Detalle de oportunidad

DETALLE DE OPORTUNIDAD

RECTIFICATIVO - Estudios, planificación, diseño de ingeniería y construcción de obra del sistema de abastecimiento de agua de Banabuiú - SERTÃO CENTRAL (SAB - SC),

This is an updated notice.

 

This notice was posted on 4 December 2021 and has been updated on 14 April 2021. Please note that the deadline has changed from 9 March 2021 to 22 April 2021.

 

Brazil - P165055 - Ceará Water Security and Governance - BR-SRH-CE-01-CW-RFB

Country: Brazil

Project Id: P165055

Project Name: Ceará Water Security and Governance

Loan/Credit/TF Info.: IBRD-90060

Notice Version No.: 2

General Information

Notice Type

Invitation for Bids

Borrower Bid Reference

BR-SRH-CE-01-CW-RFB

Bid Description

SRH: Sistema Adutor Banabuiú - Sertão Central.

Language of Notice

English

Deadline for Application Submission Date

2021/04/22

Local Time

09:00

Selected category codes for product to be procured

47101500-Water treatment and supply equipment

Contact Information on Advertisement

Organization/Department

Comissão Central de Concorrências - CCC

Name

Maria Betânia Sabóia Costa

Title

Vice-Presidente da CCC

Address

Av. Dr. José Martins Rodrigues nº 150 – Bairro Edson Queiroz, na cidade de Fortaleza - Ceará.

City

 

Province/State

 

Postal Code

 

Country

Brazil

Phone

55 85 3459 6374

Fax

 

Email

rodrigo.almeida@ipece.ce.gov.br

Website

https://www.pge.ce.gov.br/

Detailed Information for Advertisement

ADDENDUM No. 01

BIDDING DOCUMENT - REQUEST FOR BIDS - RFB No. 20200001/CCC/SRH

CENTRAL COMPETITION COMMITTEE - CCC

CEARÁ WATER SECURITY AND GOVERNANCE PROJECT

LOAN AGREEMENT No. 9006 - BR

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT - IBRD

PURPOSE: CONTRACTING OF STUDIES, PLANNING, ENGINEERING DESIGN AND BUILDING OF WORKS OF THE BANABUIÚ WATER SUPPLY SYSTEM - SERTÃO CENTRAL (SAB – SC), BELONGING TO THE MALHA D'ÁGUA PROJECT FOR THE SUPPLY OF TREATED WATER TO 9 (NINE) MUNICIPALITIES AND 38 (THIRTY-EIGHT) DISTRICTS, IN THE STATE OF CEARÁ, BRAZIL

The State Secretariat of Water Resources - SRH, through the Central Competition Committee, presents the changes introduced in the Bidding Document under the epigraph:

In Section VII - Employer's Requirements. item 4.4.1 General Considerations, 3rd and 5th paragraphs, respectively, where one reads:

For reservoirs with a capacity of less than 500 m³, construction in welded carbon steel, bolted

carbon steel or concrete will be accepted.

For reservoirs with a capacity equal to or greater than 500 m³, construction in bolted steel or

concrete will be accepted.

One should read:

For reservoirs with a capacity of less than 500 m³, construction in welded carbon steel, bolted carbon steel, metallic manufactured by double-seam system or concrete will be accepted.

For reservoirs with a capacity equal to or greater than 500 m³, construction in bolted steel, manufactured by double-seam system or concrete will be accepted.

In APPENDIX 5 – ADDITIONAL TECHNICAL SPECIFICATIONS OF MATERIALS, EQUIPMENT AND HYDROMECHANICALS SUBJECT TO PRESENTATION OF ALTERNATIVE SPECIFICATIONS BY BIDDER WITH INTERNATIONAL STANDARDS., Section VII - Employer's Requirements, the following item is added:

