EUROPEAN UNION SPECIFIC TERMS OF REFERENCE Provision

advertisement
Ref. Ares(2011)1276102 - 29/11/2011
EUROPEAN UNION
DELEGATION TO THE REPUBLIC OF CROATIA
SPECIFIC TERMS OF REFERENCE
Provision of technical assistance related to implementation of ISPA/IPA Programmes
Environment – Solid Waste
FWC Commission 2011 – Lot No 1
REQUEST FOR OFFER No
1.
BACKGROUND
The Delegation of the European Union in the Republic of Croatia is enforcing the ex-ante
control of the ISPA/IPA tendering procedures that are performed by Croatian national
authorities through Decentralised Management System – DIS. Moreover it is the task of the
EU Delegation to participate in the appraisal of project applications.
The contracting authority for this action is the European Commission, Directorate General for
Regional Policy, the beneficiary is the EU Delegation to the Republic of Croatia.
2.
DESCRIPTION OF THE ASSIGNMENT
2.1 Beneficiaries
The Delegation of the European Union (EUD) in the Republic of Croatia is the beneficiary of
the assignment.
2.2 Global and specific objectives
2.2.1 Global objectives
To assist the EU Delegation with the work associated with selected projects under ISPA and
IPA Programme – Component III b Environmental Operating Programme (EPOP) – Solid
Waste, namely (a) County Waste Management Centre (CWMC) Mariscina (b) CWMC
Kastijun (c) CWMC Osiječko-baranjska, (d) CWMC Vukovarsko-srijemska, (e) Regional
Waste Management Centre Bikarac (f) Polluted site of Sovjak.
(a), (b) The Mariscina and Kastijun CWMCs involve waste treatment plant, construction of
landfill, gas treatment facilities (with future electricity production) and mechanical biological
treatment (MBT) with bio drying. All CWMCs are to be supplied with associated equipment.
(c), (d) The CWMC Osiječko-baranjska and Vukovarsko-srijemska CWMCs involve Waste
Management Centre and Transfer Stations. A Transfer Station is a facility where waste is
temporarily unloaded, stored and reloaded for shipment to a WMC.
(e) The Bikarac RWMC project involves construction of landfill, remediation of existing
landfills (Bikarac and Pirovac), construction of waste water treatment plants, gas treatment
facilities and other accompanying infrastructure. The landfill is to be supplied with associated
equipment (crusher, bailing press machine, wheeled front end loader, etc).
(f) The Polluted site of Sovjak involves the remediation of the heavy polluted waste pit of
Sovjak where some 250 000 m3 of tar, acetylene sludge, petro residues, municipal waste,
tyres, metal waste, wooden waste, asbestos etc.. have been disposed from 1956 to 1990.
2.2.2 Specific objectives
1. Assist the EU Delegation in the performance of the assessment of the selected supply
tender dossiers for Kastijun and Mariscina projects. The objective is that TDs are prepared
according to all applicable requirements and standards.
2. Assist the EU Delegation in observing the evaluation process and in performing the
evaluation of bids for the above mentioned supply tenders. The objective is that evaluation
process and selection of the contractor is performed according to rules and regulations.
3. Assist the EU Delegation in the implementation of the Fidic yellow book works contracts
and the supply contracts for RWMC Bikarac, Kastijun and Mariscina CWMC projects. The
objective is that the projects are implemented on time and in accordance with respective
contracts.
4. Assist the EU Delegation in review of the Major Project Applications (MPAs) for the
projects of CWMC Osiječko-baranjska, CWMC Vukovarsko-srijemska, Polluted site of
Sovjak. The objective is that the MPAs are prepared according to the Commission's
requirements.
2.3 Requested services
In his role, the Consultant will undertake the following tasks:
1. Review the full sets of supply tender documentation prepared by the Contracting Authority
for Kastijun and Mariscina supply projects; suggest changes wherever necessary to ensure
that the objectives of fair competition, transparent procurement according to the rules of law
are met. This task should be performed in cooperation with the EU Delegation whenever
clarification and consultation is needed.
2.
Participate at working meetings in Zagreb regarding the above mentioned tender
documents when necessary.
3.
Observe the evaluation of submitted supply offers, draft assessment reports regarding
the quality of respective evaluation processes and bids submitted.
4. Conduct site visits and assess the construction process for the Kastijun, Mariscina and
Bikarac projects.
5. Review and appraise the full Major Project Applications (MPA) and the related studies for
the
CWMCs of Osiječko-baranjska, of Vukovarsko-srijemska and the Polluted site of Sovjak.
6. The Delegation may request additional assistance from the Consultant.
2.4 Required outputs
The Consultant will deliver the following outputs:
1.
