Sewage Treatment Tenders
Sewage Treatment Tenders
Offizielle Bezeichnung Magistrat Der Stadt Diemelstadt Tender
Others
Germany
Description: Public tender Vob/a Redesign of the Kallental sewage treatment plant and supply line to the Marsberg-Mitte sewage treatment plant. Structural part sewerage system approx. 25 m DN 150: PP-MD sewer approx. 195 m DN 200: PP-MD sewer approx. 11 m DN 200: PEHD sewer approx. 2 m DN 300: PP-MD sewer approx. 90 m DN 600: SB sewer approx. 13 ... More. Construction part Sewerage Approx. 25 M DN 150: PP-MD sewer Approx. 195 M DN 200: PP-MD sewer Approx. 11 M DN 200: PEHD sewer Approx. 2 M DN 300: PP-MD sewer Approx. 90 M DN 600: SB sewer Approx. 13 M DN 600: PEHD sewer Approx. 6 shaft structures, DN 1000 Approx. 2 shaft structures, DN 1200 Approx. 1 plug-in gate, DN 200 Approx. 1 plug-in gate, DN 600 Approx. 1 spindle gate, DN 600 Water pipe Approx. 10 M DN 50: PEHD pipe Approx. 40 M DN 80: PEHD pipe Fittings: Approx. 2 pieces Underground hydrant, Dn 80 Approx. 1 Kos slide valve, Dn 80 Cable conduits Approx. 195 M Dn 100: PEHD pipes Construction of the building including earthworks 1 rain overflow basin, round basin, V=460 M³, prefabricated construction 1 measuring/throttle shaft, prefabricated construction, Lxwxh = 4.25x2.00x2.35 M Il 1 bedload station/debris trap, prefabricated construction, Lxwxh = 2.70x1.80x2.50 M Il 1 rain retention basin construction in earthworks (in existing sewage pond) Conversion work on existing building Basin overflow: - Removal of old equipment Sand and floating material trap: - Removal of old equipment - Installation of filling concrete and manufacture of clinker channel Operating/screening building - Removal of door and installation of roller shutter system - Adjustments to floor coverings after screen installation Surface work Approx. 45 m³ topsoil supply Approx. 75 m³ frost protection material/fss Approx. 260 m³ water-bound surface incl. fss Approx. 105 m² paving 10/20/10 cm Approx. 155 m deep curbstones 8/25/100 cm Approx. 50 m deep curbstones 10/30/100 cm
Closing Date28 Jan 2025
Tender AmountRefer Documents
Homes England The Name Adopted By The Homes And Communities Agency Tender
Civil And Construction...+1Water Storage And Supply
United Kingdom
Details: Early Engagement Advert Homes England Requires A Contractor To Undertake Enabling Works At Attleborough Sustainable Urban Extension (sue) In Norfolk (hereafter Referred To As The “enabling Works Contractor”). The Attleborough Sue Site Has Outline Planning Permission For 4,000 Homes. These Enabling Works Will Be The First Works At The Attleborough Sue Development, And Are Required Before The First Homes Can Be Connected To The Foul Sewer Network. The Works Are To Enable Anglian Water To Construct And Operate A Terminal Pumping Station (tps) And Include The Following: 1. Providing A 2.5km Long Haul Road (including 700 Metre Long-term Maintenance Track And Associated Surface Water Drainage Including Swale, Pipework And Basin). Also Needs To Incorporate: 1.1. Trial Hole Investigation To Locate Existing Anglian Water Rising Main – Requiring Vacuum Excavation And Hand-digging, And The Isolation Of The Main And Tankering Away Of Foul Flows From The Main And Wet Well To The Waste Water Treatment Works 1.2. Rental Of Temporary Bridge Over Gas Main 2. Providing Power (80mva) For A Future Terminal Pumping Station (tps) (to Be Constructed Under A Separate Contract By Anglian Water) 3. Installing A S104 Foul Sewer To Be Adopted By Anglian Water (c. 130 Metres Long Plus Potential To Extend) 4. [potential Works: Demolition Of Disused Sewage Treatment Works]
Closing Date15 Jan 2025
Tender AmountRefer Documents
Intendent Of Ferrol Tender
Others
Spain
Description: Spain – Machinery For The Treatment Of Sewage – Acuerdo Marco Suministro De Repuestos Para Apoyo Al Sostenimiento De Sistemas Y Equipos De Producción Y Tratamiento De Aguas Instalados En Buques Apoyados En Arsenal De Ferrol.