  1. Metallic reservoir made of galvanized steel manufactured by the double-seam system.
      1. The materials, design, manufacture and assembly of the double-seam system must be in accordance with EN 1993-4-2, in its latest version.
      2. The structural design of the reservoir double-seam system should be in accordance with the general principles of the Eurocode 3:EN 1993-1-6 standard in its latest version.
      3. The material used in the reservoir is externally constituted of galvanized steel sheet with an internal stainless steel coating, using a joint tape.
      4. The galvanized steel sheet is EN10346 S350GD or similar. The stainless steel to be adopted for the internal coating will be (AISI 316 Ti).
      5. The reservoir must be provided, obligatorily, with a geodesic aluminum ceiling in compliance with the AWWA D108-10 standard.
      6. The ceiling will be constructed of 100% aluminum panels in triangular shape, they cannot be corrugated, however, they must have creases to increase their mechanical rigidity, which will be sealed and screwed tightly, interlocked, to a system of triangular aluminum framework, in order to form a spherical dome structure.
      7. The dome must have a free span and be designed to support itself from the peripheral structure with a horizontal primary beam contained by an integral tension ring. The static load on the dome should not exceed 100 kgf/m².
      8. Materials: - Triangular framework: 6061-T6 aluminum beams and profiles; - Triangular panels: aluminum sheets 3003-H16 with minimum 1.27 mm thickness; - Tension ring:  aluminum 6061-T6; - Anodized aluminum rivet 7075-T73; - Gasket and sealer: silicone rubber; - Openings, doors, suction cups: aluminum 6061-T6 H34 or 3033-H16.
      9. The fixation of the dome close to the side cannot be welded; and it must have a sliding device that allows the domus/side assembly to assimilate any expansion of the domus structure;
      10. Different materials in the side and in the dome, not compatible with each other, must be isolated to avoid galvanic corrosion;
      11. The bolts, nuts and washers used to fix the nozzles, inspection door and other accessories must be made of stainless steel;
      12. The sealant must be a single compound polyurethane, suitable for contact with drinking water and must have ANSI/NSF 61 certification for indirect additives;
      13. This sealant must withstand water that has a content of up to 5 mg/l of chlorine in a continuous regime, except during the washing/disinfection process, which will be carried out in accordance with AWWA C652;
      14. The sealer must be used in sealing the double-seam and ends of the plates and initial plates.  The sealer must be cured with a consistency equivalent to rubber, have excellent adhesion to the internal coating in galvanized and stainless steel, have a low degree of shrinkage and suitable for interior use and a useful life of 20 years;
      15. Side painting and coverage: a) Surface treatment: For new zinc plated, light abrasive blasting, standard Sa 1 of ISO 8501-1, use mineral abrasive grain 10/12. If abrasive blasting is not possible, perform severe cross-sanding with GR 60 sandpaper; b) Finishing Painting: Apply a coat of polyurethane paint, using a roller, brush or airless gun. The minimum dry film thickness must be 90 µm.

Fortaleza, January 18, 2021

________________________________________________________________

ADDENDUM Nº 02

BIDDING DOCUMENT - REQUEST FOR BIDS - RFB No. 20200001/CCC/SRH

CENTRAL COMPETITION COMMITTEE - CCC

CEARÁ WATER SECURITY AND GOVERNANCE PROJECT

LOAN AGREEMENT No. 9006 - BR

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT - IBRD

PURPOSE: CONTRACTING OF STUDIES, PLANNING, ENGINEERING DESIGN AND BUILDING OF WORKS OF THE BANABUIÚ WATER SUPPLY SYSTEM - SERTÃO CENTRAL (SAB – SC), BELONGING TO THE MALHA D'ÁGUA PROJECT FOR THE SUPPLY OF TREATED WATER TO 9 (NINE) MUNICIPALITIES AND 38 (THIRTY-EIGHT) DISTRICTS, IN THE STATE OF CEARÁ, BRAZIL

The State Secretariat of Water Resources - SRH, through the Central Competition Committee, presents the changes introduced in the Bidding Document under the epigraph:

Items 4.2 (a) and 4.2 (b) of Section III, Evaluation and Qualification Criteria are replaced by the following:

4.2 (a)

 Specific experience in construction and contract management

(i) Minimum number 03 (three) of Engineering Design contracts of like works specified below that have been satisfactory and substantially completed

 

(ii) Minimum number 02 (two) of similar contracts specified below that have been satisfactory and substantially completed4 as a principal Contractor, as an JV5 member, a Contractor, administrator or subcontractor6 between January 1, 2011 and deadline for Bid submissions:

 

02 contracts, each one with a minimum value U$ 55,000,000.00 or R$ 308,000,000.00

 

The similarity of the contracts shall be based on the following:

 

a) Design: Engineering Design of hydraulic works, including pipeline of at least 40 km in length, with a minimum diameter of 400 mm.

 

b) Execution: Execution of hydraulic works, including pipeline of at least 40 km in length, with a minimum diameter of 400 mm; At least one of the two contracts must include the execution of works for the Water Treatment System for human consumption with a minimum flow of 450 l/s.

Must meet requirement

 

 

 

 

 

Must meet requirement

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement

 

 

 

 

 

Must meet requirement

6.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Form 4.2 (a) (i)

 

 

 

 

 

 

Formularies EXP 4.2 (a) (ii)

4.2 (b)

 

In regard to contracts mentioned above and any other [substantially complete and under execution] as a principal Contractor, as an JV member or a subcontractor between January 1, 2010 and when the deadline for Requests submissions expire, a minimum experience in construction of the following satisfactorily completed key activities7:

 

 

a) Engineering Design of hydraulic works, including pipeline of at least 40 km in length, with a minimum diameter of 400 mm;

 

b) Execution of hydraulic works, including pipeline of at least 40 km in length, with a minimum diameter of 400 mm; At least one of the two contracts must include the execution of works for the Water Treatment System for human consumption with a minimum output of 450 l/s.

