Pátek, 19. dubna 2024

ISPA – Stavební dozor nad obnovou sítě pro zásobování pitnou vodou, rozšíření sítě odvodu odpadních vod a modernizace čističky odpadních vod

ISPA – Stavební dozor nad obnovou sítě pro zásobování pitnou vodou, rozšíření sítě odvodu odpadních vod a modernizace čističky odpadních vod
* Referenční číslo CzechTrade: 
TE200661780
 
* Stav tendru: 
výzva k předkvalifikaci  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
15.01.2007 
 
* Zdroj informace:  
S 234 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Dohled nad stavebními pracemi pro:
Položka č. 1 – oprava sítě zásobování pitnou vodou s následujícími klíčovými údaji: celková délka cca 13 500 m, průměry 32 až 800 mm, materiál: slitinové
železo PE-HD a ocel; implementace má být provedena na 7 místech; a oprava vodní nádrže ve čtvrti Izgrev;
Položka č. 2 – rozšíření sítě odvodu odpadních vod s následujícími klíčovými údaji: celková délka cca 6 500 m, průměry 300 až 1 000 mm; materiál: PVC a železobeton; implementace má být provedena v obytné čtvrti „Pobeda“; a výměna kanalizace: cca 400 m – PVC DN 400 mm; a položení tlakového kanalizačního potrubí: cca 80 m – PEHD OD 400 včetně vstupů s poklopy;
Položka č. 3 – rekonstrukce existující zařízení a modernizace terciárního čištění v čističce odpadních vod ve městě Burgas.
Konzultant poskytne služby dozoru jménem veřejného zadavatele v plném rozsahu a zároveň bude vykonávat následující funkce:
(a) „inženýr“ podle obchodních podmínek FIDIC pro stavby, jejichž projektovou dokumentaci zajišťuje objednatel, včetně obecných a konkrétních obchodních podmínek zakázky („Červená kniha“, 1. vydání 1999) podle definice ustanovení 1.1.2.4 „Červené knihy“ FIDIC, vydání 1999;
(b) „konzultant“, který má provádět dozor nad výstavbou, podle definice článku č. 166 bulharského zákona o územním plánování (uveřejněno v „State Gazette“ (SG) č. 1/2.1.2001, v posledním znění SG č. 76/15.9.2006) a doplňujících vládních vyhlášek;
(c) jednotlivec, který bude provádět technickou kontrolu nad částí „výstavba“, podle definice bulharského zákona o územním plánování (uveřejněno v SG č. 1/2.1.2001, v posledním znění SG č. 76/15.9.2006) a vládní vyhláška č. 10 ze dne 22.5.2001 ohledně „registrace jednotlivců provádějících technickou kontrolu“ části „stavební“ investičních projektů;
(d) „koordinátor v oblasti bezpečnosti a zdraví při práci“ podle definice ustanovení článku č. 5 bulharské vládní vyhlášky č. 2 ze dne 22.3.2004 ohledně minimálních požadavků na zdravé a bezpečné pracovní podmínky při provádění stavebních a montážních prací (uveřejněno v SG č. 37/4.5.2004);
(e) „konzultant“ v případě značných odchylek od schváleného investičního projektu (na základě definice článku č. 154 bulharského zákona o územním plánování), k provedení vyhodnocení shody investičních projektů na základě definice článku č. 166 bulharského zákona o územním plánování (uveřejněno v SG č. 1/2.1.2001, v posledním znění SG č. 76/15.9.2006) a doplňujících vládních vyhlášek.
Předkvalifikační dokumenty je nutné vyplnit do 15. 1. 2007. Dokumenty i následná jednání musí být vedeny v angličtině.

 
Popis tendru (Angličtina):

BG-Sofia: ISPA — construction supervision of the works for rehabilitation of the water supply network, extension of the sewerage network and upgrading of the wastewater treatment plant in Bourgas, Bulgaria

Service procurement notice
1. Publication reference:
EuropeAid/123330/D/SER/BG
2. Procedure:
Restricted.
3. Programme:
ISPA (instrument for structural policies for pre-accession).
4. Financing:
This measure is co-financed in parallel by:
— Financing Memorandum between the European Commission and the Republic of Bulgaria — ISPA Measure 2005/BG/16/P/PE/003,
— European Bank for Reconstruction and Development.
5. Contracting authority:
Ministry of Regional Development and Public Works, ISPA Implementing Agency, ul. `Sv. Sv. Kiril i Methodiy` No 17–19, Sofia 1202, Bulgaria.

