MONTENEGRO

Environmental Protection Agency

Montenegro Industrial Waste Management and Clean-up Project (IWMCP)

Invitation for Bids (IFB)

for

‘’Remediation works in the Shipyard “Bijela”

Loan No. 8428-0 ME

Reference No. MNE-IWMCP-8428-ICB-W-17-1.3.5

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue online on March 18, 2015.

Montenegro has received financing from the World Bank toward the cost of the Industrial Waste Management and Clean-up Project (IWMCP). The IWMCP aims to (i) reduce the environmental and public health risks of selected industrial waste disposal sites through investments in environmental control measures and infrastructure for management of industrial waste; and (ii) strengthen institutional capacity to regulate and manage industrial and hazardous waste.

The Environmental Protection Agency (EPA) is implementing agency for the project and intends to apply part of the proceeds of this loan towards payment for on the ‘’Remediation works in the Shipyard “Bijela” contaminated soil and blasting grit waste’’

Technical Services Unit – TSU (under the Ministry of Finance), and on behalf of the client EPA invite sealed bids from Interested eligible and qualified bidders for remediation works: 

The remediation scope of the project includes all old blasting grit wastes stored in piles A, B and C, all new blasting grit wastes stored in piles D and E, all subsurface materials in the derelict dumping area that contain > 50 % blasting grit waste, all blasting grit wastes and contaminated topsoil present in the depot areas and remediation site to a maximum depth of 0.10 m, all soil in the derelict dumping area and its direct vicinity that contains petroleum hydrocarbons above 5,000 mg/kg d.w.

The works required to reach the remediation goals may be divided into the following categories:

  1. Removal of all waste materials from the remediation area surface that are not blasting grit waste or contaminated soil
  2. Excavation or collection of blasting grit waste from the previously packed bags and the derelict dumping area, including soil containing petroleum hydrocarbons above 5,000 mg/kg d.w. and/or more than 50% blasting grit waste
  3. Sieving of the material to remove large objects
  4. Repacking of hazardous blasting grit waste and contaminated soil in big bags and export to a treatment facility abroad
  5. Backfilling the excavation pit (that will remain after excavation of blasting grit wastes and contaminated soil at the location of the derelict dumping area) below groundwater level with clean sand or gravel
  6.  Immobilization of non-hazardous blasting grit waste on site and backfilling of the excavation pit above.

End result of the project

After finalization of the remediation all hazardous blasting grit wastes and severely contaminated soil from the derelict dumping area have been removed from the site and transported to a facility for destruction, processing or re-use. The remediated areas of the shipyard have been cleared from all above ground hazardous wastes and the area is made suitable for continued industrial use.

Qualifications requirements of the Contractor will include:

  1. Proof of legal status and place of registration;
  2. The average annual financial amount of construction works over the period of last five years.
  3. Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least five years, starting 1st January 2011 prior to the applications submission deadline and with activity in at least nine (9) months in each year.  
  4. Participation as prime contractor, JV member, sub-contractor, or management contractor, in at least two [2] contracts between 1st January 2011 and application submission deadline, each with a required value that have been completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, and methods/technology.
  5. Construction equipment requested to carry out the Contract;
  6. Qualifications and experience of key personnel proposed for the Contract;
  7. The minimum amount of liquid assets.
  8. Proofs of financial standing of the Bidder for the past 5 years;
  9. Information regarding any litigation during the last five years (since 1st January  2011), in which the Bidder was/is involved, the parties concerned, and the disputed amounts; and awards;
  10. Selected Contractor will provide prior the Contract signature required License in accordance with Montenegrin legislation.

.

Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits January 2011and is open to all eligible bidders as defined in the Procurement Guidelines.

In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.

Interested eligible bidders may obtain further information from 09:00 to 17:00 local time and inspect the Bidding Documents at the address given below.

A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee of 200 EUR.

The method of payment will be direct deposit to specified account:

Beneficiary Customer: / 2345800-02010658

Ministarstvo Finansija CG Projekat IWMCP  (za otkup tenderske dokumentacije)

81000 Podgorica, Montenegro;

SWIFT transfers in EUR...............................................................................................

Field 56A:                       SOGEFRPP

(Intermediary)                 SOCIETE GENERALE - PARIS

Field 57A:                       (Acc. with Inst) PDBPMEPG

Podgoricka banka ad Societe Generale Group Podgorica

Field 59:               /ME25550005220000032317

(Beneficiary)   MIN. FINANSIJA; PODGORICA; MONTENEGRO     .................................................................................................

INTERNATIONAL DEPARTMENT

Reference number: MNE-IWMCP-8428-ICB-W-17-1.3.5

For Local Payment Acc. Number: 832-1191-19

All bids must be accompanied by a bid security of 360,000.00EUR.

Bids must be delivered to the address below at or before March 31,  2017, 12:00 local time. Electronic Bidding shall not be permitted. Late bids will be rejected.  Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the address below March 31, 2017.  12:05. local time.

 

            The address referred to above is:

Ministry of Finance-Technical Service Unit

Adresa: Jovana Tomaševića b.b. (Stara zgrada Vlade) kancelarija 48

81000 Podgorica, Crna Gora

Telephone:  + 382 20 201 695

Fax number: + 382 20 201 698

Electronic mail address:  Ova adresa el. pošte je zaštićena od spambotova. Omogućite JavaScript da biste je vidjeli.">zoran.mijovic@mif.gov.me  

Leave a comment

Make sure you enter all the required information, indicated by an asterisk (*). HTML code is not allowed.

O RIO projektu

Glavni cilj RIO projekta je da smanji zagađenje crnogorskih prirodnih resursa, kao i rizik po javno zdravlje nastao eksponiranjem zagađenju iz određenih industrijskih deponija.

O EPA

Agencija za zaštitu životne sredine Crne Gore implementira ciljeve i standarde Evropske Unije kada je u pitanu zaštite životne sredine. Naša misija je da aktivno razvijamo ekološki status Crne Gore tako što ćemo služiti prirodi, zdravlju, ali i ekonomskom interesu sadašnjih i budućih generacija.

Kontakt

 

  • Addresa: IV Proleterske 19      81000 Podgorica, Montenegro
  • Telefon: +382 20 446 527
  •  E-mail: info@rio.org.me