Closing Date16 Jan 2025
Tender AmountEUR 2.1 Million (USD 2.1 Million)
PKP LHS SP Z O O Tender
Electrical and Electronics...+1Electrical Works
Poland
Description: Request for Proposals for the Update of the Existing or Development of a New Report on the Discharge of Rainwater and Meltwater from Sewer Outlets W1 and W3 Together with Obtaining Water-Law Consents and Obtaining Water-Law Consents for the Next Validity Period for Outlet W2 - Treated Sewage from the Treatment Plant Hall No. 2 - Zamość Bortatycze Lhs Station, Wysokie 3a, Zamość County, Lublin Province.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Chemical Products
Corrigendum : Closing Date Modified
United States
Details: Only Local German Companies Will Be Considered For This Requirements That Are In Possession Of Safety Data Sheets Approved By Environmental Office At Ramstein Air Base And Can Deliver Antifreeze Liquid Within One To Three Days To Ramstein Air Base.
general Description:
the Contractor Shall Deliver The Goods Listed In Paragraph 3 (special Requirements) In Accordance With The Terms Of This Contract Fob The Described Destination.
general Requirements:
all Deliveries Shall Be Performed By The Contractor At The On-site Location Of The Goods And With The Best Commercial Practices Established By The Manufacturer And Iw National And International Regulations. Material Used To Perform Under This Contract Shall Be New.
the Contractor Shall Provide A Schedule Specifying The Exact Date And For Each Individual Delivery To The Designated Poc Within Two (2) Weeks After Call Date. The Designated Poc Will Coordinate The Scheduled Delivery Dates With The Contractor Not Later Than Three (3) Working Days Prior To The Next Scheduled Delivery.
the Contractor Shall Dispose Of All Waste And Scrap Material Accumulated During The Performance Of This Contract At No Additional Charge To The United States Government And Iaw All Applicable Laws.
special Requirements:
delivery Of Lavatory Service Liquid Ready-to-use For Servicing Of Us Air Force Aircraft Latrines Including Transport, Pick-up, And Pumping Over By A Tank Truck Pump And Tank Nozzle Adapter Carried Along With The Tank Truck. The Technical Requirements Are As Follow:
general: Ready To Use Liquid For Servicing Us Air Force Aircraft Latrines.
chemical Characterization: Water Dissolving Of Potassium Acetate, Corrosions Inhibitors And Disinfectant Substances.
hazards To The Environment: No Particular Hazards Known
suitable Extinguishing Media: Product Itself Is Non-combustible
vci Storage Category: 12 (non-flammable Liquids)
storage: Storage Life, If Room Temperature Available, Is At Least 12 Months
decomposing Effect: Excrement And Paper Decomposing Effect
firefighting Measures: Product Itself Is Non-combustible
physical/chemical Properties: Form: Liquid
Color: Blue Or Similar
Oduor: Perceptible
Flash Point: > 100°c
Ignition Temperature: > 550 °c
Self Ignition Not Determined
Vapor Pressure Appr. 20 Mbar
Density: Appr: 1.2
Density Reference Temp.: Appr. 20 °c
Viscosity Value: Not Determined
Ph Value Appr. 9 To 10
Ph Reference Temp.: 20 °c
thermal Decomposition Stable Up To Boiling Point
biodegradability > 90%
ecotoxic Effects: Chemical Oxygen Demand (cod) >= 330 Mg/kg
Biochemical Oxygen Demand (bod5) >= 300 Mg/kg
transportation Information: The Product Does Not Constitute A Hazardous Substance With Ec Directives
water Hazard Class: 1 (ger.)
tests: Amc/a4/a4mr Approved To Use On Amc Aircraft. Boeing Test D6-17487t – Liquid Conforms The “sandwich Corrosions Test”
“polycarbonate Crazing Test”, “elastomeric Degradation Test – Rubber & Sealant Test”, “tape Adhesion Test”, And “paint Softening Test”
delivery:
20,000 Kg/delivery With A Tank Truck
the Pumping Of The Ready-to-use Lavatory Liquid Is Carried Out From The Tank Truck And A Suitable Pump As Well As An Adapter For The Filler Neck Must Be Carried By The Contractor. The Filling Is Carried Out By The User. The Tank Truck Must Be Equipped With A Tank Hose That Is At Least 5 Meters Long And With A Dead Man's Switch To Avoid An Accident. Only Registered Tank Trucks And Tank Truck Drivers Are Allowed To Deliver.
