Works - 191886-2015

Display compact view

This notice has been cancelled by:  462243-2015
03/06/2015    S105

Serbia-Nis: Waste-treatment plant construction work

2015/S 105-191886

Public works concession

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: City of Nis
Postal address: 7. Jula No. 2
Town: Nis
Postal code: 18000
Country: Serbia
Contact person: Regional development agency South, Street: Kej Kola Srpskih Sestara 3/2
E-mail: tenders@rra-jug.rs
Telephone: +381 18515447
Fax: +381 18522659

Internet address(es):

General address of the contracting authority: http://www.rra-jug.rs

Electronic access to information: http://www.rra-jug.rs

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
1.3)Main activity
Environment
1.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Municipality of Razanj
Postal address: Partizanska 82
Town: Razanj
Postal code: 37215
Country: Serbia

Official name: Municipality of Aleksinac
Postal address: Knjaza Miloša 169
Town: Aleksinac
Postal code: 18220
Country: Serbia

Official name: Municipality of Sokobanja
Postal address: Svetog Save 23
Town: Sokobanja
Postal code: 18230
Country: Serbia

Official name: Municipality of Merosina
Postal address: Cara Lazara 17
Town: Merosina
Postal code: 18252
Country: Serbia

Official name: Municipality of Svrljig
Postal address: Radetova 31
Town: Svrljig
Postal code: 18360
Country: Serbia

Official name: Municipality of Gadzin Han
Postal address: Milosa Obilica 66
Town: Gadzin Han
Postal code: 18240
Country: Serbia

Official name: Municipality of Doljevac
Postal address: Nikole Tesle 121
Town: Doljevac
Postal code: 18410
Country: Serbia

Section II: Object of the concession

II.1)Description of the concession
II.1.1)Title attributed to the contract by the contracting authority:
Concession for Regional Center for Waste Management ‘Keles’ and 5 transfer stations in the region around the city of Niš in the Republic of Serbia.
II.1.2)Type of contract and location of works
Design and executionMain site or location of works City of Nis.
II.1.3)Short description of the contract:
International Public Call for Proposals for concession for design, build, finance and operate of Regional Center for Waste Management ‘Keles’ and 5 transfer stations in the region around the city of Niš in the Republic of Serbia.
The subject of the Concession is the construction and operation of the Regional Centre for Waste Management ‘Keles’ (hereinafter RCWM) and 5 transfer stations (hereinafter: TS). The obligation of the Concessionaire is the construction and management of RCWM and TS, treatment/disposal of municipal solid waste for the units of local self-government, the members of the Nis region for waste management and transport of waste from TS to RCWM.
II.1.4)Common procurement vocabulary (CPV)

45222100 Waste-treatment plant construction work, 45222110 Waste disposal site construction work, 45232470 Waste transfer station

II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The local self-government units that belong to the Nis region for waste management are: the City of Nis, Aleksinac, Doljevac, Svrljig, Merošina, Gadzin Han, Sokobanja and Razanj. Demographic change of the population in Nis region is noticed from the data from the last 4 censuses in the Republic of Serbia: 417.504 (1981) 417.991 (1991) 400.328 (2002) and 392.340 (2011).
The public partner assumes the commercial risk and guarantees a minimum quantity of the submitted municipal solid waste in the amount determined based on the official data provided by the competent bodies of local self-governments or their decisions by which they undertake the liability in question, in the amounts given in the following table:
No. Name of the local self-government Guaranteed minimum annual amount
1. Niš 70.000 t
2. Sokobanja 2.500 t
3. Ražanj 400 t
4. Aleksinac 5.500 t
5. Svrljig 1.200 t
6. Merošina 500 t
7. Gadžin Han 768 t
8. Doljevac 1.874 t
IN TOTAL 82.742 t
These data represent the minimum amount guaranteed by the city of Nis and municipalities of Sokobanja, Razanj, Aleksinac, Svrljig, Merošina, Gadzin Han and Doljevac, and it is possible that the actual amounts exceed the amounts listed in the table. If considered necessary, at their own expense and with their own resources the interested bidders are advised to use their right to examine the structure and volume of the waste and make all other analyses necessary to prepare the bid. Only the Bidder who purchased the bidding documentation has the right to conduct the analysis and testing of the abovementioned data.
Estimated value excluding VAT:
Range: between 10 000 000 and 100 000 000 EUR
II.2.2)Minimum percentage of the works to be awarded to third parties:

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met General and specific experience of the Bidder in the implementation of projects of waste management facilities
The Bidder shall demonstrate the evidence that:
a) It is actively involved in:
— design and construction of waste treatment facility (sanitary disposal and/or processing of waste), not less than 10 years (at least 1 reference) and
— operation, management and maintenance of treatment facility (sanitary disposal and/or processing of waste), including measurement, calculation and billing of payment for the services of these facilities during last 5 years (at least 1 reference).
b) it recorded an average annual turnover in terms of operation, management and maintenance of facilities for sanitary disposal and/or processing of waste during the last 5 years, which is above the minimum limits of the specified annual turnover of 6 000 000 EUR. The average annual turnover is calculated for the period of previous 5 years, and it is demonstrated in the manner defined under 4.3b.
c) it recorded the total turnover in terms of design and construction of the facility for sanitary disposal and/or processing of waste for a period of 10 years or more, which is above the offered part of the contract price which is related to the investment for constructing RCWM. The Bidder shall provide evidence that it has successfully implemented specific projects for construction of the facilities for waste management and TS.
III.1.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met A) The Bidder shell demonstrate that it has access to, or has available, liquid assets, unencumbered real estate, lines of credit and other resources. Those resources should meet the requirements related to the cash flows for the execution of the work currently performed or for works which are the subject of its future contractual obligations as well the cash flows necessary to complete the contract in the event of delays, delay in the beginning of operation or other delays in payments. Minimum net sum of these funds (the sum which is without obligations 0 that the Bidder has otherwise) was determined in the amount of not less than 10 % of the offered investment.
b) The Bidder shall submit a financial report that was subject to audit in the last 5 years. This report must demonstrate financial solidity and capacity of the Bidder and its potential of achieving long-term stability. The public body has the right to seek and verify information that the Bidder has stated in the bid. The Bidder shall submit the financial statements alongside the translated version in Serbian.
III.1.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met Technical and technological solutions of the offered waste management systems should be designed so as to respect the basic principles of the hierarchy of the integrated waste management as well as the principles provided in the National Waste Management Strategy of the Republic of Serbia 2010-2019 (Official Gazette of the Republic of Serbia, no. 29/2010) and EU regulations (Council Directive 2008/98/EC on Waste, Council Directive 2000/76/EC on the incineration of waste, Council Directive 99/31/EC on landfills). In terms of pollutant emissions, it is obligatory for the newly constructed waste management system to be in line with the existing regulations regarding the permitted emissions to air, water and soil and the permitted noise level, as following:
— Regulation on limit values of pollutants in the air (Official Gazette of the Republic of Serbia, no.71/2010 and 6/2011 — correction);
— Regulation on limit values of pollutants in water and deadlines for their achievement (Official Gazette of the Republic of Serbia, no. 67/11 and 48/12);
— Regulation on types of waste subject to thermal treatment, the conditions and criteria for determining the location, technical and technological requirements for the design, construction, equipping and operation of the facility for thermal treatment of waste, the treatment of residue after incineration(Official Gazette of the Republic of Serbia, no. 102/2010 and 50/2012);
— Regulation on the program of systematic monitoring of soil quality, the indicators for risk assessment of the soil degradation and methodology for development of remediation programs (Official Gazette of the Republic of Serbia, no. 88/2010).
The permitted concentration of pollutant emissions that the integrated waste management system should fulfil during its work, according to the Regulation, depend on the types and size of the facility. The permitted limit concentration of pollutant emissions, if exceeded, represent the eliminatory criterion in the concession granting process.
The Bidder shall provide the Environmental Impact Study alongside the bid.
The Environmental Impact Study shall contain:
a) Description of the waste management system
— Definition of the limits of the system (within the RCWM)
— Description of the technical and technological process of waste management within the limits of the system;
b) Calculation of the material and energy balance within the limits of the system.
The calculation of the system output should specifically contain the parameters which demonstrate that the emissions of pollutants in air, surface water and soil do not exceed the permitted limit values determined by previously specified regulations as well as that the level of noise is in line with the prescribed standards.

Section IV: Procedure

IV.1)Award criteria:
The criteria for the selection of the best bid is the economically most advantageous bid. The criteria include financial and environmental elements.
Financial elements represent the value of the offered concession fee and the value of the fee for the disposal/treatment of waste.
Elements for evaluating the most advantageous offer in relation to the environment impact (environmental indicators) are proposed on the basis of EU regulations in the field of waste management and the Waste Management Strategy of the Republic of Serbia.
For the evaluation of the bids in the concession granting process for the construction and operation of RCWM ‘Keles’ and 5 TS the model of multi-criteria analysis will be used, which includes the weighting and scoring when there are more elements of criteria.
Indicators that are scored are:
1) The value of the offered concession fee, EUR/t;
2) The value of the fee for disposal/waste treatment, EUR/t;
3) The energy saved MJ/t of waste;
4) Reduction of emission of CO2eq, kg/t of waste;
5) Reduction of weight of municipal communal waste for disposal, %.
IV.2)Administrative information
IV.2.1)File reference number attributed by the contracting authority:
IV.2.2)Time-limit for the submission of applications
Date: 25.9.2015 - 14:00
IV.2.3)Language(s) in which applications may be submitted
Other Serbian.