Supply of tender documentation assessment reports for Kastijun and Mariscina
projects
The tender documentation assessment reports will be complete and delivered to the
Delegation. The assessment report will take into account that the tender dossiers have to
comply with international tendering procedures for supplies related to the implementation of
IPA funds, EC Practical Guide, and documentation adopted during the programming phase of
the project..
The Consultant will check in particular that:
•
The equipment to be procured complies with the requirements and standards, and the
applicable rule of origin. The supplies must originate from the EU or from an eligible country
according to the applicable regulation.
•
The technical specifications are clear and consistent, and ensure that the tenderers can
effectively bill the supplies. Care should be taken that technical specifications are not
restrictive and recognised international standards should be used as much as possible.
Finally, the report will take into account that the estimate of costs associated with tenders in
question is reasonable and follows the respective market price range.
To achieve these outputs, the consultant will review the full tender documentation prepared
by the Recipient Institution and provided by the EU Delegation. The consultant will provide
the EU Delegation with the written comment on the entire Tender Dossier. If comments result
in the necessity to submit tender documentations in a revised version, the consultant may be
requested to give an opinion (opinions) on this revised version as well.
The expert may be asked to assist the EU Delegation Staff in the assessment of clarifications
provided during the tendering period.
2.
Minutes of working meetings (when applicable).
3.
Findings concerning the evaluation of submitted offers with respect to Mariscina and
Kastijun projects. The Consultant will observe whether the evaluation of tender proposals is
conducted according to the applicable rules and whether the outcome is conclusive and
supported by technical expertise and knowledge of the topic.
4.
Reports on site visits for Kastijun and Mariscina projects with recommendations for
successful implementation. The Consultant will check the progress of works implementation
against the contract conditions, technical specifications, bills of quantities and all relevant
standards and regulations.
5.
The MPA appraisal reports for the CWMC of Osiječko-baranjska, the CWMC of
Vukovarsko-srijemska and the Polluted site of Sovjak. To achieve this output, the Consultant
will review the full project application (and the related studies), suggesting changes wherever
necessary are met, and giving its findings in an appraisal report to the Delegation.
3.
EXPERTS PROFILE
The experts must have relevant experience in similar assignments.
The proposed expert/company should not be involved in the preparation of the Tender
documents or any other documents related to the projects mentioned in 2.2.1, to avoid a
conflict of interest.
The working language is English requiring from all experts fluency in English.
3.1 Solid Waste Expert (Expert 1 – Team Leader Waste) of senior category
Minimum requirements:
•
A level of education which corresponds to completed university studies attested by a
diploma in Civil Engineering or equivalent at Masters Degree Academic level or 8 years
above the general professional experience as defined bellow.
•
At least 10 years of relevant professional experience, knowledge of planning, design,
procurement and construction of solid waste projects, including experience with solid waste
projects involving MBTs and remediation of polluted spots.
•
Knowledge of related EU standards and requirements, especially the Landfill
Directive, Urban Solid Waste Directive and the Solid Waste Framework Directive, the
Environmental Impact Assessment Directives and related mitigation measures etc.
Other requirements
•
Specialization in terms of education in Solid Waste
•
Experience in the preparation / review of supply tenders in accordance with PRAG
procedures
•
Experience in implementation of works contracts in accordance with FIDIC
contracting rules procedures
•
Drivers' licence
3.2 Mechanical and/or Operation Engineer – solid waste (Expert 2) of senior category
Essential requirements:
•
A level of education which corresponds to completed university studies attested by a
diploma in Mechanical Engineering or equivalent at Masters Degree Academic level or 8
years above the general professional experience as defined bellow
•
At least 10 years relevant professional experience, including designing,
implementation and operation of solid waste management plants, MBTs and related
maintenance equipment.
•
Knowledge of requirements and standards for solid waste collection, up-dated
maintenance and operation of mechanical equipment.
Other requirements
•
Experience in the preparation / review of supply tenders in accordance with PRAG
procedures
•
Experience in implementation of works contracts in accordance with FIDIC
contracting rules procedures
3.3 Electrical Engineer for both fields solid waste (Expert 3) of senior category
Essential requirements:
•
A level of education which corresponds to completed university studies attested by a
diploma in a subject relevant to the field concerned (e.g. Electrical Engineering) at Masters
Degree Academic level or 8 years above the general professional experience as defined
bellow
•
At least 10 years of relevant professional experience, including designing,
implementation and supervision of solid waste including MBT, water and wastewater
projects, and related electrical equipment
•
Knowledge of EU requirements and standards for solid waste collection, treatment
systems and related electrical equipment
Other requirements
•
Experience in the preparation / review of supply tenders in accordance with PRAG
procedures
•
Experience in implementation of works contracts in accordance with FIDIC
contracting rules procedures
3.4 Environmental Chemist (Expert 4) of junior category:
Essential requirements:
•
A level of education which corresponds to completed university studies attested by a
diploma in Chemistry at Masters Degree Academic level.or 8 years above the general
professional experience as defined bellow.