 

 

 

Must meet requirement
 

 

 

 

 

 

 

 

 

 

 

 

 

i.Engineering Design, assembly, installation and training of the Treatment Technologies of the Water Treatment Station Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;

 

ii.Instrumentation and Automation System of the Banabuiú Water Supply System;

 

iii.Execution or adjustment of electricity distribution networks

Must meet requirement. 
 

 

 

 

 

 

 

 

 

 

 

 

 

i.Engineering Design, assembly, installation and training of the Treatment Technologies of the Water Treatment Station Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;

 

ii.Instrumentation and Automation System of the Banabuiú Water Supply System;

 

iii.Execution or adjustment of electricity distribution networks

N/A

Must meet the following requirements with regard to the key activities listed below: 
 

 

 

 

 

i.Engineering Design, assembly, installation and training of the Treatment Technologies of the Water Treatment Station Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;

 

ii.Instrumentation and Automation System of the Banabuiú Water Supply System;

 

 

iii.Execution or adjustment of electricity distribution networks

Form EXP 2.4.1

In items 23.1 e 26.1, Section II. Bid Data Sheet (BDS), where one reads:

Date: March 9, 2021

Time: 09:00

One should read:

Date: March 24, 2021

Time: 10:00

Fortaleza, February 09, 2021

____________________________________________________________________

ADDENDUM Nº 03

BIDDING DOCUMENT - REQUEST FOR BIDS - RFB No. 20200001/CCC/SRH

CENTRAL COMPETITION COMMITTEE - CCC

CEARÁ WATER SECURITY AND GOVERNANCE PROJECT

LOAN AGREEMENT No. 9006 - BR

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT - IBRD

PURPOSE: CONTRACTING OF STUDIES, PLANNING, ENGINEERING DESIGN AND BUILDING OF WORKS OF THE BANABUIÚ WATER SUPPLY SYSTEM - SERTÃO CENTRAL (SAB – SC), BELONGING TO THE MALHA D'ÁGUA PROJECT FOR THE SUPPLY OF TREATED WATER TO 9 (NINE) MUNICIPALITIES AND 38 (THIRTY-EIGHT) DISTRICTS, IN THE STATE OF CEARÁ, BRAZIL

The State Secretariat of Water Resources - SRH, through the Central Competition Committee, presents the changes introduced in the Bidding Document under the epigraph:

Items 3.1 (i), 3.2, 4.1 (a), 4.2 (a), 4.2 (b) e 4.2 (c) of Section III, Evaluation and Qualification Criteria are replaced by the following:

Nº.

Item

Requerimentt

Individual Entity

All members, together

Each  member

At least one  member

Submission Requirements

3.1

Financial Capacity

(i)   The Bidder shall demonstrate access to or have liquid assets, free and clear real estate assets, credit lines and other financial means (other than payments due for contractual advances) sufficient to meet funding flow needs for constructions, estimated in US$ 9,000,000.00 for discounted Contract(s) and other Bidder commitments.  

Not applicable to the entity participating in the JV responsible for Engineering Design only.

 

Must meet requirement

 

Must meet requirement

 

N/A

 

 

N/A

 

 

Form FIN– 3.1, with attachments

3.2

Annual construction works average invoicing 

Minimum annual construction works average invoicing in US$ 50,000,000.00, calculated as the total certified payments received for contracts underway and/or completed in the last 05 (five) years, divided by the last 05 (five) years.

Not applicable to the entity participating in the JV responsible for Engineering Design only.

 

Must meet  requirement

Must meet   requirement

Must comply with 10% (ten percent) of the  requirement

Must comply with 40% (forty percent) of the  requirement

Form FIN – 3.2

 

4.1 (a)

Specific experience in construction and contract management

(i) Experience with construction contracts such as principal Contractor, member of an JV, subcontractor or contractor administrator for at least 05 (five) years in the last 20 (twenty) years since January 1, 2001.

Not applicable to the entity participating in the JV responsible for Engineering Design only.

 

 

(ii) Experience in elaboration Works Engineering Design, individually or as an JV member, a subcontractor for at least 05 (five) years in the last 20 (twenty) years since January 1, 2001.

 

Must meet requirement

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

Must meet requirement

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement. May be a specialized subcontractor.