Contract specification

6. Nature of contract:
Fee-based.
7. Contract description:
Supervision of works for:
lot 1 — renovation of the water supply network with the following key data: total length approximately 13 500 m, diameters from 32 to 800 mm, material: ductile cast iron PE-HD and steel; to be implemented in 7 locations; and renovation of the water reservoir in the quarter of Izgrev;
lot 2 — extension of the sewerage network with the following key data: total length approximately 6 500 m, diameters from 300 to 1 000 mm; materials: PVC and reinforced concrete; to be implemented in residential area `Pobeda`; and replacement of a sewer: approximately 400 m — PVC DN 400 mm; and construction of a sewer pressure pipe: approximately 80 m — PEHD OD 400 including construction of a manhole;
lot 3 — reconstruction of existing facilities and upgrading to tertiary treatment of the wastewater treatment plant in the town of Bourgas.
The consultant shall provide full supervisory services on behalf of the contracting authority performing simultaneously the functions of:
(a) the `Engineer` in accordance with FIDIC conditions of contract for construction for building and engineering works designed by the employer including the general and particular conditions of the contract (`Red Book`, First Edition 1999), pursuant to definitions of Clause 1.1.2.4 of FIDIC`s `Red Book` Edition 1999;
(b) the `Consultant` to carry out the duties of construction supervision, pursuant to definitions of Article 166 of the Bulgarian Law of the Spatial Planning (publ. State Gazette (SG) No 1/2.1.2001, last amended SG No 76/15.9.2006) and its supplementary ordinances;
(c) the individual, exercising technical control for part `Construction`, pursuant to definitions of the Bulgarian Law of the Spatial Planning (publ. SG No 1/2.1.2001, last amended SG No 76/15.9.2006) and ordinance No 10 from 22.5.2001 for `Registration of the individuals exercising technical control` of part `Constructive` of the investment projects;
(d) the `Coordinator of safety and health`, pursuant to definitions of Article 5 of Bulgarian Ordinance No 2 of 22.3.2004 for the minimum requirements for healthy and safe labour conditions at implementing construction and mounting works (publ. SG No 37/4.5.2004);
(e) the `Consultant` in case of significant deviations from the approved investment design (pursuant to definitions of Article 154 of the Bulgarian Law of the Spatial Planning), to implement assessment of the compliance of the investment designs, pursuant to definitions of Article 166 of the Bulgarian Law of the Spatial Planning (publ. SG No 1/2.1.2001, last amended SG No 76/15.9.2006) and its supplementary ordinances.
8. Numbers and titles of lots:
The works contract to be supervised is divided into lots, as follows:
lot 1 — rehabilitation of the water supply network;
lot 2 — extension of the sewerage network and
lot 3 — upgrading of the wastewater treatment plant.
The tenderers for this service contract shall bid for all 3 lots simultaneously.
9. Maximum budget:
The maximum total aggregated budget for this service contract is EUR 730 000, with the following indicative breakdown:
lot 1 — EUR 480 000;
lot 2 — EUR 140 000;
lot 3 — EUR 110 000.
10. Scope for additional services:
Not applicable.

Conditions of participation

11. Eligibility:
Participation is open to all legal persons of the EU 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 30 below). Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
12. Candidature:
All eligible natural and legal persons (as per point 11 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per point 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
13. Number of applications:
No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14. Shortlist alliances prohibited:
Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure. Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
15. Grounds for exclusion:
As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the Practical Guide to contract procedures for EC external actions (available from the following Internet address: http://ec.europa.eu/comm/europeaid/tender/gestion/index_en.htm).
16. Subcontracting:
Subcontracting is allowed up to 30 % of the contract value. Subcontracting can be used for short-term experts and for supporting the activities envisaged for the key experts. Subcontracting can not be used for complete execution of the activities envisaged for the key experts.
17. Number of candidates to be shortlisted:
On the basis of the applications received, at least 4 and at most 8 candidates will be invited to submit detailed tenders for this contract.

Provisional timetable

18. Provisional date of invitation to tender:
February 2007.
19. Provisional commencement date of the contract:
April 2007.
20. Initial period of execution and possible extension of the contract:
Lot 1 — 20 months of construction supervision plus 365 days defects notification period (DNP) and 4 months of post-DNP activities;
lot 2 — 18 months of construction supervision plus 365 days defects notification period (DNP) and 4 months of post-DNP activities;
lot 3 — 14 months of construction supervision plus 365 days defects notification period (DNP) and 4 months of post-DNP activities.

