Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Royal Danish Embassy
Menara Rajawali 25th floor, Jl. Dr Ide Anak Agng Gde Agung Kawasan mega Kuningan
Jakarta
12950
Indonesia
Contact person: Jacob Stensdal Hansen
E-mail:
MTFpYGJuZ2A/dGwtY2o=
NUTS code:
00
Internet address(es):
Main address: www.esp3.org
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.esp3.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Soil remediation and clean-up in Pesarean Village, Tegal Regency of Central Java, Indonesia.
Reference number: 2015/S 248-452016-P02
II.1.2)Main CPV code
90732300
II.1.3)Type of contract
Works
II.1.4)Short description:
The contract concerns excavation of contaminated soil and waste from metal smelting, shipment to a manufacturer of paving stones, bricks, or other products, replacement of removed soil with clean soil, and clean-up operations of dwellings and public buildings. Soil and waste is heavily contaminated with metals, e.g. lead which renders it hazardous waste. The contract will require the Contractor to carry out comprehensive education and training activities among employees and villagers.
II.1.5)Estimated total value
Value excluding VAT: 17 000 000.00 DKK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45112340
90732200
90732600
II.2.3)Place of performance
NUTS code: 00
Main site or place of performance:
Pesarean Village, Tegal Regency of Central Java, Indonesia.
II.2.4)Description of the procurement:
The contract concerns excavation of contaminated soil and waste from metal smelting, shipment to a manufacturer of paving stones, bricks, or other products, replacement of removed soil with clean soil, and clean-up operations of dwellings and public buildings. Soil and waste is heavily contaminated with metals, e.g. lead which renders it hazardous waste. The contract will require the Contractor to carry out comprehensive education and training activities among employees and villagers.
II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 17 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 08/08/2017
End: 14/06/2018
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
General Experience.
The Tenderer shall meet the following minimum criteria:
a. Average annual turnover over the last 3 years of 50 000 000 DKK equivalent.
b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 15 000 000 DKK and of 2 projects with the value of minimum 8 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years.
Economic and financial capacity of Candidate.
a. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 12 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts.
b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
If more than 6 eligible candidates meet the above selection criteria, the 6 best applications for the tender procedure will be selected. The only factors which will be taken into consideration during this re-examination are:
a. Value and number of relevant reference projects as described under General Experience, point b above.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
List and brief description of selection criteria:
A. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 12 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts.
b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last 2 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
a. Average annual turnover over the last 3 years of 50 000 000 DKK equivalent.
b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 15 000 000 DKK and of 2 projects with the value of minimum 8 000 000 DKK ; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/03/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/03/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
23/01/2017