Form EXP – 4.1

 

 

 

 

 

 

 

 

 

 

4.2 (a)

Specific experience in construction and contract management

(i) 01 (one) Engineering Design contract for water pipeline of at least 40 km in length, with a minimum diameter of 400 mm, that have been satisfactory and substantially completed 4 as a principal Contractor, as an JV 5member, Contractor, administrator or subcontractor between 1 January 2001 and the term for sending bids;

 

 

(ii) 01 (one) Water Treatment System Engineering Design contract for human consumption with a minimum flow rate of 450 l/s, that have been satisfactory and substantially completed 4 as a principal Contractor, as an JV 5member, Contractor, administrator or subcontractor between 1 January 2001 and the term for sending bids;

 

 

(iii) 02 (two) contract for the execution of hydraulic works, with a minimum value of US$ 55,000,000.00 that have been satisfactory and substantially completed 4 as a principal Contractor, as an JV 5member, Contractor, administrator or subcontractor between 1 January 2001 and the term for sending bids;

 

 

 

(iv) 01 (one) contract for the execution of a water pipeline of at least 40 km in length, with a minimum diameter of 400 mm, that have been satisfactory and substantially completed 4   as a principal Contractor, as an JV 5member, Contractor, administrator or subcontractor between 1 January 2001 and the term for sending bids;

 

 

 

(v) 01 (one) contract execution of a Water Treatment System for human consumption with a minimum flow rate of 450 l/s, that have been satisfactory and substantially completed 4 as a principal Contractor, as an JV 5member, Contractor, administrator or subcontractor between 1 January 2001 and the term for sending bids;

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

 

 

 

 

 

 

 

 

 

 

Must comply with requirement

 

Formularies EXP 4.2 (a) (ii)

 

 

 

 

 

 

 

 

 

 

 

 

 

Formularies EXP 4.2 (a) (ii)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Formularies EXP 4.2 (a) (ii)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Formularies EXP 4.2 (a) (ii)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Formularies EXP 4.2 (a) (ii)

4.2 (b)

 

In regard to contracts mentioned above and any other [substantially complete and under execution] as a principal Contractor, as an JV member or a subcontractor between January 1, 2001 and when the deadline for Requests submissions expire, a minimum experience in construction of the following satisfactorily completed key activities7:

 

i. Assembly, installation and training of the Treatment Technologies of the Water Treatment Station Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;

 

ii.Instrumentation and Automation System of the Banabuiú Water Supply System;

 

iii.Execution or adjustment of electricity distribution networks

Must comply with requirement


 

 

 

 

 

 

 

 

 

Must comply with requirement


 

 

 

 

 

 

 

 

 

 

N/A

N/A

Form EXP – 4.2(b)-1

4.2 (c)

Specific Experience in managing ES aspects

For the contracts in 4.2 (a) above and/or any other contracts substantially completed and under implementation as prime contractor, joint venture member, or Subcontractor between 1st January 2011 and Application submission deadline, experience in managing ES risks and impacts in the following aspects:

a) Have implemented or designed and implemented at least 02 Social and Environmental Management Programs in projects financed by multilateral organizations;

b) Have elaborated or elaborated and implemented at least 02 Involuntary Resettlement Plans in projects financed by BID or BIRD and 02 Land and Improvement Appraisals;

Must meet requirement


 

 

 

 

 

 

 

 

 

Must meet requirement


 

 

 

 

 

 

 

 

 

 

N/A

 

N/A

Form EXP – 4.2 (c)

In items 23.1 e 26.1, Section II. Bid Data Sheet (BDS), where one reads:

Date: March 24, 2021

Time: 09:00

One should read:

Date: April 22, 2021

Time: 09:00

In item 33.2, Section II. Bid Data Sheet (BDS), where one reads:

 

ITB 33.2

The parts of the Works for which the Employer permits Bidders to propose Specialized Subcontractors are designated as follows:

 

  1. Engineering Design, assembly, installation and training of the Treatment Technologies of the Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;
  2. Services related to compliance with social and environmental safeguards and resettlement issues;
  3. Instrumentation and Automation System of the Banabuiú Water Supply System;
  4. Execution or adjustment of electricity distribution networks;

 

For the above-designated parts of the Works that may require Specialized Subcontractors, the relevant qualifications of the proposed Specialized Subcontractors shall be added to the qualifications of the Bidder for the purpose of evaluation.

One should read:

ITB 33.2

The parts of the Works for which the Employer permits Bidders to propose Specialized Subcontractors are designated as follows:

 

  1. Assembly, installation and training of the Treatment Technologies of the Water Treatment Plant - WTP and the Waste Treatment Station - ETRG;

 

  1. Services related to compliance with social and environmental safeguards and resettlement issues;

 

  1. Instrumentation and Automation System;

 

  1. Execution or adjustment of electricity distribution networks;

 

For the above-designated parts of the Works that may require Specialized Subcontractors, the relevant qualifications of the proposed Specialized Subcontractors shall be added to the qualifications of the Bidder for the purpose of evaluation.

