MONTENEGRO Ministry of Finance. Tender Notice. Capital City of Podgorica, Deponija d.o.o. Podgorica publishes: Invitation No: 03/12



Similar documents
MONTENEGRO Ministry of Finance. Tender Notice. Capital City of Podgorica, Deponija d.o.o. Podgorica publishes: Invitation No: 02/12

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

WORKS PROCUREMENT NOTICE THE REHABILITATION OF STRAND WATER TREATMENT PLANT Location Novi Sad / Serbia

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

BANKA SOCIETE GENERALE ALBANIA

Prequalification Document for Procurement of Works

The Public Procurement Rules, 2064 (2007)

AFRICA ENERGY S.A. SENEGAL

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

BANKA SOCIETE GENERALE ALBANIA

June 11th, INTRODUCTION

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

BANKA SOCIETE GENERALE ALBANIA

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

SERVICE PROCUREMENT NOTICE Integration of Financial Management Informatics System of the State Treasury and Budget Users Republic of Croatia

Briefing Session (SWD/T008/2013) Social Welfare Department 7 January This briefing will introduce part of the Tender Documents.

7. LAW ON LOCAL SELF-GOVERNMENT FINANCING. Pursuant to Article 88 item 2 of the Constitution of the Republic of Montenegro, I hereby issue the

Request for Proposals BUILDING DEMOLITION SERVICES

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

Prequalification Process Making every dollar count

Standard Bidding Documents. Procurement of Works

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States

BANKA SOCIETE GENERALE ALBANIA

Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon

GESTAMP WIND 10 SP. Z O.O.

No. QUESTION EBA ANSWER 1

APPENDIX A: SYSTEM OF ASSURANCE OF NET METERING ELIGIBILITY

SERVICE CONTRACT NOTICE. Development of a sustainable information system for MAFWM Location - Serbia

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

BANKA SOCIETE GENERALE ALBANIA

Section 3 - Evaluation and Qualification Criteria

Supplier prequalification Document

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

External aid programmes - Service contract - Contract notice - Restricted procedure

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

Invitation for Expression of Interest

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

HR-Zagreb: IPA digital archival information system software in the Agency for Medicinal Products and Medical Devices 2012/S

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

DOMAIN NAME REGISTRATION ALLOCATION AGREEMENT FOR [DOMAIN NAME]

Arrangement of Clauses

INSTRUCTIONS TO ECONOMIC OPERATORS APPLYING FOR ADMISSION TO CONTRACT AWARD PROCEDURE IN A FORM OF BARGAINING WITH ANNOUNCEMENT CONCERNING:

CHAPTER PUBLIC IMPROVEMENT BIDS AND CONTRACTS

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

PROVISION OF LEGAL SERVICES

Prequalification for Works, Major Equipment and Industrial Installations

Policy Number: Policy Name: Professional Services and Construction Services Procurement

Town of Montreat Buncombe County, North Carolina

SERVICE CONTRACT NOTICE Framework Service Contract for Vehicle Insurance Services no.4 Kosovo

NOTICE INVITING TENDER

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

E-Tender. Service Description. Time CGG 3851 P

Procurement of Works Smaller Contracts

QUOTATION AND TENDER PROCESS

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

INSTRUCTIONS TO CANDIDATES APPLYING FOR ADMISSION TO CONTRACT AWARD PROCEDURE IN A FORM OF BARGAINING WITH ANNOUNCEMENT CONCERNING:

Ref. REC/Adm. (Estate)/ / Dated

LAW ON THE PROTECTOR OF HUMAN RIGHTS AND FREEDOMS

SCHOOL OF PLANNING AND ARCHITECTURE

DISTRICT OF COLUMBIA TAXICAB COMMISSION NOTICE OF EMERGENCY AND PROPOSED RULEMAKING

2769-BAN: Power System Efficiency Improvement Project [Part-B(ii), Increased Renewable Energy Use] Memo no.- BPDB (sectt.

Mechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP Notice No. Notice

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

INSTRUCTIONS TO BIDDERS

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

Code of Practice for Agents Undertaking Renovation Grants

BANK OF UGANDA REPUBLIC OF UGANDA

CEYLON PETROLEUM CORPORATION. Terms of Reference. Management Consultancy for Ceylon Petroleum Corporation. BID No: B/07/2015

Tender Evaluation and Contract Award

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

INSTRUCTIONS TO BIDDERS

TENDER DOCUMENTS. Procurement of Works. Small Contracts (Small Value, Short Duration and Low Risk) Public Procurement Board.

TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance. CLOSING DATE & TIME 12 AUGUST H00 (Namibian Time)

Government of India Office of the Director General of Civil Aviation Opposite Safdarjung Airport, New Delhi. TENDER NOTICE

PRE-QUALIFICATION OF CONSTRUCTOR FIRMS FOR CIVIL WORKS AT UET TAXILA MAIN CAMPUS AND UET TAXILA SUB CAMPUS CHAKWAL BALKASSAR SITE

CREDIT RATING COMPANIES RULES, 1995 (S.R.O. NO. 759(I)/1995, dated )

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

CHAPTER 11 APPEALS AND DISPUTES

LAW ON FOREIGN CURRENT AND CAPITAL OPERATIONS I BASIC PROVISIONS

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.

31/01/2013 S22 European Investment Bank - Service contract - Contract notice - Restricted procedure

INVITATION TO TENDER Multibeam

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

CONSTRUCTION PROJECT MANAGER TERMS OF REFERENCE CENTRAL BANK OF LESOTHO PROPOSED EXTENSION BUILDING AND DISASTER RECOVERY SITE CONSTRUCTION PROJECTS

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

Transcription:

MONTENEGRO Ministry of Finance Tender Notice Capital City of Podgorica, Deponija d.o.o. Podgorica publishes: Invitation No: 03/12 to open procedure of public procurement for selection of the most favourable tender for the Design and Construction of a Leachate Treatment Plant at Livade Landfill in Podgorica, Montenegro October 2012

1 Contracting Authority Contracting authority: Deponija d.o.o. Podgorica Address: Oktobarske revolucije, no.100 Town: Podgorica, Montenegro Telephone: +382 (0)20-625046 +382 67625043 e-mail: deponija.p.s@t-com.me Contact person: Muzafera Koljenovic Postal code: 81000 Identification number: 02653907 Fax: +382(0)-20-625046 Web page: www.deponijapg.me 2 The tender subject The tender subject is: Design and Construction of Leachate Treatment Plant at Livade landfill in Podgorica The leachate treatment plant shall treat the leachate from the Livade landfill to such a level that the treated effluent can be discharged to the public sewerage network invested and operated by the City of Podgorica. Hence the treated leachate need to comply with the discharge standards in force in Montenegro, prescribed by, but not limited to, the Law on Waters, (Official Gazette no. 27/07) and Rulebook on Sanitary and Technical Conditions for Discharge of Wastewater in Recipient and Public Sewage System, Method and Process of Wastewater Quality Testing, Minimum Number of Tests and Content of the Report on Determined Wastewater Quality (Official Gazette No 45/08, 9/10, 26/12 and 52/12). All designs shall comply with relevant Montenegrin legislation, e.g. Law on spatial planning and construction of structures (Official Gazette No 51/08, 40/10, 34/11) and regulations, e.g. Rulebook on construction and content of technical documentation (Official Gazette No 22/02, articles 17-18, 22-24, 54-58). The Tenderers may submit their proposals in compliance with the sample design under their own decision and risk. The tenderers may also propose alternative technologies in compliance with the Employers Requirements which are indicated in the Tender Documents. The Final design reports, etc. shall be submitted in 5 hard and soft copies. One copy shall be returned to the Contractor with the Engineer s comments. The Contractor shall prepare the Final Design Report (FDR) including detailed/implementation design, drawings and calculations, and submit to the review of the Engineer within 50 calendar days after the commencement date. Following the revision of the initial comments given in 10 calendar days by the Engineer and by the Employer, the FDR shall be submitted to the Contracting Authority s Review Committee in 10 days after the receipt of the Engineer s and the Employer s comments.

