Pátek, 29. března 2024

Rozšíření a modernizace kanalizační sítě a měření a monitoring vodovodní sítě

Rozšíření a modernizace kanalizační sítě a měření a monitoring vodovodní sítě
* Referenční číslo CzechTrade: 
TE200661839
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - ISPA  
 
* Země: 
 
* Datum uzávěrky:  
17.04.2007 
 
* Zdroj informace:  
S 240 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

Projekt musí být realizován podle Smluvních podmínek FIDIC pro stavbu, Červená kniha.
Kanalizační část se skládá z:
— příbližně 2,5 km nového sběrného kanalizační potrubí a přibližně 1,5 km modernizovaného sběrného kanalizační potrubí pro dešťovou vodu,
— příbližně 1 km nového a příbližně 8,5 km modernizovaného sběrného kanalizační potrubí pro jednotnou (kombinovanou) soustavu,
— příbližně 21 km nového a příbližně 5,5 km modernizovaného sběrného kanalizační potrubí v dělené soustavě,
— modernizace 4 přečerpávacích stanic a výstavby 3 nových přečerpávacích stanic,
— modernizace 5 kanalizačních výustí pro dešťovou vodu na řece Cibin,
— projekt zahrnuje všechny související stavební práce na získání správně fungující kanalizace, jako je terciární kanalizace, propojení do dešťových vpustí, pouliční opravy, přepady a výpustě dešťové vody a odvádění odpadních vod během výstavby.
Zakázka zahrnuje přibližně 2 200 terciárních kanalizací (propojení mezi kanalizací a hranicemi domů, pro než bude přesné umístění a stavba rozhodnuta na místě během výstavby). Do projektu jsou také zahrnuty 2 železniční přejezdy, které musí navrhnout dodavatel v souladu s konkrétními rumunskými zákony prostřednictvím kompetentního návrhářského institutu.
Měřící a monitorovací složka sestává z následujícího:
— modernizace 4 stávajících výpomocných čerpacích stanic včetně, avšak ne pouze, rekonstrukce budov, instalace nových čerpadel a zařízení na měření průtoku, včetně instalace nových rozvaděčů a komunikačního systému pro přenos naměřených údajů k hlavnímu dispečerovi. Jedna ze stávajících přečerpávacích stanic musí být úplně přestavěna,
— další 3 stávající výpomocné čerpací stanice musí být vybaveny zařízením na měření průtoku, včetně dálkového přenosu dat k hlavnímu dispečerovi,
— instalace 20 zařízení na měření tlaku na několika místech v Sibiu. Snímače tlaku musí být nainstalovány v šachticích, včetně dodávky elektrického proudu (ze sítě v Sibiu) a dálkového přenosu dat (k hlavnímu dispečerovi),
— v Apa-Canal Sibiu musí být stávající (součást) budova přeměněna na hlavní dispečink. Budova potřebuje civilní adaptaci a musí být vybavena nábytkem, počítači, plotterem a příslušným komunikačním zařízením.
Nabídka do tendru musí být zpracována do 17. 4. 2007. Nabídka do tendru musí být zpracována v angličtina. Následná komunikace bude rovněž vedena v tomto jazyce.

 
Popis tendru (Angličtina):

RO-Bucharest: ISPA — extension and rehabilitation of the sewerage network and metering and monitoring of the drinking water distribution network

Sibiu — Sibiu County, Romania

Works procurement notice
1. Publication reference:
EuropeAid/119793/D/WKS/RO
2. Procedure:
International open tender.
3. Programme:
ISPA.
4. Financing:
Financing memorandum No 2002/RO/16/P/PE/022.
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.
The applicants interested in participating in this tender procedure must be fully aware that the signature of the contract by the Central Finance and Contracts Unit is subject to the approval of the new physical indicators by the European Commission.
5. Contracting authority:
Central Finance and Contracts Unit, Ministry of Public Finance, 44, Mircea Voda Boulevard, Entrance B, Bucharest 3, Romania. Tel. (40-21) 326 55 55-543. Fax (40-21) 326 87 30/326 87 09. Contact person: Ms. Liana Olaru — Project Manager.

Contract specifications

6. Description of the contract:
The project must be implemented under FIDIC Red Book conditions of contract for construction.
The sewerage component exists of:
— ca 2,5 km of new collectors and ca 1,5 km of rehabilitated collectors for storm water,
— ca 1 km of new and ca 8,5 km of rehabilitated collectors for the unitary (combined) system,
— ca 21 km of new and ca 5,5 km of rehabilitated collectors in a separate system,
— rehabilitation of 4 pumping stations and construction of 3 new pumping stations,
— rehabilitation of 5 storm water sewer outfalls on the Cibin river,
— the project includes all related works to obtain a properly functioning sewer system, such as the tertiary sewers, connections to storm water inlets, street repairs, overflows and outlets of storm water and drainage during construction.
In the contract is included approximately 2 200 tertiary sewers (connection between the sewers and the house boundaries for which the exact location and construction must be determined on site during construction. In the project are included 2 railway crossings to be designed by the contractor in accordance with specific Romanian legislation by an authorised design institute.
The metering and monitoring component exists of:
— rehabilitation of 4 existing booster pumping stations, including but not limited to, renovation of the buildings, installation of new pumping equipment and flow measurement equipment, including the installation of new switch boards and a communication system of measured data to a general dispatcher. 1 of the existing pumping stations is to be fully rebuilt,
— 3 other existing booster pumping stations are to be equipped with flow measurement equipment, including data communication to the general dispatcher,
— installation 20 pressure measuring points at several locations in Sibiu. The pressure sensors are to be installed in manholes, including power supply (from network of Sibiu) and data communication (to general dispatcher),
— at the yard of Apa-Canal Sibiu an existing (part of a) building is to be converted to a general dispatching area. The building needs civil adjustments and is to be equipped with furniture, computers, a plotter and relevant communication.
7. Number and titles of lots:
Not applicable.