In item 39.1, Section II. Bid Data Sheet (BDS), where one reads:

The date for the exchange rate shall be: 28 (twenty eight) days before the deadline for the submission of the Bids, that is, 09 of February 2021.

One should read:

The date for the exchange rate shall be: 28 (twenty-eight) days before the deadline for the submission of the Bids, that is, 25 of March 2021.

In item 4.5.6, Section VII. Employer´s Requirements, where one reads:

To remove cyanotoxins, the use of activated carbon and other technologies shall be assessed and considered.

One should read:

To remove cyanotoxins, the use of activated carbon and other technologies shall be assessed.

Fortaleza, March 03.2021.

_________________________________________________________________

ADDENDUM Nº 04

BIDDING DOCUMENT - REQUEST FOR BIDS - RFB No. 20200001/CCC/SRH

CENTRAL COMPETITION COMMITTEE - CCC

CEARÁ WATER SECURITY AND GOVERNANCE PROJECT

LOAN AGREEMENT No. 9006 - BR

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT - IBRD

PURPOSE: CONTRACTING OF STUDIES, PLANNING, ENGINEERING DESIGN AND BUILDING OF WORKS OF THE BANABUIÚ - SERTÃO CENTRAL WATER SUPPLY SYSTEM (SAB – SC), BELONGING TO THE MALHA D'ÁGUA PROJECT FOR THE SUPPLY OF TREATED WATER TO 9 (NINE) MUNICIPALITIES AND 38 (THIRTY-EIGHT) DISTRICTS, IN THE STATE OF CEARÁ, BRAZIL

The State Secretariat of Water Resources - SRH, through the Central Competition Committee, presents the changes introduced in the Bidding Document under the epigraph:

In ITB 11.2 (b), Section I. Instruction to Bidders (ITB), where one reads:

(b) Bid Security or Bid-Securing Declaration, in accordance with ITB 19.1;

One should read:

(b) Bid Security or Bid-Securing Declaration, in accordance with ITB 20.1;

In ITB 11.2 (d), Section I. Instruction to Bidders (ITB), where one reads:

(d) Authorization: written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.3;

One should read:

(d) Authorization: written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 21.3;

In ITB 11.3 (e), Section II. Bid Data Sheet (BDS), where one reads:

In the Bid – Financial Part, in addition to the List of Activities and Sub-Activities with Prices, the Bidder shall submit the following additional documents:

Details of the costs with the consumption of chemicals, personnel, electricity, sludge disposal on a monthly basis as detailed in Section III. Evaluation and Qualification Criteria, paragraph 6. Technical Evaluation.

One should read:

In the Bid – Financial Part, in addition to the List of Activities and Sub-Activities with Prices, the Bidder shall submit the following additional documents:

None.

In ITB 12.1, Section I. Instruction to Bidders (ITB), where one reads:

The Letter of Bid – Technical Part, Letter of Bid – Financial Part and Priced Activity Schedules shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB 20.3. All blank spaces shall be filled in with the information requested.

One should read:

The Letter of Bid – Technical Part, Letter of Bid – Financial Part and Priced Activity Schedules shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB 25.1. All blank spaces shall be filled in with the information requested.

In ITB 20.1, Section II. Bid Data Sheet (BDS), where one reads (only in the portuguese version of the bidding document):

ITB 20.1

The written confirmation of authorization to sign on behalf of the Bidder shall consist of: the Bidder's legal representative must file a Power of Attorney duly notarized, demonstrating the signatory's authority to sign the Bid on behalf of the Bidder.

One should read:

ITB 21.1

The written confirmation of authorization to sign on behalf of the Bidder shall consist of: the Bidder's legal representative must file a Power of Attorney duly notarized, demonstrating the signatory's authority to sign the Bid on behalf of the Bidder.

In ITB 21.2, Section II. Bid Data Sheet (BDS), where one reads:

ITB 21.2

In addition to the original of the Bid, the number of copies are: 03 copies.

One should read:

ITB 23.2

In addition to the original of the Bid, the number of copies are: 03 copies.

In item 3. Key Personnel, Section III. Evaluation and Qualification Criteria, where one reads:

6.

ELECTROMECHANICS SPECIALIST

Degree in Electromechanical Engineering.

- Minimum experience of 10 (ten) years in electromechanics, being technical responsible of, at least, 03 (three) Engineering Design of hydraulic works in the sanitation area with a minimum installed power of 1000 CV.

8.

INDUSTRIAL AUTOMATION SPECIALIST

Degree in Electrical Engineering.

