loading
  • BE Brussels
  • 28.04.2017
  • Ausschreibung
  • (ID 2-260264)

BE-Brussels: IPA — Second 5-year review of the Albanian national transport plan (ANTP)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen
    Aufgabe
    The purpose of the assignment is the second review of the Albanian national transport plan (ANTP3), which will serve as the main instrument for transport planning in Albania and in line with the national transport strategy and action plan 2016–2020; and to strengthen the capacity of the Institute of Transport and the Ministry of Transport and Infrastructure to maintain the ANTP and strengthen their capacity in transport planning and policy.
    The main activities under this contract are:
    • transport data collection, development of database and analysis and forecast of economic and traffic development;
    • updating traffic models or create new ones and other transport planning tools in the Institute of Transport (IoT) and the Ministry of Transport and Infrastructure (MTI),
    • methodology on estimation of indicators for all transport modes,
    • sub-sector transport plans,
    • strategic environmental assessment,
    • training of the staff of the IoT and the MTI on the methodology for maintaining, updating and implementation of future reviews of the ANTP.
    Adresse des Bauherren BE-Brussels
    TED Dokumenten-Nr. 113285-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: IPA — Second 5-year review of the Albanian national transport plan (ANTP)

      2017/S 061-113285

      Service contract notice

      Tirana, Albania

      1.Publication reference:
      EuropeAid/138392/DH/SER/AL.
      2.Procedure:
      Restricted.
      3.Programme title:
      IPA 2014 annual action programme for Albania.
      4.Financing:
      Financing agreement 2014/032-813.
      5.Contracting authority:

      European Union, represented by the European Commission on behalf of and for the account of the Government of Albania, Brussels, BELGIUM.


      Contract specification

      6.Nature of contract:
      Fee-based.
      7.Contract description:
      The purpose of the assignment is the second review of the Albanian national transport plan (ANTP3), which will serve as the main instrument for transport planning in Albania and in line with the national transport strategy and action plan 2016–2020; and to strengthen the capacity of the Institute of Transport and the Ministry of Transport and Infrastructure to maintain the ANTP and strengthen their capacity in transport planning and policy.
      The main activities under this contract are:
      • transport data collection, development of database and analysis and forecast of economic and traffic development;
      • updating traffic models or create new ones and other transport planning tools in the Institute of Transport (IoT) and the Ministry of Transport and Infrastructure (MTI),
      • methodology on estimation of indicators for all transport modes,
      • sub-sector transport plans,
      • strategic environmental assessment,
      • training of the staff of the IoT and the MTI on the methodology for maintaining, updating and implementation of future reviews of the ANTP.
      8.Number and titles of lots:
      1 lot only.
      9.Maximum budget:
      450 000 EUR.
      10.Scope for additional services:
      The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 450 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.


      Conditions of participation

      11.Eligibility:
      Participation is open to all legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see item 29 below). Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
      12.Candidature:
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
      A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications:
      No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as a leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited:
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG — 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
      15.Grounds for exclusion:
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
      16.Subcontracting:
      Subcontracting is allowed.
      17.Number of candidates to be shortlisted:
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


      Provisional timetable

      18.Provisional date of invitation to tender:
      May 2017.
      19.Provisional commencement date of the contract:
      August 2017.
      20.Initial period of implementation of tasks:
      12 months.


      Selection and award criteria

      21.Selection criteria:
      The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:
      1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided:
      the average annual turnover of the candidate must exceed 800 000 EUR for the last 3 years for which the candidate's accounts are closed.
      2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:
      has at least 5 permanent staff with relevant transport qualifications and working in the transport planning and policies field.
      3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:
      the candidate has provided services under at least 2 contracts each with a budget of at least 500 000 EUR in transport planning policies which were implemented at any moment during the reference period: the last 5 years. This means that the project the candidate refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment). In the case of projects still ongoing only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value. If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
      Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference.
      An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
      • the highest number of projects in criterion 21.3),
      • the highest value of the project in criterion 21.3).
      22.Award criteria:
      Best price-quality ratio.


      Application

      23.Deadline for receipt of applications:
      28.4.2017 (12:00), Central European Time.
      Any application received by the contracting authority after this deadline will not be considered.
      24.Application format and details to be provided:
      Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

      The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

      Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
      25.How applications may be submitted:
      Applications must be submitted in English exclusively to the contracting authority in a sealed envelope:
      • either by recorded delivery (official postal service) to:
      Delegation of the European Union to Albania, Contracts, Finance and Audit Section, ABA Business Center - k. 17, Rruga Gjon Pali II, Tirana, ALBANIA.
      In this case, the delivery record is proof of compliance with the time limit for receipt,
      • or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
      Delegation of the European Union to Albania, Contracts, Finance and Audit Section, ABA Business Center - k. 17, Rruga Gjon Pali II, Tirana, ALBANIA.
      Opening hours: 9:30 until 17:30.
      In this case, the acknowledgment of receipt is proof of compliance with the time limit for receipt.
      The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
      Applications submitted by any other means will not be considered.
      By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
      26.Alteration or withdrawal of applications:
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
      27.Operational language:
      All written communication for this tender procedure and contract must be in English.
      28.Date of publication of prior information notice:
      27.9.2016.
      29.Legal basis:
      Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and IPA II Regulations.
      30.Additional information:
      When filling in the standard application form, and in particular items 3, 4, 5 and 6 therein, candidates must provide all information necessary to allow the shortlist panel to assess their compliance with the selection criteria under points 21.1), 21.2) and 21.3) above. Particularly, candidates are strongly recommended to provide full project details in item 6 of the standard application form.

       

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 28.03.2017
Zuletzt aktualisiert 28.03.2017
Wettbewerbs-ID 2-260264 Status Kostenpflichtig
Seitenaufrufe 58