Web Portal - Elliniko Metro A.E.
ELLINIKO METRO A.EELLINIKO METRO A.EELLINIKO METRO A.E logo espa
ELLINIKO METRO A.EELLINIKO METRO A.EELLINIKO METRO A.E logo espa

RFP-243/13 – “GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR EVOSMOS EXTENSION AND COMPLETION OF GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR STAVROUPOLI EXTENSION AND PYLEA DEPOT OF THESSALONIKI METRO NETWORK”

  • Home
  • Announcements - Current Tenders
  • RFP-243/13 – “GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR EVOSMOS EXTENSION AND COMPLETION OF GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR STAVROUPOLI EXTENSION AND PYLEA DEPOT OF THESSALONIKI METRO NETWORK”
SUMMARY CONTRACT NOTICE FOR DESIGN PREPARATION AT A PRE-ESTIMATED FEE EXCEEDING THE LIMIT SET BY DIRECTIVE 2004/17/ΕC
PART Ι:AWARDING AUTHORITY

TRADE NAME, ADDRESSES AND COMMUNICATION DETAILS
ATTIKO METRO S.A.
Messogion Ave. 191-193, ATHENS 115 25 GREECE
Attention: Κ. Saiti Tel. (+3) 210-6792473, 210-6792351 FAX: (+3) 210-6726126
e-mail: [email protected]
web page: www.emetro.gr

PART ΙΙ: SCOPE OF THE CONTRACT

DESCRIPTION
The title of the Contract is “GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR EVOSMOS EXTENSION AND COMPLETION OF GEOLOGICAL AND GEOTECHNICAL SURVEYS AND DESIGNS FOR STAVROUPOLI EXTENSION AND PYLEA DEPOT OF THESSALONIKI METRO NETWORK” and the place of provision of the services is: THESSALONIKI – GREECE. Service Category No. 12 (Annex XVIIA of Directive 2004/17/ΕC).

The present Summary Contract Notice is about the award of a framework agreement and the conclusion with the selected Contractor of four, as a maximum, individual contracts for the preparation of designs.

The scope of the Contract is the preparation of geological and geotechnical surveys and designs in the framework of Thessaloniki Metro and, in particular, the following scopes:

(a) Extension to Evosmos:

The extension begins after the forestation of the NEW RAILWAY STATION of Thessaloniki Metro Base Project and is held towards Evosmos; the length of the alignment is approximately 4.5km and includes four (4) stations. The train stabling area is also included in the above length.

The following works are foreseen to be executed in this area: a) geological surveys and a geological design, and b) geotechnical surveys which shall include borehole drillings accompanied by geological and geotechnical field works and laboratory tests, as well as scheduling of surveys, presentation of the results and evaluation of the geotechnical surveys.

(b) Extension to Stavroupoli:

This extension begins from DIMOKRATIAS Station of Thessaloniki Metro Base Project and is headed towards Efkarpia; the length of the alignment is approximately 5.3km and includes five (5) stations. Even though geological and geotechnical surveys and designs have already been prepared for this extension, they must be supplemented and completed.

(c) Pylea Depot:

In order to accommodate the needs of Thessaloniki Metro extensions to Evosmos and Stavroupoli, Pylea Depot needs to be expanded. This expansion shall occupy the NE end of the existing Depot under construction and shall cover an area of approximately 51,000m2. Geotechnical surveys shall be carried out in this area and they shall include borehole drillings accompanied by geological and geotechnical field works and laboratory tests, as well as scheduling of surveys, presentation of the results and evaluation of the geotechnical surveys.

The Contract is drawn based on the agreement governing public contracts, cannot be divided into parts, while alternative proposals shall not be considered.

Pre-estimated Fee:
Overall fee: 2,825,000.00€ (VAT excluded)

Contract Duration or Deadline for the Execution:
35 months following the signing of the framework agreement.

PART ΙΙΙ

Α: LEGAL, FINANCIAL AND TECHNICAL INFORMATION

  1. Required Guarantees
    Participation guarantee at the amount of 56,500.00€. Good Execution guarantee at the amount of 56,500.00€ for signing the framework agreement. Additional good execution guarantee for signing each individual contract amounting to 3% of each specific contract price.
  2. Main Terms for Funding and Payment
    The design has been incorporated in ATTIKO METRO S.A. Scheduled Designs and the contracts shall be funded by the Public Investment Program. Payments to the Contractor shall be made on the basis of the stipulations in the Tender documents and in L. 3316/05.
  3. Legal form which the Group of Financial Operators awarded with the contract must be vested with
    Joint Venture (J/V) or Consortium.
  4. The implementation of the contract is governed by the stipulations of L. 3316/2005 “Awarding and Execution of Public Contracts for the preparation of designs and the provision of associated services”, as amended and currently in force.