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 signed declaration, included in the tender form for a works 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 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 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 second best admissible tender.
13. Information meeting and/or site visit:
A site inspection and explanation meeting of the works will be held on 19.2.2007 (12:00) local time, at the premises of SC Apa-Canal SA, Eschil Street No 6, Sibiu, Sibiu County, Romania.
The tenderers shall ensure that they have inspected the site and its surrounds for the purpose of assessing at his own responsibility, expense and risk. They shall insure themselves to have all data which may be necessary to prepare the tender and sign the contract for the works. In this regard, the tenderer must announce by fax to the CFCU at least 48 hours before the date of the site meeting to confirm his participation. Certificate of attendance will be issued to all participants which will form part of their tender submission documentation.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
24 months, excluding defects notification period.

Selection and award criteria

16. Selection criteria:
1. The tenderer must be a registered firm or natural person legally capable of carrying out the specified works.
2. General experience:
a) the tenderer shall have successful experience as main contractor in the construction of at least 3 projects, out of which 1 of a minimum value of EUR 12 000 000 and 2 with a minimum value of EUR 6 000 000. 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.
Note: `nature and complexity similar to those of the works in the proposed contract` shall be interpreted as follows:
— similar nature means (re)construction of a sewerage network and drinking water distribution facilities, such as (booster) pumping stations, the building of Scada systems and (tele)communication between facilities and general dispatcher,
— similar complexity means mixed civil, structural, mechanical and electrical works, constructed at various sites simultaneously, including testing, handing over and performance testing,
— the minimum size (value) that will be taken into consideration is either the total project value, when the contractor was acting as sole contractor, or the share of the total project value corresponding to its share of the joint venture participation, when the contractor was member of a joint venture,
— the last 7 years shall be understood as the period: 1.1.1999 up to the deadline of submission of tenders,
b) all his key personnel must have at least 15 to 10 years of adequate experience and proven qualifications relevant to works of a similar nature to this project; all the key personnel must be proficient in English language;
c) if the tenderer is the lead partner in a joint venture, he must have the ability to carry out at least 50 % of the contract works by his own means, defined as meaning that he must have the equipment, material, human and financial resources necessary to enable him to carry out this percentage of the contract.
3. Financial:
a) turnover: the average annual turnover in the past 3 years (2003, 2004 and 2005) shall be at least EUR 30 000 000 or equivalent;
b) financial resources: the tenderer shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than EUR 4 000 000 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 past 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 tenderer`s financial position, showing long-term profitability.
4. Litigation history.
A consistent history of 5 cases against the tenderer during the last 7 years (1.1.2000 — until deadline for submission of tenders) or existence of a high value of such awards against tenderer, i.e. EUR 1 000 000, in the same period will lead to the rejection of the tenderer.
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 for the general experience and financial standing criteria stated above.
In addition:
b) the leading partner shall meet individually the following particular criteria:
— no less than 50 % (in terms of values) of the general experience,
— average annual turnover in the last 3 years (2003, 2004 and 2005) of EUR 15 000 000 equivalent,
— successful experience as main contractor in the execution of at least 1 project with the value of minimum EUR 6 000 000 of a nature and complexity similar to those of the works in the proposed contract. The project must have been completed within the last 7 years,
— 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 not less than EUR 2 000 000 equivalent, apart of the applicant`s commitments for other contracts,
— it 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:
— each individual member shall demonstrate experience (execution) according to the nature of their involvement in the contract,
— they shall also satisfy the sound financial position and litigation history criteria;
d) the major subcontractors (for more than 10 % of the tendered contract price) shall:
— meet the general experience criteria relevant to their portion of the work (execution),
— satisfy the sound financial position and litigation history criteria.
17. Award criteria:
Price.

Tendering

18. How to obtain the tender dossier:
The tender dossier will be available after 15.12.2006 from:
Central Finance and Contracts Unit, Ministry of Public Finance, 44, Mircea Voda Boulevard, Entrance B, Bucharest 3, Romania. Tel. (40-21) 326 55 55, extension 543. Fax (40-21) 326 87 30/326 87 09. Contact person: Ms. Liana Olaru — Project Manager,
upon payment of EUR 500, which includes courier delivery. It is also available for inspection at the premises of the contracting authority, address as in point 5 above. 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:
Central Finance and Contracts Unit, Ministry of Public Finance, 44, Mircea Voda Boulevard, Entrance B, Bucharest 3, Romania. Tel. (40-21) 326 55 55, extension 543. Fax (40-21) 326 87 30/326 87 09. E-mail: liana.olaru@cfcu.ro. Contact person: Ms. Liana Olaru — 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 will be published on the EuropeAid web site at europa.eu.int
19. Deadline for submission of tenders:
17.4. 2007 (10:00), local, 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 (11:00), local, 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 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, Council Regulation (EC) No 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey, and as amended by Council Regulation (EC) No 769/2004 of 21.4.2004 and Council Regulation (EC) No 2112/2005 on access to Community assistance.
Financing Memorandum 2002/RO/16/P/PE/022.

 

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