1,000 Kg/ibc Container, Minimum 3 Container/order.
the Contractor Is Responsible For The Handling Of The Ibc-containers. Delivery Service Without Additional Costs. Empty Ibc Containers Must Be Collected By Arrangement At No Extra Cost. Cleaning Of Ibc Without Additional Costs. Insurance For Ibc Without Additional Costs.
delivery Time Within 3 To 5 Days After Placing An Order
the Used Solution Can Be Drained Into The Public Sewage Treatment Plant. If Correctly Diluted, No Disorders In The Activated Sludge Should Occur.
before The Contractor Will Order The Equipment, He Need To Bring Catalogues And Technical Information’s To The Poc For Final Decision.
hours Of Operation:
all Deliveries Shall Be Performed During Regular Work Hours Between 08:00 And 15:00 Hours, Monday Through Friday. No Services Will Be Required On German Or American Holidays.
all Deliveries Shall Be Performed As Coordinated With The Designated Poc.
Closing Date31 Jan 2025
Tender AmountUSD 46.8 K
DEPT OF THE NAVY USA Tender
Others
United States
Details: This Is A Sources Sought Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid.
the Intent Of This Notice Is To Identify The Qualified, Experienced, And Interested Offerors Capable Of Performing The Type Of Work As Describe Herein For Information And Planning Purposes.
the Information Received Will Be Utilized Within The Navy To Facilitate The Planning And Decision Making Process And Will Not Be Disclosed Outside Of The Agency. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement For Any Follow-up Information Requests. In Accordance With Federal Acquisition Regulation Far 15.201(e), Response To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
general Information:
the Naval Facilities Engineering Systems Command (navfac) Far East (fe) Intends To Issue A Solicitation For A Firm Fixed Price (ffp) Contract To Preventive Maintenance (pm) Program And Work Order Services For The Incinerator Plant, Weight Scales, Potable Water Tanks, Wastewater Treatment Plants And Related Equipment Including Granular Activated Carbon (gac) Filtering System, And Operation Service For The Wastewater Treatment Plants And Related Equipment At The U.s. Commander Fleet Activities Yokosuka (cfay), Japan By Recurring Work And Non-recurring Work Items.
the North American Industry Classification System (naics) Code For This Procurement Is 221320 – Sewage Treatment Facilities.
the Contractor Shall Furnish All Labor, Management, Supervision, Tools, Material, Equipment, Transportation, Incidental Engineering And Other Items Necessary To Provide Preventive Maintenance (pm) Program And Work Order Services For The Incinerator Plant, Weight Scales, Potable Water Tanks, Wastewater Treatment Plants And Related Equipment Including Granular Activated Carbon (gac) Filtering System, And Operation Service For The Wastewater Treatment Plants And Related Equipment At The U.s. Commander Fleet Activities Yokosuka (cfay), Japan By Recurring Work And Non-recurring Work Items.
the Proposed Scope Of Work:
maintenance Of Incinerator Plant Equipment And Systems.
full Operation And Maintenance Of The Wastewater Treatment Plant (wwtp).
full Operation And Maintenance Of The Granular Activated Carbon (gac) Filtering System
operation And Maintenance Of Paint Waste Water Treatment System.
operation And Maintenance Of Sewage And Drainage System And Wastewater Treatment System.
cleaning And Disinfection Services Of Potable Water Tank And Water In Potable Tank.
maintenance And Calibration Of Weight Scales.
required Experience
waste Water Treatment Plant: The Experience Must Be With Full Operation And Maintenance Of Wastewater Treatment Plant (wwtp) Approximately 9,200 Cubic Meter/day Or More Of Treatment Capacity.
effluent Quality Shall Keep Not Over Than Kanagawa Prefecture Of Japan Water Pollution Control Law “kanagawa-ken Suisitsuodaku-bousi Hou” And Kanagawa Prefecture Ordinance On The Preservation Of The Living Environment “kanagawa-ken Seikatsukankyou No Hozenntou Ni Kansuru Jourei”.
granular Activated Carbon (gac) Filtering System: The Experience Must Be Full Operation And Maintenance To Remove The Impurities Not Available To Be Treated From The Waste Water Treatment Plant Including Replacement Of Medial For Gac Filters And Sand Filters.
incinerator Plant: The Experience Must Be With Maintenance Incinerator Plant Approximately 46 Ton/day Or More Of Incineration Capacity.
the Period Of Performance Shall Be 1 June 2025 Through 31 May 2030 With Base Period And Four One-year Options.
interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate File Titled “sources Sought – Contractor Information Form.” The Following Information Shall Be Provided:
1) Contractor Information: Provide Your Firm’s Contact Information.