Minimum experience of 05 (five) years in industrial automation, being technical responsible of, at least, 03 (three) Engineering Design of WTP automation projects, supply lines systems and reservoirs.

One should read:

6.

ELECTROMECHANICS SPECIALIST

Degree in Electromechanical Engineering, Electromechanical Engineering, Mechanical Engineering or Electrical Engineering

- Minimum experience of 10 (ten) years in electromechanics, being technical responsible of, at least, 03 (three) Engineering Design of hydraulic works in the sanitation area with a minimum installed power of 1000 CV.

8.

ESPECIALISTA EM AUTOMAÇÃO INDUSTRIAL

Degree in Electrical Engineering Electrical Engineering or Control and Automation Engineering.

Minimum experience of 05 (five) years in industrial automation, being technical responsible of, at least, 03 (three) Engineering Design of WTP automation projects, supply lines systems and reservoirs.

In item 6. Technical Evaluation, Section III. Evaluation and Qualification Criteria, where one reads:

(b.3) KWH/m3 - Use this formula to list the offers for the Treated Water Pumping Station at the WTP and the Treated Water Pumping Stations for the supply of the nine Municipal Seats (EEAT-SM), operating with the total output of project (table 2.1 of section VII); (13%)

Formula:     

Lowest proposed kwh/m3 consumption

Value kwh/m3 of the offer under assessment

       

At least, the following documents must be presented, as per 4.2 of Section VII:

- Calculation Report;

- Normative references;

- Equipment specifications that certify to performance;

- Reference curves for motor pump sets extracted from suppliers' catalogs.

One should read:

(b.3) KWH/m3 - Use this formula to list the offers for the Treated Water Pumping Station at the WTP and the Treated Water Pumping Stations for the supply of the nine Municipal Seats (EEAT-SM), operating with the total output of project (table 2.1 of section VII). Pumping time of 20 (twenty) hours per day should be considered for a period of 30 (thirty) days. (13%)

For the calculation of the kwh/m3 consumption of the stations, use formula below:

Consumo kwh/m3=i=1nE1i=1nV1=( E1+E2+…+EnV1+V2+…+Vn )

Consumption kwh/m3 = total consumption kwh/m3 of the "n" pumping stations;

E = Energy consumption of each pumping station, in kwh;

V = Total pumped volume of each pumping station, in m³;

n = Number of pumping stations.

Formula:     

Lowest proposed kwh/m3 consumption

Value kwh/m3 of the offer under assessment

       

At least, the following documents must be presented, as per 4.2 of Section VII:

- Calculation Report;

- Normative references;

- Equipment specifications that certify to performance;

- Reference curves for motor pump sets extracted from suppliers' catalogs.

It is added to Section IV. Bidding Forms:

Form EXP - 4.2(c)

Specific Experience in Managing ES aspects

[The following table shall be filled in for contracts performed by the Bidder, and each member of a Joint Venture]

Bidder's Name: ________________
Date: ___________________
Bidder's JV Member Name: __________________
RFB No. and title: _____________________

Page __________________of ________________pages

        1. Key Requirement no “a” in accordance with 4.2 (c): ______________________

Contract Identification

 

Award date

 

Completion date

 

Role in Contract

 

Prime Contractor

¨

Member in
JV

¨

Management Contractor

¨

Subcontractor

¨

Total Contract Amount

 

US$

Details of relevant experience

 

        1. Key Requirement “b” in accordance with 4.2 (c): ______________________

In item 4.1.4, Section VII. Employer’s Requirement, where one reads:

The pumps must be of the axially split centrifugal type, driven by motors with a minimum of 4 poles, and a minimum efficiency of 70%. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled.

One should read:

The pumps must be of the axially split centrifugal type, driven by motors with a minimum of 4 poles, and a minimum efficiency of 70%. If there is no availability in the market of sets with requested performance efficiency, the bidder must present 03 (three) sets with efficiency curves of less than 70% and opt for the set with higher efficiency. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled or cooled by the pumped fluid itself (amphibious pumps).

In item 4.2.2, Section VII. Employer’s Requirement, where one reads:

Type of pump set: axially split centrifugal type, driven by motors with a minimum of 4 poles, and a minimum efficiency of 70%. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled.

One should read:

Type of pump set: axially split centrifugal type, driven by motors with a minimum of 4 poles, and a minimum efficiency of 70%. If there is no availability in the market of sets with requested performance efficiency, the bidder must present 03 (three) sets with efficiency curves of less than 70% and opt for the set with higher efficiency. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled or cooled by the pumped fluid itself (amphibious pumps).

In item 4.2.3, Section VII. Employer’s Requirement, where one reads:

The pumps must be centrifugal with monobloc construction or other technology that does not require the alignment of the motor and pump axes. Driven by motors with a minimum of 4 poles and minimum set efficiency of 70%. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled.