•
At least 3 years relevant professional experience
Other requirements
•
Experience in oil products pollution
3.5 Economist (Expert 5) of senior category
Essential requirements:
•
A level of education which corresponds to completed university studies attested by a
diploma in a subject relevant to the field concerned (e.g. economics, business administration)
at Masters Degree Academic level or 8 years above the general professional experience as
defined bellow
•
At least 10 years of relevant professional experience
•
Experience in review / preparation of feasibility studies and cost-benefit analysis
Other requirements
•
Experience in appraisal of mayor project applications for EU funding
•
Experience in preparation of major projects for Structural Funds
4.
LOCATION AND DURATION
4.1 Starting period
The indicative starting date is beginning of December 2011. The consultant should commence
his/her assignment after the documents, which are subject of his/her first task, are submitted
to him/her. The months when the receipt the documents is expected are listed in table 1. The
consultant is to commence the revision immediately upon the receipt of the documents.
4.2 Duration period
The duration of the assignment is 12 months. The time needed for mobilisation, international
and local travel and the time needed for preparing reports are included in these 12 months.
4.3 Planning
TABLE 1
N°
1
2
3
4
Programme / Project
IPA Programme
CWMC Kastijun
IPA Programme
CWMC Mariscina
ISPA / IPA
Implementation monitoring
for Kastijun, Mariscina and
Bikarac projects
IPA Programme
CWMC of Osiječko-
Work to be
performed
Review of
Supply Tender
Dossier
Assistance in the
evaluation of bids
Review of
Supply Tender
Dossier
Assistance in the
evaluation of bids
Works contracts
implementation
Review of
MPA
Time horizon
Allocated
man-days
January 2012
18
April 2012
January 2012
18
April 2012
December 2011
- October 2012
30
14
October 2012
baranjska
5
IPA Programme
Vukovarsko-srijemska
Review of
MPA
October 2012
14
6
IPA Programme
Remediation of the
polluted site of Sovjak
Review of
MPA
July 2012
19
TOTAL
113
The final allocation of the number of expert's man-days per activity will be agreed with the
EU Delegation in Croatia. For the time being Tables 1 and 2 shall apply. The data are
indicative and may be subject to changes in the frame of the contract.
TABLE 2 Estimation of days per each expert
Position
Category
Input (working days)
Solid Waste Expert (Expert 1)
Senior
62
Mechanical and Operation Engineer Senior
– solid waste (Expert 2)
Electrical Engineer (Expert 3)
Senior
16
Environmental Chemist (Expert 4)
Junior
10
Economist (Expert 5)
Senior
19
TOTAL:
6
113
Out of 113 working days, 71 may be spent at home office.
4.4 Location of the assignment
The location of the assignment is Croatia or the premises of the expert(s). The site visits (Nr.
3 of table1) imply local travel within Croatia to the cities of Sibenik, Rijeka and Pula.
5.
REPORTING
The consultant will transmit its observations, findings and conclusions to Ms Željka Zgaga,
Task Manager of the EU Delegation for projects (a),(b) and (e) and to Mr Luc Faber, Task
Manager of the EU Delegation for projects (c), (d) and (f).
After each activity, the consultant shall report in electronic version after completion of
activity within the deadline defined by Task Manager per respective activity. Should an
assignment involve several experts the team leader is expected to combine the individual
reports into a single, comprehensive report.
Upon completion of activities an electronic draft final report, shall be submitted to the EU
Delegation for approval. The following words should be on the cover of the final report:
Specific contract No. of the FWC Commission 2011.
Postal address for sending the report is:
EU Delegation to the Republic of Croatia
Trg žrtava fašizma 6
10 000 Zagreb
ATTN: ZGAGA/FABER
E-mail addresses for sending the report are:
Zeljka.zgaga@eeas.europa.eu
Luc.faber@eeas.europa.eu
Two copies of the final report will be prepared in English and sent to the EU Delegation by
courier and in electronic format in parallel one week before the end of the duration period.
6. ADMINISTRATIVE INFORMATION
The proposed budget for this assignment is a maximum of €115 000 and shall cover fees
and reimbursable items. Travel costs for international (9 foreseen) and local travel (21
foreseen), per diems and costs for photocopying and delivery of the tender dossiers from the
Consultant by the courier are foreseen under reimbursable.
The maximum per diem rate for Croatia is published on the following EuropeAid Internet
site: http://ec.europa.eu/europeaid/work/procedures/implementation/per_diems/index_en.htm
7. OTHER
The selected contractor/experts that were involved in the preparation of the related documents
are excluded from participation in this project in order to avoid conflict of interest.
---------------------------------------
Download