2) Qualifications For Conducting Business In Japan
3) Locations: Identify The Locations In Which You Are Willing And Capable To Work.
4) Subcontractors: If Known, Provide Subcontractor Partnerships (optional)
contractor Licensing Requirements:
any Contract For This Requirement Will Be Awarded And Performed In Its Entirety In The Country Of Japan. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Offerors Must Be Registered To Do Business And Possess An Appropriate License Issued By The Ministry Of Land, Infrastructure And Transport Or Prefectural Government In Order To Perform Work Under This Contract. Offerors Will Required To Provide Verification On Such License Prior To Award To The Contracting Officer If Such Information Is Not Already On File With Available To The Contracting Office.
status Of Forces Agreement:
the U.s. Government Will Not Offer “united States Official Contract Status Under Article Xiv Of The U.s.-japan Status Of Forces Agreement (sofa) To Any Offeror Awarded A Contract For This Requirement Furthermore, Unless Specifically Provided, The U.s. Government Shall Not Certify Any Employees Of A Contractor As “members Of The Civilian Component” Under Article I(b) Of The Sofa.
submission Requirements:
interested Firms Should Submit Attachment 1: Statement Of Interest Questionnaire. Respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Navfac Fe Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. Please Respond To This Sources Sought Announcement Electronically To Mr. Toshiki Hisasue At Toshiki.hisasue.ln.us.navy.mil No Later Than 10:30 Am Japan Standard Time (jst) On 21 January 2025.
no Telephone Calls Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Announcement Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date21 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Sources Sought Notice For Operations And Maintenance Services
For John H. Kerr Reservoir Operations And Maintenance
this Is A Sources Sought/request For Information Only. This Is Not A Solicitation Announcement, Nor Is It A Request For Proposal. This Request Does Not Obligate The Government In Any Contract Award.
the U.s. Army Corps Of Engineers, Wilmington District, Is Seeking Information Regarding The Capability And Availability Of Qualified Contractors To Provide Operations And Maintenance Of Government Facilities At The John H. Kerr Reservoir, Boydton, Virginia.
description Of Work:
the Government Is Requesting Information From Interested And Capable Sources For The Purpose Of Identifying Sources That Can Meet The Government's Requirement And Help Determine How To Issue The Solicitation. The Information Provided Must Contain Enough Detail To Demonstrate Ability To Meet The Government's Requirement As Described In The Project Information Listed Below. It Is The Intent Of The Government To Solicit And Award A Firm Fixed Price Contract That Will Be Procured In Accordance With The Far, Dfars, Afars, And Usace Acquisition Instructions. The Anticipated Performance Period Is A Base Year Of Twelve (12) Months From Date Of Award And 4 Option Years. The Solicitation Will Be A Request For Proposal (rfp). The Responses Are For Informational Purposes Only And Do No Obligate The Government Or Contractor In Any Way.
project Information:
operations And Maintenance Of The Government Owned Facilities Shall Include Planning, Programming, Administration, Management, Supervision, Maintenance Of Accurate And Complete Records And Files, Quality Control Inspections, Personnel, Materials, Supplies, Parts, Tools, Equipment And Vehicles, Except As Otherwise Provided.
it Is The Intent To Procure For The Government Complete And Efficient Maintenance, Repair, And Minor Repairs On The John H. Kerr Project. The Project’s Facilities Include The Visitor Assistance Center, Environmental Education Center (tanner Center), Village House, Sewage Treatment Plant And Lift Stations, Thirteen (13) Recreation Areas With Water Wells And Lift Stations, Shoreline Areas, Approximately 50,000 Surface Acres Of Reservoir Waters, Visitor Center Security & Fire Systems, Numerous Operational Areas And Structures, Forestry And Wildlife Lands, All Corps Owned And Gsa Vehicles, Vessels, And Equipment, The Dam And Related Structures. The Contractor Shall Furnish All Necessary Management, Personnel, Materials, Supplies, Replacement Parts, Fuel, Lubricants And Other Items As Necessary. All Materials, Supplies And Equipment Not Rented Or Owned By The Contractor And Provided By The Government Through This Contract Will Remain The Property Of The Government.
all Interested Firms With Naics 561210 – Facilities Support Services, As An Approved Naics Code Have Until 31 January 2025 At 4:00 Pm Est To Submit The Following Information:
general Information:
name & Address Of Your Firm
point Of Contact (name/phone/e-mail)
sam Unique Entity Id. (the Unique Entity Id Is A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov)
business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business.
note: Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. The Government Must Be Able To Verify Sba Certification Of Hubzone And 8(a) Via Sam, And Va Certification Of Vosb And Sdvosb’s Through The Vendor Information Pages At Https://veterans.certify.sba.gov/.