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
In accordance with Article 34 of the Law on PPP and Concessions, paragraph 6, in the process of concession granting any legal or natural entity who has an interest in participating in the procedure of concession granting is given the possibility, under the same conditions, to obtain insight into the tender documentation necessary for making the bid or to purchase the tender documentation.
During the insight into the tender documentation, any copying, recording, photographing or in any way duplicating the documentation is forbidden.
When purchasing the tender documentation, the Bidder is required to sign a statement that it will not in any way copy, use or disclose the tender documentation to third parties except for the purposes of preparing their own bids.
Only the Bidder who purchased the bidding documentation has the exclusive right to send bids to the public call for concession granting — Construction and management of RCWM ‘Keles’ and 5 TS.
The Bidder who has purchased the tender documents is not entitled to assign to third parties the right to submit bids in the aforementioned public call, except in the case of a consortium, whose member is the Bidder who bought the documentation, and as such is listed in the Consortium Agreement.
The manner of purchasing or obtaining insight into the documentation
Legal and/or natural entities interested to purchase or obtain insight into tender documentation shall submit a request to the Public Body for the purchase/insight into the tender documentation. The request for purchase/insight into the tender documentation shall be submitted only in written form at the address of the Public body or by e-mail, prior to the deadline for the submission of bids.
The right to obtain insight into the tender documentation shall be gained by paying the amount of 2 000 EUR.
The right to purchase documentation shall be gained by paying the amount of 5 000 EUR to the following account:
Foreign currency account — 340-1001565379 IBAN RS35340000001101286520
Public body domestic account no. 340-11012865 — 20 with its reference number 01-1 (at the middle exchange rate of the National Bank of Serbia on the payment day).
The manner of assuming the documentation
Interested party/bidder, upon the announcement of the Public call, can assume the tender documentation at the premises of RDA ‘South’ on weekdays from 9AM to 2PM, with the proof of payment of the fee for the purchase of the documentation (a bank statement). Potential Bidder must make an announcement about the assuming of the documentation a day earlier, in order to have the documentation package prepared.
RRDA ‘South’ shall provide in-person assuming of the documentation, or the assuming of the electronic form, with the return receipt sent via mail to the address of the applicant indicated in the request within 1 working day after receiving the request for the purchase of tender documentation, depending on the manner of assuming documentation specified in the request by the applicant.
The person who assumes the tender documentation must have the original authorization signed and certified by the parent company.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Official name: Regional development agency South
Postal address: Kej Kola Srpskih Sestara 3/2
Town: Nis
Postal code: 18000
Country: Serbia
E-mail: tenders@rra-jug.rs
Telephone: +381 18515447
Fax: +381 18522659
Internet address: http://www.rra-jug.rs

Body responsible for mediation procedures

Official name: Republic Commission for protection of rights in public procurement procedures
Postal address: 22-26, Nemanjina St.
Town: Belgrade
Postal code: 11000
Country: Serbia

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals The request for protection of rights challenging the content of the invitation to tender or tender documentation shall be deemed timely if received by the Contracting Authority no later than seven days before the deadline for the submission of bids, regardless of the manner of delivery.
In case of a request for protection of rights for the duration of the deadline for submission of bids, there shall occur a halt of deadline for the submission of bids. In the same time the applicant shall deliver a copy of the request for protection of rights to the Republic Commission.
After the decision to award the contract, the Bidder can submit a request for the protection of rights within 15 days of the receipt of the decision. If the Concedent does not decide on the best bid and does not submit it to Bidders within the prescribed period, the Bidders can file a request for the protection of rights in accordance with the law governing the public procurement.
Regarding the request for the protection of rights, the Contracting Authority shall inform all participants in the public procurement process, i.e. publish the notification on the submitted request in the Public Procurement Portal, no later than 2 days of the receipt of the request for the protection of rights.
If the applicant challenges the decision on contract awarding, the fee shall be 0.1 % of the starting price of the Bidder that was awarded the contract,in case that this value is greater than 80 000 000 RSD. If the applicant challenges the decision to suspend the procedure of concession granting or the Contracting Authority's action from the moment of opening of tenders until the decision on the contract award or the termination of the proceedings, the fee is 0.1 % of the estimated value of the concession granting, if this value is greater than 80 000 000 RSD.
A method of protecting the rights of Bidders is governed by the provisions of Articles 138-167 of the Law on Public Procurement.
VI.3.3)Service from which information about the lodging of appeals may be obtained

Official name: Regional development agency South
Postal address: Kej Kola Srpskih Sestara 3/2
Town: Nis
Postal code: 18000
Country: Serbia
E-mail: tenders@rra-jug.rs
Telephone: +381 18515447
Fax: +381 18522659
Internet address: http://www.rra-jug.rs

VI.4)Date of dispatch of this notice:
29.5.2015