Publications Office of the EU
Sewage treatment plant design and construction - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates text translated automatically in your browsing language

Sewage treatment plant design and construction Text automatically translated in your browsing language Automatically translated

  • Published
    27/06/2025
  • Today
    09/07/2025
  • Deadline
    14/08/2025
  • Opening of tenders
    14/08/2025
Status
Published
Type of contract
Works
Subject for Renewal
No
Buyer
Debrecen Megyei Jogú Város Önkormányzata
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: HU321 Hajdú-Bihar
Business sector (Main CPV)
45252100 Sewage-treatment plant construction work
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
EKR001112032025
Description

Design and construction tasks of industrial wastewater treatment plant group and purified wastewater treatment plant, as well as of existing municipal wastewater treatment plant capacity restoration. The aim of the development is to restore the capacity of the wastewater treatment plant resulting from the sharp increase in the population of Debrecen and its agglomeration due to the urban wastewater load, and to implement a new, cost-effective, automated wastewater treatment and sludge treatment technology that ensures the professional and up-to-date treatment of separately collected industrial wastewater generated in the Industrial Parks. The facility for the further treatment of treated waste water enables the quality of the grey water produced from the treated waste water to ensure its widest possible use, while keeping the treatment costs low. Within the framework of the contract, the following 3 project elements will be implemented in 5 phases: 1. Design and construction of industrial wastewater treatment structures 2. Design and implementation of a development element of a facility for further purification of purified wastewater 3. Design and implementation of the capacity restoration of the existing municipal wastewater treatment plant Glass Gate: The contracting authority is the contracting authority of 322/2015. (X. 30.) Korm. Pursuant to Section 34/A(3), as a condition for the performance of the contract, it provides that the successful tenderer must comply with the provisions of Decree No 707/2021. (XII.15.) in connection with the performance of the contract to be concluded, register in the Construction Monitoring and Data Reporting System (Glass Gate) and apply it during performance. In its tender, the tenderer shall declare that it has become aware of the requirements for the use of the Glass Gate and that it ensures the application of the Glass Gate. Penalties confirming the contract and their amount: Penalties are to be interpreted separately for each project schedule: Late penalty: In the case of planning tasks, the rate of the late payment penalty shall be 1 % per day of the net consideration for the given design documentation affected by the delay, the maximum amount shall be 20 % of the net enterprise fee for the given design documentation affected by the delay. For the implementation, the rate of the late payment penalty shall be 0,5 % per day of the total net enterprise fee for the implementation of the given project schedule (i.e. ‘Costs over normal operation during the testing operation’, i.e. excluding the itemised accounting item), the maximum amount of the late payment penalty shall be 10 % of the total net enterprise fee for the implementation of the given project schedule. If the maximum amount of the late payment penalty is reached, the contracting authority may withdraw from the contract or terminate the contract with immediate effect by the contracting authority, in which case, instead of the late payment penalty, the contracting authority may enforce a default penalty. Defective performance penalty: In the case of design tasks, the amount of the defective performance penalty is 3% of the net consideration of the design documentation affected by the defective performance / occasion. As regards construction, the amount of the defective performance penalty is 1%/occasion of the total net enterprise fee (net of ‘Costs over normal operation incurred during the trial operation’, i.e. item-by-item) for the implementation of the given project schedule. Following the enforcement of the defective performance penalty on the 3rd occasion, the Contracting Authority may terminate or withdraw from the contract, in which cases the Customer may enforce a default penalty reduced by the amount of the defective performance penalty already enforced. Penalty for failure: The penalty for failure shall be 15 % of the total net enterprise fee (net of ‘Costs over normal operation incurred during the trial operation’, i.e. excluding the item subject to itemised settlement). The amount of the guarantee guarantee shall be 3 % of the total net enterprise fee per project schedule calculated in accordance with the contract or, in case of modification, in accordance with the modified amount, excluding VAT. The warranty guarantee shall be made available to the Customer no later than the starting date of the warranty period. Warranty: The minimum duration of the guarantee shall be the same as that laid down in the relevant legislation. In addition to the legal requirement, an additional guarantee may be granted, the amount of which constitutes the 4th quality assessment sub-criterion in the public procurement procedure. The extent of the excess guarantee depends on the recommendation for the assessment sub-criterion. It shall be calculated from the date of the certificate of completion issued following the guarantee period, successful test run and technical handover procedure per project schedule. The detailed rules on penalties for confirming the contract are set out in the draft contract as part of the additional procurement documents. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ekr.gov.hu/eljarastar/eljaras/EKR001112032025
Tenders may be submitted
Electronic submission: required
https://ekr.gov.hu/eljarastar/eljaras/EKR001112032025
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
14/08/2025 12:00
Place of performance
Award method
Criterion:
Type: quality
Description: 1. Rendelkezik-e a teljesítésbe bevonni kívánt olyan szakemberrel, aki szennyvíztisztító telep kivitelezésének (új építés és/vagy felújítás és/vagy bővítés) irányításában szerzett tapasztalattal rendelkezik (igen/nem)
Weight (percentage, exact): 10
Criterion:
Type: quality
Description: 2. Rendelkezik-e a teljesítésbe bevonni kívánt olyan szakemberrel, aki szennyvíztisztító telep kivitelezését (új építés és/vagy felújítás és/vagy bővítés) követően sikeresen megvalósult próbaüzem irányításában szerzett tapasztalattal rendelkezik (igen/nem)
Weight (percentage, exact): 10
Criterion:
Type: quality
Description: 3. Rendelkezik-e a teljesítésbe bevonni kívánt olyan szakemberrel, aki ipari szennyvíztisztító telep kivitelezésének (új építés és/vagy felújítás és/vagy bővítés) tervezésében szerzett tapasztalattal rendelkezik (igen/nem)
Weight (percentage, exact): 5
Criterion:
Type: quality
Description: 4. A kötelező jótállási időn felül vállalt többletjótállás időtartama: (minimum 0 hó, maximum 48 hó) (hónapokban)
Weight (percentage, exact): 5
Criterion:
Type: price
Description: Ajánlati ár (nettó HUF)
Weight (percentage, exact): 70
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.