2. Please Submit Your Interest And Capability To Perform Operations And Maintenance Services At John H. Kerr Reservoir.
3. Information On Teaming Arrangement (if Applicable). Although We Are Not Looking For Formal Signed Agreements At This Time, If You Intend To "team" With Another Firm, Formally Or Informally, You Must Submit Information, Not More, Than One (1) Page, About Your Team's Involvement. More Specifically, You Must Submit Sufficient Information For The Government To Determine The Roles Each Team Member Will Play And What Your Socio-economic Status Is Or Will Be Considering The Proposed Arrangement. Therefore, Included In Your One (1) Page If You Are A Small Business And You Intend To Mentor/protégé And/or Jv With A Large Business, Both Team Members Must Sign Agreeing That 40% Of The Labor Will Be Performed By The 8(a) Firm. Additionally, If The Team Is A Mentor/protégé Arrangement, Identify The Areas That Will Be Mentored. Any Supporting Documentation That Confirms Your Socio-economic Status As A Team Should Be Provided.
note: The Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such.
4. Evidence Of Capabilities To Perform Comparable Work. Provide Project Info On No More Than 5 Projects That Demonstrate The Firm's Experience On Projects That Are Substantially Complete Or Completed Within The Last Five (5) Years Which Are Similar To The Project In Size, Scope And Complexity. For Each Project Include:
project Name And Contract Number.
customer.
summary Description Of The Key Elements/salient Work Features Of The Project.
your Company's Level Of Involvement In The Project, I.e., Subcontractor (type), Prime, Gc, Etc. And Your Specific Role.
location Where The Work/project Was Completed.
contract Amount.
brief Description Of How The Experience Relates To The General Work Description In This Notice.
do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous Sources Sought Postings Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Is Still Necessary For You To Respond To This Posting. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partner.
to Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointment For Presentations Will Be Made.
all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
email The Requested Information, With Delivery And Read Receipt Requested To:
jenifer Garland At Jenifer.m.garland@usace.army.mil
courtesy Copy: Troy D. Small At Troy.d.small@usace.army.mil
the Email Should Be Titled: W912pm25r0011 – John H. Kerr Reservoir – Operations And Maintenance Services - [insert Company’s Name]
if You Have Questions, Please Contact Jenifer Garland Via Email At Jenifer.m.garland@usace.army.mil
Closing Date31 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Preliminary information as a call for competition – general guidelines, standard regulations (services) General planning service Hoai for the expansion of the 2nd biological stage 1. Initial situation The Sindlingen sewage treatment plant has currently been expanded to include 4 aeration tanks and 3 secondary clarification tanks. Contents of the project are: planning and construction of 2 aeration tanks and 1 secondary clarification tank, as well as the integration of these tanks into the existing structure. 2. Description of the project 2.1 New aeration tank The aeration tanks are rectangular tanks with longitudinal flow. Their internal dimensions (LxWxH) are approximately 59.6x11.6x5.0m. An underground distribution channel runs along the northern front of the four existing aeration tanks. Next to a large wastewater area, a smaller channel for the return sludge is installed. A pipe branches off from each of these two channels to feed the aeration tanks. These pipes cross an open space in front of the aeration tank that is approx. 5.3 m deep and covered with grid plates. There is a manually operated slide valve, a flow meter and an electric slide valve for each pipe string. The wastewater now crosses the tanks lengthways. The air distribution line runs through 3 separately controlled areas and is led downwards in the middle of each zone. At the southern end of the tank, the wastewater falls over an overflow edge into a collecting channel. The channel directs the wastewater via a distribution structure to the secondary clarifiers. 2.2 Distribution structure The channel leads from the outlet of the aeration tanks via a coagulant addition to the distribution structure. The wastewater is then led via a siphon into a round spring pot. The source tank is divided into three equally sized drainage areas, which then lead to the respective secondary settling tanks. 2.3 New secondary settling tank The secondary settling tanks are designed as round tanks. The wastewater is led from the distribution structure into the secondary settling tanks via underground pipes. It flows into the middle of the tanks. The drainage channel is suspended on the edge of the secondary settling tanks. The clear water can flow into the drainage channel on both sides. It is fed to the further treatment steps via a collecting line. The round tanks have a bottom clearing shield and a floating sludge scraper. The settled sludge is led via the bottom clearing shield into the middle of the tank and from there via a collecting line to the screw pumping station. There it is lifted and returns to the aeration tanks by free fall. The floating sludge is led via pumps on the secondary settling tank in a separate line towards the return sludge pumping station. Two centrifugal pumps lift the floating sludge there. 