance and modelling equipment for the water and wastewater network — lot 1
Location — Botosani, Romania

Supply procurement notice
1. Publication reference:
EuropeAid/121117/D/S/RO
2. Procedure:
Open.
3. Programme:
ISPA.
4. Financing:
Financing Memorandum 2004/RO/16/P/PE/001.
5. Contracting authority:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Vodă Boulevard, Entrance B, Bucharest 3, Romania. Tel. (40-21) 326 55 55-520. Fax (40-21) 326 87 30/326 87 09. E-mail: auraradu@cfcu.ro. Contact person: Ms. Aurelia Radu, Project Manager.

Contract specifications

6. Description of the contract:
The contract includes the delivery, installation, commissioning and training of the staff by the contractor of the following goods:
a) diagnostic equipment: leak detection equipment for water distribution and sewerage networks, portable flow measurement and logging equipment with associated hardware, including training;
b) maintenance equipment for water networks and sewers: set of plumbing tools, electrofusion PE welding equipment etc., including training.
7. Number and titles of lots:
This tender procedure is 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.
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 per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. 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 4 000 when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer 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:
No information meeting is planned.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
4 months.

Selection and award criteria

16. Selection criteria:
The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract):
(a) the average annual turnover of the tenderer (firm or JV/consortium all together) for the last 3 years (2003–2005) shall be a minimum of EUR 300 000;
(b) the average annual operating profit of the tenderer (firm or JV/consortium all together) must be positive over the last 3 years (2003, 2004, 2005).
The information shall be presented in the following format:
Leader:
Financial data: (annual turnover (euro)/annual operating profit (euro) for years 2003–2005);
Partner 2:
Financial data: (annual turnover (euro)/annual operating profit (euro) for years 2003–2005);
etc.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract):
the tenderer must provide evidence of manufacturer`s certification to ISO 9001 standard or equivalent for the supplies offered.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract):
the tenderer has to prove, by submitted references (similar contracts), that he has provided similar equipment such as:
L 1.1.1: logger system for leak noise detection;
L 1.1.2: correlator unit;
L 1.1.3: exact leak detection equipment;
L 1.1.4: trace locator for buried metallic pipes and cables;
L 1.1.5: buried lid locator;
L 1.1.6: trace locator for buried non-metallic pipes;
but the tenderer is not required to prove that he has previously supplied vehicles, similar to the item L 1.1.7.
For the projects listed as relevant experience, the tenderer will provide letters of confirmation from the respective beneficiary (client) proving the successful completion of the project in question. Recommendations from the beneficiaries of the completed projects are required.
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. 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:
Central Finance and Contracts Unit, Ministry of Public Finance, 44 Mircea Voda Avenue, B Entrance, district 3, Bucharest, Romania. Tel. (40-21) 326 55 55, switchboard. Fax (40-21) 326 87 30. Attn: Aurelia Radu, Project Manager,
(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 shall 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 12.3.2007 (12:00), 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 12.3.2007 (14:00), local time at the premises of:
Central Finance and Contracts 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, and as amended on 21.4.2004 by the Council Regulation (EC) No 769/2004 and Council 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