One should read:

The pumps must be centrifugal with monobloc construction or other technology that does not require the alignment of the motor and pump axes. Driven by motors with a minimum of 4 poles and minimum set efficiency of 70%. If there is no availability in the market of sets with requested performance efficiency, the bidder must present 03 (three) sets with efficiency curves of less than 70% and opt for the set with higher efficiency. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled or cooled by the pumped fluid itself (amphibious pumps).

In item 4.2.4, Section VII. Employer’s Requirement, where one reads:

The pumps must be centrifugal with monobloc construction or other technology that does not require the alignment of the motor and pump axes. Driven by motors with a minimum of 4 poles and minimum set efficiency of 70%. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled.

One should read:

The pumps must be centrifugal with monobloc construction or other technology that does not require the alignment of the motor and pump axes. Driven by motors with a minimum of 4 poles and minimum set efficiency of 70%. If there is no availability in the market of sets with requested performance efficiency, the bidder must present 03 (three) sets with efficiency curves of less than 70% and opt for the set with higher efficiency. Rotors must be made of stainless steel or cast bronze and electrically insulated flexible type coupling. The motors must be air-cooled or cooled by the pumped fluid itself (amphibious pumps).

It is added to Section VII. Employer’s Requirement:

Appendix 7 – WTP´s Area Location Map

In Section IX. Particular Conditions of Contract, Part A – Contract Data, where one reads:

Performance Security

4.2

The Performance Security shall be in the form of a demand guarantee in the amount(s) of 10% (ten percent) of the Accepted Contract Amount and in the same currency (ies) of the Accepted Contract Amount.

One should read:

Performance Security

4.2

The Performance Security shall be in the form of (i) a demand guarantee in the amount(s) of 10% (ten percent) or (ii) a performance bond in the amount(s) of 30% (thirty percent) of the Accepted Contract Amount and in the same currency (ies) of the Accepted Contract Amount.

TERMS OF PAYMENT

List of Activities No.  [ INDICATE ]

Payments corresponding to the List of sub-activities grouped in the List of Activities No. 1 shall be made in the following manner:

Ten percent (10%) of amount as an advance, against invoice receipt and an irrevocable Advance Guarantee for an equivalent amount issued in favor of the Employer. The Advance Guarantee may be reduced in proportion to the plant and delivered equipment to the site value, as they are certified in the respective shipping and delivery documents.

Eighty percent (80%) of the List total, or prorated amount at the time of finishing the agreed Sub-Activities, within forty-five (45) days, following the receipt of the Interim Payment Certificates.

Five percent (5%) of the List total, or prorated amount at the time of finishing the agreed Sub-Activities, against issuing the Takin-Over Certificate, within forty-five (45) days after receiving the invoice.

Five percent (5%) of the List total, or prorated amount at the time of finishing the agreed Sub-Activities, against issuing the Performance Certificate, within forty-five (45) days after receiving the invoice.

List No. [ INDICATE ]Engineering Design Services

Payments for design services, both the foreign and the national currency parts, shall be paid in the following manner:

Ten percent (10%) of the total amount of design services as an advance, against receiving the invoice and an irrevocable Advance Guarantee for an equivalent amount in favor of the Employer.

Ninety percent (90%) of the total or prorated amount for design services, against the Engineer’s acceptance of the design within forty-five (45) days after receiving the invoice.

Should there be no payment at the intended date, The Employer shall pay interests to the Contractor on the amount of said late payment, according sub-clause 14.8, until the payment has been totally completed.

PAYMENT PROCEDURE

When a confirmation is requested and make payments the procedures shall be as follows:

One should read:

TERMS OF PAYMENT

List of Activities nº 01: Construction of Works (Activities 06, 07 and 08). 

Payments corresponding to the List of sub-activities grouped in the List of Activities No. 1 shall be made in the following manner:

Ten percent (10%) of amount as an advance, against invoice receipt and an irrevocable Advance Guarantee for an equivalent amount issued in favor of the Employer. The Advance Guarantee may be reduced in proportion to the plant and delivered equipment to the site value, as they are certified in the respective shipping and delivery documents.

Eighty percent (80%) of the List total, or prorated amount at the time of finishing the agreed Sub-Activities, against issuing the respective Interim Payment Certificates.

Five percent (5%) of the List total, or prorated amount at the time of finishing the Section defined in the "Summary of Section" table of Section IX. Section IX. Particular Conditions of Contract, against the issuance of Takin-Over Certificate.

