Pátek, 19. dubna 2024

MEDA - Rehabilitace starých skládek odpadu v rámci projektu na hospodaření s tuhým odpadem v regionu Kusadasi

MEDA - Rehabilitace starých skládek odpadu v rámci projektu na hospodaření s tuhým odpadem v regionu Kusadasi
* Referenční číslo CzechTrade: 
TE200764392
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
19.10.2007 
 
* Zdroj informace:  
S 157 
 
* Obor dle celního sazebníku:
 
S009993 Stavební činnost - činnost ve stavebnictví

 
 
 
Anotace tendru:

Zakázka spočívá v rehabilitaci starých skládek odpadu v regionu Kuşadasi, výstavně závodu na základní likvidaci lékařského odpadu a třídírny balícího materiálu. Projekt bude zahrnovat rehabilitaci 5 starých skládek odpadu; Keklicek, Aldasgedigi, Söke, Davutlar, Güzelçamlı, jejichž plošné výměry a objem činí 4,1 ha, 3 ha, 8,5 ha, 1,4 ha, 2,4 ha, 1 300 000 m3, 1 125 000 m3, 270 000 m3, 14 700 m3 respektive 16 700 m3, a ve výstavně jednotky na zpracování lékařského odpadu a třídírny pro balící materiál v novém skládkovém oblasti Kuşadası. Nicméně veřejný zadavatel si vyhrazuje právo při podepisování smlouvy oddělit výstavbu těchto jednotek ze zakázky.


Lhůta pro doručení nabídek je 19.10.2007. Nabídka do tendru musí být zpracována v anglickém jazyce.

 
Popis tendru (Angličtina):

TR-Ankara: MEDA — rehabilitation of the old landfills within the context of Kuşadası regional solid waste management project

Location — Kuşadasi, Turkey

Works procurement notice
1. Publication reference:
EuropeAid/125334/D/WKS/TR
2. Procedure:
International open tender.
3. Programme:
2005 national pre-accession assistance programme for Turkey.
4. Financing:
Item 22.02.04.01 of the general budget of the EC (68,1 %) national co-financing (31,9 %).
5. Contracting authority:
Central Finance and Contracts Unit.

Contract specifications

6. Description of the contract:
The contract comprises the rehabilitation of old dump sites in Kuşadasi region, basic Medical waste disposal and packing material sorting plant unit constructions. The project includes the rehabilitation of 5 old dump sites; Keklicek, Aldasgedigi, Söke, Davutlar, Güzelçamlı whose areas and volumes are 4,1 ha, 3 ha, 8,5 ha, 1,4 ha, 2,4 ha, 1 300 000 m3, 1 125 000 m3, 270 000 m3, 14 700 m3, 16 700 m3 respectively and construction of a medical waste treatment unit and a sorting unit for packaging material in the new Kuşadası new landfill area. However, the contracting authority reserves the right to exclude the construction of those units from the tender during the contract signature.
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 which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see also point 22). All works, supplies and services under this contract must originate in 1 or more of these countries. Participation is also open to international organisations. The 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. Tenders for parts of a tender 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. 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 100 000 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:
An optional information meeting and site visit will be held on 29.8.2007 (10:30) at Kuşadasi Municipality Premises. A site visit to the land allocated for the old dump sites will be performed with the participants, followed by an information meeting at the premises of Kuşadasi Municipality.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
365 calendar days from the commencement date including construction, commissioning, running-in, training and taking-over. Defects notification period is 365 calendar days from the date of taking over.

