MIEJSKI ZARZ?D DRÓG W OPOLU has floated a tender for Contract notice: Street-cleaning and sweeping services. The project location is Poland and the tender is closing on 15 Nov 2018. The tender notice number is 436860-2018, while the TOT Ref Number is 27425663. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Poland

Summary : Contract notice: Street-cleaning and sweeping services

Deadline : 15 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27425663

Document Ref. No. : 436860-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MIEJSKI ZARZ?D DRÓG W OPOLU
Office Name: Miejski Zarz?d Dróg w Opolu
Address: ul. Firmowa 1
Town: Opole
Postal Code: 45-594
Contact Point: Robert Mazurkiewicz-Biczuk, Bartosz Szyma?ski

Phone: +48 774697400
Fax: +48 774697402
Poland
Email :sekretariat@mzd.opole.pl
URL :www.bip.um.opole.pl

Tender Details

Object of the contract
Street-cleaning and sweeping services

Description: Contract notice: Street-cleaning and sweeping services

Authority Type: Regional or local Agency/Office
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 90610000, 90512000, 90000000, 90610000, 90512000, 90000000
CPV Description: Street cleaning and sweeping services. Refuse transport services. Sewage, refuse, cleaning and environmental services. Cleaning the city in the field of: mechanical cleaning of the road, sweeping, cleaning the road, cleaning the roadway, removing dead animals from the road lane

Reference Number: NP.260.76.2018.P

Scope: mechanical cleaning of the road, sweeping, washing the road, pozimoin cleaning the road, removing fallen animals from the road.

Main Site: City of Opole

The subject of the order is to perform the task of: Cleaning the city in the field: mechanical cleaning of the road, sweeping, washing the roadway, cleaning the roadway, removing dead animals from the road lane .

In the range:

a) mechanical cleaning of the road (sweeping),

b) washing the road in the seasone lat, c) post-road clearing,

d) removal of dead animals from the road lane

1.1. Mechanical road clearing

1.1.1. Mechanical cleaning (sweeping) of the carriageway consists in removing any contaminants from the roadway using special equipment specified in point. 1.6.

1.1.2. Sweeping of the carriageways listed in the attachment under: List of roads attachedto the agreement 2019-2020 includes mechanical and supplementary manual cleaning of the whole width of the roadway with bands, bus bays and car parks situated in the level of the carriageway having hardened surfaces (ie bituminous, concrete etc.) together with the so-called dead fields, curbs and safety bands

1.1.3. The Contractor will be obliged to clean the safety bands for themthe occasions at which they occur. The concept of safety band means a strip of land (about 50 cm) between the curb of the roadway and the edge of green areas, paved with pavement tiles, granite, concrete blocks or filled with concrete or bituminous mass.

1.1.4. Keeping the roadway clean must guarantee the effect of a thoroughly cleaned street, which means that it can not be marriedtransit clearance in the form of unpolluted pollution. It is unacceptable to leave overgrowths of grass, weeds, sand, rubbish, fallen leaves and other debris on all roadways included in the list (Annex No. 8 List of roadways annex to contract 2019-2020).

1.1.5. The performance of the service in question must not cause contamination of adjacent roadwaysdnikow, safety bands and green areas

1.1.6. The Contractor requires special precautions due to parking cars at the curbs as well as temporary fencing of the cleaning area, such as barriers or traffic cones, but this does not absolve the Contractor from keeping the entire road surface clean in accordance with the contractual provisions.

1.1.7. Mechanical purificationThe carriageway must be operated with the sprinkler system enabled and functioning.

1.1.8. Collected contaminants should be transported to landfill. The costs of exporting the collected pollutants should be included in the unit price. The time of removal of pollutants to the landfill may not exceed 24 hours from the moment of their collection. In the absence of a pavement or safety band, the collected impurities-it should be exported on an ongoing basis.

1.1.9. Works related to the mechanical cleansing of the road (sweeping) carried out on main traffic routes should be performed in hours. night time (after 22.00) and finished until 6.00 in the morning

1.1.10. Works related to mechanical cleaning (sweeping) on other roads should be performed outside night hours, ie from 7.00 to hours 22.00.

1.1.11. In special cases, the Ordering Party reserves the right to change the hours of mechanical cleaning of the designated streets of the city.

1.1.12. The price of mechanical cleansing of the roadway should take into account all the price-forming components affecting the unit price of the service, i.e. labor, transport, the price of the waste landfill and other costs related to the maintenance of appropriate standards of the eyesszczania.