Selection and award criteria

21. Selection criteria:
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of candidate (based on item 3 of the application form):
(a) the annual turnover of the candidate for each of the last 3 years (2003, 2004, 2005) must exceed EUR 750 000;
(b) the firm or the leading partner of the consortium shall have been operational for the last 3 years.
2) Professional capacity of candidate (based on items 4 and 5 of the application form):
(a) the candidate shall have had at least 20 permanent professional staff in the years 2003, 2004 and 2005 with experience in supervising construction projects; and
(b) the candidate shall have had at least 10 permanent professional staff in the years 2003, 2004 and 2005 with experience in supervising FIDIC or equivalent construction contracts.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
(a) the candidate shall have experience in the field of supervision of sewerage works under FIDIC conditions of contract (Red Book) or similar conditions of contract;
(b) the candidate has worked successfully on at least 2 similar projects, each with a budget of at least EUR 350 000 in the past 5 years, (1.1.2001–the deadline for submission of tenders) where similar means supervision of construction of water supply and/or sewer network and/or wastewater treatment plant under the FIDIC conditions of contract (Red Book) or other internationally recognised conditions of contract. For the purposes of this tender procedure, a project is considered `completed` if a taking over certificate has been issued for the works that have been supervised.
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.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best applications for the tender procedure. The only factors which will be taken into consideration during this re-examination are:
1) the highest number of compliant projects as per 21.3(b).
In case of an equal result between 2 or more applicants, and if necessary for identifying the 8 best applications, the second factor will be applied:
2) the cumulative value of compliant projects as per 21.3(b).
22. Award criteria:
As specified in detail in the tender dossier annexed to the letter of invitation to tender which will be sent to shortlisted candidates.

Application

23. Deadline for receipt of applications:
15.1.2007 (12:00), Sofia time.
Any application received after this deadline will not be considered.
24. Application format and details to be provided:
Applications must be submitted using the customised application form (available from the following Internet address: http://www.mrrb.government.bg) whose format and instructions must be strictly observed.
Any application which does not observe these provisions will be automatically eliminated. Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
Important note: the application form for this tender differs from the standard application forms available on European Commission web page.
25. How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority:
— either by recorded delivery (official postal service) to:
Ministry of Regional Development and Public Works, ISPA Implementing Agency, ul. `Sv. Sv. Kiril i Metodiy` No 17–19, Sofia 1202, Bulgaria. Attn: Mrs Yordanka Stoyanova — ISPA IA Director,
— or hand-delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to the address above.
The contract title and the publication reference (see point 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
Applications submitted by any other means will not be considered.
26. Alteration or withdrawal of applications:
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of tenders. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with point 25. The outer envelope (and the relevant inner envelope) must be marked `Alteration` or `Withdrawal` as appropriate.
27. Operational language:
All written communications for this tender procedure and contract must be in English.
28. Additional information:
For performing its activities under point 7 (b) and (c) the successful tenderer shall obtain a licence from the Bulgarian State Construction Control Directorate.
Bulgarian `Ordinance for the Conditions and the Order of Issuing Licences to Consultants for Assessment of the Compliance of the Investment Projects and/or Exercising Construction Supervision` (in force from 1.1.2004, publ. SG. 99/11.11.2003) determines the requirements and the criteria for licensing.
The contracting authority shall not respond to any queries received before the deadline for the submission of the application form as specified under point 23.
The contracting authority reserves the right to request proofs of the actual number of staff permanently hired for the time period for which the information shall be provided.
The contracting authority reserves the right to request clients` references or other types of evidence (e.g. copy of relevant contracts) for the projects listed by candidates in the application forms. Candidates should be ready to present such reference(s) and/or other evidence upon request from the contracting authority during the examination of their application forms.
Candidates are reminded that the successful tenderer will in any case be requested to provide evidence of financial and economic standing and of technical and professional capacity according to the selection criteria specified at point 21 of this procurement notice. If the successful tenderer fails to provide the evidence of financial and economic standing and/or of technical and professional capacity within 15 calendar days following the notification of award, or if the successful tenderer is found to have provided false information, the award will be considered null and void.
Candidates are also reminded that participation in spite of being in any of the situations listed in Section 2.3.3 of the Practical Guide to contract procedures for EC external actions will make them subject to exclusion from tender procedures and contracts in accordance with Section 2.3.4 of the said Practical Guide. Furthermore, provision of inaccurate or incomplete information deliberately in the application form will make them subject to financial penalties representing 10 % of the total value of the contract being awarded. This rate may be increased to 20 % in the event of a repeated offence within 5 years of the first infringement.
29. Date of publication of contract forecast:
10.5.2006.
30. Legal basis:
Council Regulation (EC) No 1267/1999 of 21.6.1999 establishing an instrument for structural policies of pre-accession amended by the Council Regulations (EC) No 2382/2001, (EC) No 2500/2001, (EC) No 769/2004, (EC) No 2257/2004 and as modified by Council Regulation (EC) No 2112/2005 of 21.11.2005 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