Period required for FDR review and approval by Contracting Authority s Review Committee is 20 calendar days, making a total of 90 calendar days required for Final Design Report preparation, reviewing and approval. Also, according to the above mentioned laws any company involved in the performing of works at each stage of the Project (architectural, mechanical, electrical etc.) shall own or obtain the necessary licenses for performing the work. Local Subcontractors may be involved to fulfil this condition. The Tenderers should consider this legislation in their offer. 3 Public procurement does not envisage concluding of the framework agreement 4 Estimated public procurement contract value Source of financing is the European Investment Bank (EIB). The total amount of contract is approximately EUR 2,000,000. The proceeds of the Bank s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. 5 Terms for participation and eligibility requirements for applicants Tendering for contracts to be financed with the finance administrated by the European Investment Bank and local finance is open to firms from all countries. The contracting authority requires that the applicant must also meet the eligibility and qualification requirements as described in Instructions to Tenderers and Tender Data. The contracting authority also requires that the applicant meets the qualifying requirements as outlined in the Instructions to Tenderers and Tender Data, in relation to: General Experience The applicant shall have successful experience as prime contractor in the execution of at least three projects of a nature and complexity (wastewater treatment plant with a capacity of minimum 8,000 population equivalent) comparable to the proposed contract and at least one leachate treatment plant with a minimum flow rate of 80 m3/day within the last five years, implemented by the applicant or by the proposed nominated subcontractor. Personnel and Engineering Capabilities The applicant shall provide suitably qualified personnel to fill the positions and shall possess the necessary engineering capabilities as mentioned in the Tender Data. Economic - Financial Capacity The applicant must have a minimum average annual turnover as prime contractor (defined as billing for works in progress and completed) over each of the last 3 (three) years of EUR 5,000,000 (EUR five million) equivalent. The applicant shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow Page 2/ 6

for the contract for a period of four months, estimated as not less than EUR 500,000 (EUR five hundred thousands) equivalent, taking into account the applicant's commitments for other contracts. Litigation History The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application. 6 Alternative Tenders The tenderers are allowed to submit alternative treatment options on condition that it fulfils all criteria and requirements to quality of treated water, architecture and layout of plant, size of site allocated for structures etc., under their own decision and risk, all as given in Employers Requirements. 7 The criterion for the best tender is the lowest evaluated price The Employer s evaluation of a tender will take into account, in addition to the tender prices, the following costs and factors that will be added to each tenderer s price in the evaluation, using pricing information available to the Employer, in the manner and to the extent indicated below and outlined in Tender Data: (a) (b) The cost of all quantifiable deviations and omissions from the contractual and commercial conditions and the Technical Specifications as identified by the tenderer in its tender, and other deviations and omissions not so identified; The projected operating and maintenance costs during the life of the Facilities. 8 Time and place for insight into tender documents (purchase) Tender documents may be obtained by request in electronic format from the address below upon payment of a non-refundable fee of EUR 200 to the below bank account. Bank SWIFT code: IBAN code: Recipient: Contact person: Purpose of payment: Podgorica Banka Societe Generale Group PDBBPMEPG ME25550005130000016268 Deponija d.o.o.. Podgorica, Montenegro Ul. Oktobarske revolucije no.100, Podgorica Muzafera Koljenovic Tender documents for Construction of leachate treatment plant at Livade Landfill in Podgorica Upon request and only after receipt of appropriate evidence of payment of the non-refundable fee, the documents will be promptly despatched by electronic post but no liability can be accepted for loss or late delivery. Tenderers can also obtain the documents by direct application to the above address. Page 3/ 6

9 Time and place for tender submission All tenders must be accompanied by a Tender Security of EUR 100,000.00, to be delivered to the following address: Deponija d.o.o. Podgorica Oktobarske revolucije no.100 Podgorica, Montenegro, on or before 14:00, on 10th December 2012 The tenderer shall prepare the original tender in a sealed envelope marked ORIGINAL, and three copies tender in a sealed envelopes marked COPY and the number of the tender notice, name and address of the contracting authority, date of tender submission, and a mark NOT TO BE OPENED BEFORE (time and date), according to the instructions related to the tender. The tenders submitted after the expiration of the deadline, as well as those which are not sealed or are incomplete shall not be considered. The official visit to the site will be organized on 8 th November 2012 in 13.000 o clock. 10 Time and place for the public opening of tenders Tenders will be opened at 15:00 h, on 10 th December 2012 in the following address: Capital City of Podgorica Njegoseva no.13, Podgorica, Montenegro in the presence of tenderers representatives who choose to attend. Written authorizations must be presented. 11 Deadline for the decision on contract award Sixty (60) days from the opening of tenders. 12 Contact person Prospective tenderers may obtain further information from the contracting authority. Information may also obtain information from: Contact name: Mrs Ana Pajevic Tosic Organization: PROCON Address: Ivana Milutinovica bb, Podgorica, Montenegro Tel: +382(0)20-201 545 Fax: +382(0)20-246 024 E-mail: office@procon.co.me Page 4/ 6

13 Note Invitation/Notice of tender No.03/12 can be found at web pages: Project-Consulting doo: www.procon.co.me, Deponija d.o.o, www.deponijapg.me, Capital City of Podgorica web page: www.podgorica.me and Public Procurement Directorate web page: www.djn.gov.me. Page 5/ 6