1.1.13. The services will be carried out based on the attached lists (Annex No. 8 List of roads, annex to contract 2019-2020), whereby the Employer each time sets the scope of work, taking into account weather conditions and the amount of financial resources allocated for the contract. III.1.1)

The condition of having competences or permissions to conduct a districtThe professional activity will be considered fulfilled if the Contractor demonstrates that he has a license, permit, license or document confirming that the contractor is registered in one of the professional or trade registers kept in a Member State of the European Union in which the contractor has its registered office or place of residence, in the range:

a) Permission issued by the authoritycompetent to conduct activities in the field of collecting, transporting waste subject to the order codes 20 03 01, 20 03 03 and 02 01 81 (in accordance with the Act of 14 December 2012 on waste (Journal of Laws of 2016 item 1987 from late),

b) The decision of the poviat veterinarian approving the activity conducted in the collection, transport of by-products of originanimal cat. 1, and thus the veterinary identification number (in accordance with the Act of 11 March 2004 on the protection of animal health and combating diseases of infectious animals (Journal of Laws of 2008, No. 213, item 1342). In order to confirm fulfillment of this condition, the Contractors are required to submit documents confirming the possession of such competences or entitlements referred to in point a-and b.

Employer in accordance with the provisions of art. 26 par. 1 p.p. call the contractor whose offer was the highest rated, to submit the above-mentioned documents in a specified period, not shorter than 10 days.

Due to the lack of space in the advertisement - completion of point II.2.4):

1.2. Mechanical washing of the road

1.2.1. The mechanical washing consists in washing small dirt and dust off the whole width of the roadfixed after mechanical sweeping, in a way that does not cause contamination of pavements, safety bands and green areas adjacent to the road. Mechanical washing is carried out with the help of specialized equipment specified in point 1.6.

1.2.2. The mechanical washing covers the entire width of the streets, along with the so-called dead fields of the road surface and the surface of the bays of the carand parking spaces located in the carriageway.

1.2.3. Works related to road washing should be performed in hours. daily, ie from 6.00 to 22.00.

1.2.4. In special cases, the Ordering Party reserves the right to change the hours of mechanical washing of designated city streets

1.2.5. Access to industrial water is provided by the Contractor as well as its cost

1.2.6. Implementation of serviceswill take place on the basis of attached lists (Annex No. 8 List of roadways, annex to contract 2019-2020), whereby the Employer each time sets the scope of work, taking into account weather conditions and the amount of financial resources allocated for the contract.

1.2.7. The price of mechanical washing of the roadway should take into account all the price-forming elements affecting the unit pricethe performance of the service, i.e. labor, transport, water consumption and other costs related to the maintenance of appropriate cleaning standards.

1.3. Winter cleaning of the road

1.3.1. Winter cleaning of the roadway consists in cleaning the roadway of pollutants formed during the winter using the specialized equipment specified in point 1.6, along with their return to the landfill.

1.3.2. Date of lectureonania - at the end of the winter road maintenance period

1.3.3. The services will be carried out based on the attached lists (Annex No. 8 List of roads, annex to contract 2019-2020), whereby the Employer each time sets the scope of work, taking into account weather conditions and the amount of financial resources allocated for the contract. no place in the advertisement - finishOPZ point III.1.2)

The ordering party waives the determination of this condition of participation in the proceeding. Due to the lack of space in the announcement - completion of point III.1.2)

1.4. Removing dead animals

1.4.1. The removal of dead animals from the road lane will take place immediately after the necessity of these works has been found to be ordered by the Employer.

1.4.2. Removing fallen animals coverand also disinfection of the place where the animal died and where it was until it was taken

1.4.3. Removal of fallen animals will take place in accordance with the sanitary and epidemiological regulations in force in this area.

1.4.4. The unit price should include all costs necessary to perform the order in accordance with the applicable sanitary regulations --epidemiological regardless of the species and size of the animal.



1.5. Requirements for order fulfillment

1.5.1. The contractor should have a permit to operate in the field of transport of waste with codes 20 03 01, 20 03 03 and 02 01 81 issued under the provisions of the Act of 27 April 2001. on waste (Journal of Laws of 2001 No. 62, item 628, with later amendments).

1.5.2. The contractor should psettle the decision of the poviat veterinarian approving the activity conducted in the collection, transport of animal by-products cat.1 and thus the veterinary identification number (in accordance with the Act of 11 March 2004 on the protection of animal health and combating diseases of infectious animals (Dz. U. 2008 No. 213, item 1342).