Five percent (5%) of the total amount of the Contract relating to Activities nº 6, 7 and 8 with their respective Subactivities, against issuing the Performance Certificate

List nº 02: Engineering Design Services - Activities 01 to 05

Payments for design services, both the foreign and the national currency parts, shall be paid in the following manner:

Ten percent (10%) of the total amount of design services as an advance, against receiving the invoice and an irrevocable Advance Guarantee for an equivalent amount in favor of the Employer.

Ninety percent (90%) of the total or prorated amount for design services, against the Engineer’s acceptance of the design.

Should there be no payment at the intended date, The Employer shall pay interests to the Contractor on the amount of said late payment, according sub-clause 14.8, until the payment has been totally completed.

PAYMENT PROCEDURE

When a certification for payments is requested, the payment procedures should be as follows:

The procedures are those listed in clause 14.3 of the Agreement.

Fortaleza, April 12, 2021.

__________________________________________________________________

*All all clarifications and its responses can be found at https://www.portalcompras.ce.gov.br/compras/menu-licitacoes-licitaweb. Go to ‘CONSULTAR LICITAÇÕES PUBLICADAS’ and fill the following fields: Nº Viproc: 09420297/2020, Órgão: Secretaria dos Recursos Hídricos, Número do Edital: 2020 0001 // *Todas as notas de esclarecimentos e suas respectivas respostas podem ser encontradas em https://www.portalcompras.ce.gov.br/compras/menu-licitacoes-licitaweb/. Clique ‘CONSULTAR LICITAÇÕES PUBLICADAS’ and fill the following fields: Nº Viproc: 09420297/2020, Órgão: Secretaria dos Recursos Hídricos, Número do Edital: 2020 0001

 

 

 

 

 

FORMER NOTICE 

 

 

 

BIDDING NOTICE

Date: December 04, 2020

Loan Agreement no. 9006-BR

Bidding RFB no. 20200001/CCC/SRH.

1. The Government of the State of Ceará received a loan from the International Bank for Reconstruction and Development - IBRD (World Bank), related to the cost of CEARÁ WATER SECURITY AND GOVERNANCE PROJECT, and intends to apply part of the proceeds of that loan to payments eligible under the Contract for CONTRACTING OF STUDIES, PLANNING, ENGINEERING DESIGN AND BUILDING OF WORKS OF THE BANABUIÚ WATER SUPPLY SYSTEM - SERTÃO CENTRAL (SAB – SC), BELONGING TO THE MALHA D'ÁGUA PROJECT FOR THE SUPPLY OF TREATED WATER TO 9 (NINE) MUNICIPALITIES AND 38 (THIRTY-EIGHT) DISTRICTS, IN THE STATE OF CEARÁ, BRAZIL.

2. The Government of the State of Ceará, through the State Secretariat of Water Resources - SRH, hereinafter referred to as "Employer", requests closed bids from Competitors eligible for the execution of the Services referred to in Item 1 above and described in the Employer's Requirements, Section VII of Bidding Document of the Request for Bids (RFB) nº. 20200001/CCC/SRH.

3. Complete bidding documentation can be obtained free of charge via Internet on the website www.seplag.ce.gov.br or in the Central Competition Committee - CCC, located in the Bidding Center of the State of Ceará, with address at Av. Dr. José Martins Rodrigues, no. 150 - Bairro Edson Queiroz, in the city of Fortaleza - Ceará, Phone: +55(85) 3459-6374 / 3459-6376, Fax: +55(85) 3101-6622, from 8:00 a.m. to 12:00 p.m. and from 2:00 p.m. to 5:30 p.m., upon submission of a pen drive .

4. Bids must be delivered to the Central Competition Committee - CCC, with address at Av. Dr. José Martins Rodrigues, no. 150 - Bairro Edson Queiroz, in the city of Fortaleza - Ceará, Phone: +55 (85)  3459-6376, Fax (85) 3101-6622, until 9:00 a.m. of the 9th of March 2021, accompanied by a Bid Security in the amount of  one million dollars (U$ 1,000,000.00) or five million and six hundred thousand reais (R$ 5,600,000.00) and will be opened immediately after in the presence of interested parties who wish to attend the opening ceremony.

5. The Services must be executed at the Site, as described in Section VII.

Maria Betânia Sabóia Costa

Vice President of CCC

icon

Servicios personalizados

 

Los servicios personalizados de ICEX son soluciones a tu medida desarrollados por las Oficinas Económicas y Comerciales de las Misiones Diplomáticas de España en el exterior...

 

icon

eMarket Services

 

eMarket Services es un programa de ICEX para facilitar a las empresas españolas, especialmente pymes, la venta a través de canales online y especialmente la utilización de los mercados electrónicos...

 

icon

Presentación simulador de costes

 

Se trata de un servicio online que te permite conocer el coste aproximado de la instalación de tu empresa en cualquier mercado y compararlo con otros países.