Selection and award criteria

16. Selection criteria:
1. General
The tenderer must be a registered firm or natural person capable of carrying out the specified works.
2. Economic and financial standing
NB: The joint venture as a whole must satisfy the minimum qualifications required below.
a) Annual turnover: (the amount of business done in a year, incomes generated from ongoing works and incomes generated from works undertaken as JV shall be considered as part of the turnover):
The average of annual turnovers over the last 3 years (2006, 2005, 2004) shall be minimum EUR 5 000 000 or equivalent.
This must be proven by the audited balance sheets and income statements of the tenderer for the last 3 years (2006, 2005, 2004) which were audited by a certified public (sworn) accountant and any other document necessary to prove annual turnover values of the tenderer (e.g. cover pages of the interim payment certificates, audited reports of the certified public (sworn) accountant showing the incomes of the tenderer from each contract in each year, documents showing the share of the tenderer in JV, etc.).
The yearly income of a company coming from a project undertaken as JVs shall also be added to the turnover calculated, in proportion to the share of the particular company in JV.
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 2 500 000 equivalent, for a period of 6 months, in addition to the tenderer`s commitments for other contracts.
c) Financial Position:
The audited financial statements (audited balance sheets and income tables (for local tenderers) or loss and profit statements (for foreign tenderers)) for the last 3 years (2006, 2005, 2004) shall be submitted. The tenderer shall submit as well as the report of certified public (sworn) accountant in order to demonstrate the soundness of the applicant`s financial position, showing long-term profitability.
The tenderer should be in positive profit account at least 2 of the 3 years (2006, 2005, 2004).
The contracting authority reserves the right to carry out such any further inquiry on the tenderer`s financial standing as the evaluation committee may deem appropriate.
For purposes of converting another currency to euro, the conversion rates, published in the Official Journal of European Communities shall be used, which can be found at:
ec.europa.eu
For calculating annual turnovers in euros, the rates for June of each year shall be used.
3. Technical and professional capacity
a) The tenderer shall have experience as prime contractor in the execution of similar projects (i.e. construction of hazardous/medical/sanitary/special waste landfill treatment/rehabilitation of old dump sites — capping/incineration plants/potable water treatment plants/waste water treatment plants/dam/waste water collector line(s) (bigger than 1 000-mm-diameter and pumping station(s)) to the proposed contract.
One similar contract with the minimum value of EUR 4 000 000 or 2 similar projects with a cumulative value of minimum EUR 6 000 000 equivalent within the last 7 years (2006, 2005, 2004, 2003, 2002, 2001, 2000 (beginning from 1.1.2000)) up to the date of deadline of this tender.
For purposes of converting another currency to euro, the conversion rates, published in the Official Journal of European Communities shall be used, which can be found at: ec.europa.eu
Regarding the calculation of the contract amounts for the completed works of the tenderers, the values will be considered at the date of completion and will not be carried to the date of the evaluation as `net present values`.
Previous experience of the tenderer must be proved by notary approved copy of provisional acceptance or final acceptance certificates or originals of them. Ongoing works of the tenderer will not be taken into consideration.
The contracting authority reserves the right to ask for originals of the respective certificates of provisional or final acceptance signed by the project managers/Contracting Authority of the concerned projects.
If the similar past experience of a tenderer has been completed in a Joint Venture or Consortium, the financial value of the tenderer`s experience out of such works will be evaluated as the proportion of the partnership share of the tenderer in the JV/Consortium.
b) Key Personnel: (Form 4.6.1.2 and Form 4.6.1.3)
The tenderer must have suitably qualified personnel to fill the key positions. The tenderer shall supply information on the candidate for each position, who should meet the experience requirements as specified below.
Key Positions; Number; Minimum experience (years of experience); Minimum experience (years of experience in similar position)
Project Manager (Engineer); 1; 15; 10.
Site Manager (Civil Engineer); 1; 10; 10.
Environmental Engineer; 1; 10; 5.
Mechanical Engineer; 1; 10; 5.
c) Litigation history:
The tenderer 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 5 years, including the fact of having been considered guilty of not respecting professional conducts on certain environmental issues. A consistent history of awards against the tenderer may lead to the rejection of the tender.
The minimum selection criteria for a Joint-Venture/Consortium as tenderer are as follows: a) The leading partner shall meet no less than 50 % of the economic and financial standing 16.2(a) criteria specified above;
b) The other partners shall meet individually no less than 25 % of the economic and financial standing 16.2.(a) criteria specified above;
c) All partners must collectively meet the economic and financial standing 16.2(a), 16.2(b) and technical and professional capacity criteria 16.3(a), 16.3(b) specified above;
d) Each individual member shall satisfy the sound financial position 16.2(c), legal status (16.1) and litigation history criteria 16.3(c).
17. Award criteria:
Price.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from:
Central Finance and Contracts Unit — CFCU, Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No: 63 C-Blok, 06580 Söğütözü, Ankara, Turkey.
The tender dossier is also available at the following web sites:
ec.europa.eu and www.cfcu.gov.tr and www.avrupa.info.tr without drawings. It is also available for inspection at the premises of the contracting authority. Interested tenderers, upon registering their company information and power of attorney of the person who receives the tender dossier and submitting a copy of the receipt for the payment of EUR 150 to the below-mentioned bank account, can receive the tender dossier including drawings, from the CFCU. A copy of the receipt of that payment will also be submitted in the tender.
Bank account for the payment for the tender dossier:
T.C. Ziraat Bankası, Ankara Kurumsal Bankacılık Şubesi (Ankara-Turkey), 37712157-5029.
The CFCU will send the tender dossier by courier if a company located outside Turkey wants to receive it and declares its interest in written form to the CFCU, by considering enough time and also recommending the appropriate courier service for the specific location. CFCU does not accept any responsibility for late delivery of the tender dossier by the courier service. Payment for the courier service will be done by the recipient (payment on delivery). The payment for the tender dossier (EUR 150) will be provided to the bank account and the receipt for that amount will be submitted in the tenders as usual procedure for all interested companies. 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 address provide above 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 ec.europa.eu and www.cfcu.gov.tr and www.avrupa.info.tr
19. Deadline for submission of tenders:
19.10.2007 (10:00), local time, at the CFCU at the following address:
CFCU (Central Finance and Contracts Unit), Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok 06580 Söğütözü, Ankara, Turkey.
Any tender received after this deadline will not be considered.
20. Tender opening session:
19.10.2007 (10:30), local time, at the following address of the contracting authority:
CFCU (Central Finance and Contracts Unit), Eskişehir Yolu 4. km 2. Cad. (Halkbank Kampüsü) No:63 C-Blok 06580 Söğütözü, Ankara, Turkey.
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 2500/2001 of 17.12.2001 concerning pre-accession financial assistance for Turkey modified by Regulation of the Council on access to Community Assistance No 2112/2005 (OJ L 342, 27.12.2001, p. 1 as last amended by Council Regulation (EC) No 2112/2005 (OJ L 344, 27.12.2005, p. 23)).

 

Kontaktní informace:
* Kontakt:
Tomáš Kotiš
manažer projektu "Šance pro firmy"
tomas.kotis@czechtrade.cz

 
Tel.: 420224907538
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