1.5.3 The contractor must provide24-hour telephone communication with the person supervising the mechanical cleansing of the carriageway

1.6. Equipment necessary to carry out the task

In connection with the execution of the task, the Contractor should have and perform the task throughout the duration of the contract, at least the following equipment, equipment:

1) Compact self-propelled compacters 2 pcs equipped with: - efficient team of double szcsweeping brushes (two suction units) and roller brush (sweeping width 2100-2300 mm)

- efficient sprinkler system limiting dusting

- suction hose suction

- front brush for removing weeds and cleaning bands

- reducing the noise level to 100- 110 Db

- PM 10 emission certificate - wireless connection with the Contractor's base

- efficient satellite systemm location and work control (GPS) providing the Ordering Party with the following information: number of equipment performing work, time of departure from the base, vehicle speed, vehicle location

2) street sweeper compact 1 piece

- sweeping function - sweeping width 2000 2200 mm

- dust emission certificate PM 10

- function of scrubbing - wide1600 mm

3) sprayer for weed control (without use of water) 1 item

- effectiveness and limitation of chemical agents consumed

- possibility of building on minitractors or municipal vehicles

4) Suction vacuum cleaners 6 pcs

- mobile sucker large minimum 80m3 / min

5) Universal Unimog type tool carrier with weeding attachments

6) Charger in the amount of at least1 piece

7) Car free for waste solid waste in the amount of at least 1 piece

8) Car van in an amount of at least 1 unit

9) Delivery truck - tipper in an amount of at least 1 unit

10) Dish-irrigation tanker in an amount at least 1 piece equipped with a minimum of:

- an efficient nozzle system allowing to wash the whole width of the road

- wireless connection with the Contractor's base

-satellite-based system of location and work control (GPS) providing the Employer with the following information: number of equipment performing work, time of departure from the base, vehicle speed, location of the vehicle

Due to the lack of space in the announcement, the full OPZ contains provisions of the SIWZ available at www.bip.um.opole.pl

Completing point IV.1.1)

To submit thisthe document in a specified period, not shorter than 10 days.

3. If the contractor has a registered office or place of residence outside the territory of the Republic of Poland, instead of the documents referred to above in Chapter 10 point 2: a) point 1), he shall submit information from the relevant register or, in the absence of such register, another equivalent document issued by competent judicial or administrative authoritythe country in which the contractor has its seat or place of residence or place of residence has a person who is concerned with information or a document, to the extent specified in art. 24 sec. 1 items 13, 14 and 21 and par. 5, item 5 and 6 of the Code of Association,

b) items 2, 3, 4) - submits a document or documents issued in the country in which the contractor has its registered office or place of residence, confirming that: - - do not dependga with payment of taxes, fees, social security or health insurance contributions or that he made an agreement with the competent authority regarding repayment of such receivables with possible interest or fines, in particular he obtained the legally required exemption, postponement or payment of installments or suspensions in the entire implementation of the decision of the competent authority,

- his has not been openedliquidation and bankruptcy were not announced.

4. Documents referred to in point 3 (a) above. a and lit. b second indent, should be issued not earlier than 6 months before the deadline for submitting bids or requests to participate in the procedure. The document referred to in point 3 lit. b first indent, it should be issued not earlier than 3 months before the expiry of that period.

5. If the country in which the contractor has a registered office or place of residence has a person to whom the document relates, no documents are issued, referred to in point 3, are replaced by a document containing the statement of the contractor, indicating the person or persons entitled to his representation, or the statement of the person to whom the document was to be submitted, submitted before the noteariuszem or before a judicial, administrative or professional self-government or economic authority competent for the seat or place of residence of the contractor or place of residence of that person. The provision of point 6 shall apply.

6. In case of doubts as to the content of the document submitted by the Contractor, the contracting authority may contact the competent authorities of the country in which the contractorca the person, whose document is concerned, has the seat or place of residence or place of residence to provide the necessary information regarding this document.

7. The Contractor having its registered office in the territory of the Republic of Poland, in relation to a person residing outside the territory of the Republic of Poland, which is referred to in the document indicated in Chapter 10, item 2, item 1), the instrument referred to in point 3 (a) a, to the extent specified in art. 24 sec. 1 items 14 and 21 and par. 5 pt. 6 u.p.z.p .. If in a country where the person whose document is to be resident has a place of residence does not appear such documents, it is replaced by a document containing a statement of that person made before a notary or before a judicial, administrative or self-governmental bodyof a place of business or of an economic nature appropriate to the place of residence of that person. The provision of paragraph 6, first sentence, applies.

8. In case of any doubts as to the content of the document submitted by the Contractor, the contracting authority may contact the competent authorities of the country in which the person concerned is domiciled, for providing the necessary information regarding this document.

9. ordersrequesting from the contractor, which:

a) relies on the abilities or situation of other entities under the terms of art. 22a u.p.z.p, submit in respect of these entities the documents listed in Chapter 10 (with the exception of the statement constituting Annexe No. 5 to the Terms of Reference);

Purchaser in accordance with the provisions of art. 26 par. 1

Completing point VI.4.3)


Internet address (URL): www.bip.um.opole.pl

Documents

 Tender Notice