Β: CONDITIONS FOR PARTICIPATION 

  1. The required license categories are as follows:
    • Design category (20) “Geological, Hydrogeological and Geophysical Designs and Surveys” license class C’ or D’ or E;
    • Design category (21) “Geotechnical Designs and Surveys”, license class D or E.
      “Licenses” are meant those applicable for the Greek Designers Registry or Greek Engineering Firms Registry indicated in article 39 of L. 3316/2005 and Presidential Decree 138/2009 (FEK A’/85/24.09.2009).

      Eligible to participate in the tender are natural or legal entities, either individually or in a joint venture or consortium, which will or has been established, provided that these entities or their members (in case of Joint Ventures or Consortia):

      • are registered in the Greek Registers of Designers or Engineering Firms and they are holders of licenses of the design categories and classes mentioned in the previous paragraph, or
      • originate from member-states of the EU or the EFA or countries which have signed the public contract agreement of the WTO, which keep similar registries, as per article 52 of Directive 2004/18/EC, and they are registered in design categories and classes corresponding to those indicated in the above paragraph, or
      • originate from member-states of the EU or the EFA which do not keep the registries mentioned in the previous paragraphs, or from states that have ratified the agreement about public contracts of the World Trade Organization, which are registered in the professional-commercial Registry provided in Annex IX C of Directive 2004/18/EC or in the respective registers of the state of their seat and they possess a general experience corresponding to the experience resulting from the registration in the Registry of Designers – Engineering Firms, i.e., their executives possess the following experience in the respective design categories, as per article 39 of L. 3316/2005:
        • For design category (20) “Geological, Hydrogeological and Geophysical Designs and Surveys”, at least one executive who must have obtained his degree twelve years ago and has a proved experience in the said category or at least one executive who must have obtained his degree twelve years ago and has a proved experience in the said category and one executive who must have obtained his degree eight years ago and has a proved experience in the said category and two executives who have obtained their degrees four years ago and have a proved experience in the said category or at least two executives who must have obtained their degree twelve years ago and have a proved experience in the said category and one executive who has obtained his degrees eight years ago and have a proved experience in the said category and four executives who must have obtained their degree four years ago and have a proved experience in the said category
        • For design category (21) “Geotechnical Designs and Surveys”, at least one executive who has obtained his degree twelve years ago and have a proved experience in the said category and one executive who must have obtained his degree eight years ago and has a proved experience in the said category and two executives who must have obtained their degree four years ago and have a proved experience in the said category or at least two executives who have obtained their degrees twelve years ago and have a proved experience in the said category and one executive who must have obtained his degree eight years ago and has a proved experience in the said category and four executives who must have obtained their degree four years ago and have a proved experience in the said category.
  2. Each bidder is disqualified from the procedure as long as the reasons for disqualification mentioned in article 19 of the Invitation are valid (participation in a criminal organization, bribery, fraud, legalization of income generated from unlawful activities, conviction through a final decision for one of the following crimes: embezzlement, fraud, forgery, perjury, bribery and fraudulent bankruptcy, bankruptcy, liquidation, or coercive administration, non fulfillment of his obligations regarding the social security contributions, the payment of taxes and duties, demonstrably guilty of a grieve professional offense, submission of a false declaration during the provision of the above information, or non provision of this information) as foreseen in detail in the aforementioned article.
  3. Each bidder must also possess (at the penalty of disqualification) special experience and professional competence demonstrated through:
    1. the preparation of designs similar to the designs to be awarded, which have been implemented through contracts awarded to the candidate natural or legal entity within the last ten (10) years.
      The following design types per category are regarded as similar designs.