2.4 Connections and integrations The required inlet and outlet channels to and from the planned basins must be provided. In particular, the distribution structure must be examined in detail to clarify whether a new construction or an extension of the existing structure is possible. The electrical components required in each case must be integrated into the existing switchgear and the control panel extended. The vertical distance between the aeration basins to be planned and the switchgear is around 90m as the crow flies. The distance between the secondary clarification basin to be planned and its switchgear is around 200m as the crow flies. Additional content is the planning and construction of a new service road around 240m long. The creation of an accompanying landscape management plan in conjunction with the Hessian compensation ordinance is also part of this project. 2.5 Tests and simulations At the start of the measure, the existing structure is to be recorded and tested. The results of this will then be incorporated into the further planning of the new structures to be built. The hydraulic cross-section must be checked and revised in accordance with the planning. The return sludge pumping station and the air supply to the aeration tanks are to be tested for their capacities in order stage 1. Various load scenarios are to be represented by a simulation. No further planning is being carried out for the return sludge pumping station and the air supply. Flow simulations are to be carried out using CFD for the existing inlet channels, including the new ones to be built, to the aeration and secondary clarifiers, in particular the distributor structure. Three load cases or operating states to be determined by the SEF are to be simulated. A preliminary test in accordance with Uvpg §5 Paragraph 1 Number 1 is required for the planned expansion of the Sindlingen wastewater treatment plant. Whether this results in the requirement for a formal EIA depends on the results of the preliminary examination. 3. Planning services according to Hoai 2021 The following service descriptions, special and additional services are to be carried out. According to Hoai §11 (1), the fees for each object are to be calculated separately. 3.1 Hoai service descriptions Landscape management accompanying plan according to §26, §31 para. 1 in conjunction with Appendix 7 Hoai object planning for civil engineering structures according to §41ff.; §44 para. 4 in conjunction with Appendix 12 Hoai object planning for traffic systems according to §45ff.; §47 para. 2 in conjunction with Appendix 13 Hoai specialist planning for structural planning according to §49ff.; §51 para. 5 in conjunction with Appendix 14 Hoai specialist planning for technical equipment according to §53ff.; §55 Paragraph 3 in conjunction with Annex 15 Hoai 3.2 Special services are commissioned across all service profiles with the following breakdown: - Commissioning level 1: approx. 20% - Commissioning level 2: approx. 50% - Commissioning level 3: approx. 85% The full range of special services is defined in the tender documents 3.3 Additional services Various additional services, such as: - BBQ acc. to DIN 1054 - On-site construction monitoring - Geotechnical investigations The full range of additional services is defined in the tender documents 4. Division of the future contract into contract stages The contract is divided into a total of three contract stages, which are called up after completion of the previous stage: 4.1 Commissioning level 1 Performance phases 1-4 4.2 Commissioning level 2 Performance phases 5-7 4.3 Commissioning level 3 Performance phase 8 General planning service Hoai For The Expansion Of The 2nd Biological Stage The Frankfurt am Main municipal drainage system intends to expand the second biological stage of the Frankfurt-Sindlingen wastewater treatment plant at Roter Weg 4 with around 470,000 inhabitants, essentially consisting of: - Two aeration tanks - A secondary clarifier - Inlet and outlet channels to the tanks - New construction or reconstruction of a distribution structure for the secondary clarifiers - Traffic systems - Accompanying landscape management plan The technical equipment and the geometry of the tanks should be designed as similarly to the existing ones as possible, although technical innovations can be incorporated. The planned units are to be connected to the power supply and the existing control room at the Ara Sindlingen in terms of electrical, measurement, control, and instrumentation.
Closing Date3 Jan 2025
Tender AmountRefer Documents
451-460 of 462 archived Tenders