      • Geological surveys and designs
      • Field geotechnical works and laboratory tests, GI Factual Reports.
    2. the provision of the following specialized personnel forming, respectively, the “design team” mentioned in the Technical Offer Envelope;
      • Person in charge of Geotechnical Survey Field Works (as stipulated in specification E101-83, Appendix, paragraph 4, as supplemented by MD 6019, paragraph 2, published in FEK29B/11.02.1986), whose responsibility will be the supervision and the proper conduct of the drillings and site tests: one Geologist (Graduate Engineer) or Licensed Engineer (Graduate Engineer) specialized in geotechnical surveys possessing at least five (5) years of experience in the supervision/monitoring of the sample drillings and site tests.
      • Laboratory Chief(s): this person shall be either the licensed Chief (as regards KEDE operation permit, as stipulated in the MD DEE/036 FEK B’ 289/24.03.1998), or the person responsible of the Project authorized to sign (as regards accreditation from ESYD), for the specific laboratory authorized to conduct soil engineering and rock engineering tests, to be made available by the Contractor. Whenever more than one (1) laboratory is made available, the Bidder must provide the respective laboratory chiefs as above for each laboratory.
      • Drill Geologists (Graduate Engineer) (as stipulated in specification E101-83, Appendix, paragraph 4 and in PD 344/29.12.2000) (FEK 292 A’), Article 15, paragraph 5): five geologists, one per drill, possessing at least three (3) years of professional experience in the supervision/monitoring of sample drillings and site tests.
      • Chief(s) of Pumping Tests: one (1) Geologist (Graduate Engineer) who has demonstrably planned, monitored, processed and evaluated at least one pumping test in an investigation water-jet drilling. This person can be one of the Geologists (Graduate Engineers) covering some other position of specialized personnel mentioned in this paragraph (e.g. Person in charge of Geotechnical Survey Field Works, Laboratory Chief, etc.),
      • Data Base Technician, University or Technical Institution Graduate, with a proven experience of three (3) years in the processing of data bases and digital data within the last decade.
    3. the provision of laboratory (-ies) for soil engineering and rock engineering tests possessing either a) an accreditation from ESYD (or a similar foreign entity in case of foreign laboratories) as per ELOT EN ISO/IEC 17025: 2005 for all tests mentioned below, or b) a KEDE operation permit for tests in the Geotechnical Engineering Field, as mentioned below:
      Soil Engineering Tests:
      Preparation of dry soil sample for laboratory tests
      Determination of soil natural moisture
      Determination of cohesive material unit weight
      Determination of soil specific gravity
      Determination of liquid limit
      Determination of plasticity limit and plasticity index
      Soil particle size analysis tests
      One-dimension consolidation test
      Unconfined compression test
      Triaxial test in cohesive soil
      Direct shear test

      Rock engineering tests:
      Determination of natural moisture of rock samples
      Porosity and density determination
      Determination of unconfined compression strength
      Determination of point loading strength

    4. the provision of at least the following technical equipment to be also included in the “methodology report” of the Technical Offer Envelope:
      • Five drilling rigs with drills of a horsepower >30Hp.
PART IV

Α: PROCEDURE.

The tender shall be conducted based on the open procedure and the criterion for the award shall be the most advantageous offer from a financial point of view, to be determined as per the following criteria:

  • Technical Offer (importance 75%)
  • Financial Offer (importance 25%)

Β: Terms for Taking Delivery of the documents and submitting offers

  1. The deadline for taking delivery of the documents: until 07.04.2014 at 15:00, against the payment of 20€. The documents can be send via regular mail, in communication with the Service. In addition, the documents are posted to the following link: http://www.emetro.gr. In case of participation in the Tender, the interested parties must necessarily obtain the Financial Offer Form from ATTIKO METRO S.A. premises at no charge.
  2. The deadline for the submission of the offers is 15.04.2014, at 15:00, a date when the submitted offers shall be unsealed during an open meeting of the Tender Committee.
    The offers must be compiled in the Greek language.
  3. Offer validity period: 12 months after the deadline for the submission of the offers.
PART V: ADDITIONAL INFORMATION

All objections and appeals (Directives 89/665, 92/13, 2007/66 and L. 3316/2005 and L. 3886/2010) are filed to ATTIKO METRO S.A., which also provides all associated information.

For more information, the interested parties are invited to read the Invitation to Tender.

NOTE:
A Summary Contract Notice has already been transmitted to the Official Journal of the European Union on 19.02.2014.

Read HERE the Invitation to Tender in .pdf format (1.15 MB)

Print Friendly, PDF & Email
WCAG