loading
  • TR Ankara
  • 06.12.2018
  • Ausschreibung
  • (ID 2-319409)

TR-Ankara: IPA - Technical Assistance and Supervision for Bandırma Integrated Water Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.12.2018, 16:30 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung / Technische Ausrüstung
    Adresse des Bauherren TR-Ankara
    TED Dokumenten-Nr. 476270-2018

  • Anzeigentext Ausschreibung

    maximieren


    • 1.. Publication reference
      EuropeAid/139789/IH/SER/TR

      2.. Procedure
      Restricted

      3.. Programme title
      Multi-annual action programme for Turkey: Environment and Climate Action

      4.. Financing
      IPA II budget item 22.02 03 02 of the General Budget of the EU and National Contribution

      5.. Contracting Authority
      Department of European Union and Foreign Relations, Ministry of Environment and Urbanization, Ankara – TURKEY

      Clarifications may be sought from the Contracting Authority at the following email address MjE0U1RrViBbWlNeVzJVZVQgWWFoIGZk at the latest 21 days before the deadline for submission of applications stated at the point 23 below.

      Clarifications will be published on the website of DG International Cooperation and Development at the latest 5 days before the deadline.

      Contract specification


      6.. Nature of contract
      Fee-based

      7.. Contract description
      The consultant will provide technical assistance and construction supervision services for a works contract with two lots; one lot comprising construction of wastewater treatment plant with FIDIC Yellow Book, while the other comprising construction of wastewater collectors, wastewater pump stations, drinking water transmission lines, reservoirs and pump station with FIDIC Red Book. The consultant will deliver various capacity building activities to increase administrative, technical and financial capacities of Balıkesir Water and Sewerage Administration General Directorate.

      Works Contracts - Construction of Bandırma Integrated Water Project

      Lot-1: Construction of Bandırma Wastewater Treatment Plant -FIDIC Yellow Book

      Lot-2: Construction of Bandırma Water and Wastewater Project -FIDIC Red Book

      8.. Number and titles of lots
      One lot only

      9.. Maximum budget
      2 118 100 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 a maximum not exceeding the length and value of the initial contract. Any extension of the contract would be subject to satisfactory performance by the Contractor.

      Conditions of participation


      11.. Eligibility
      236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable Instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations.

      Please be aware that after the United Kingdom’s withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries will apply to candidates or tenderers from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, could be rejected from the procurement procedure.

      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 one application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one 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 – 2.6.3.). Short-listed 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 2.6.10.1. of the PRAG.

      Candidates included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.

      16.. Sub-contracting
      Subcontracting is allowed.

      17.. Number of candidates to be short-listed
      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
      January 2019

      19.. Provisional commencement date of the contract
      July 2019

      20.. Initial period of implementation of tasks
      Duration in months: 55

      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 sub-contractors.

      1) Economic and financial capacity of candidate (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed.

      Criteria for legal and natural persons:

      — The average annual turnover of the candidate must exceed 900 000 EUR for the last 3 financial years;

      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 three years from submission deadline.

      Criteria for legal and natural persons:

      — At least 5 permanent staff currently work for the applicant in fields related to this contract;

      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 five years from submission deadline.

      The candidate has provided the following services (the following sub-criteria may be fulfilled separately either by one or more contracts):

      (a) A service contract in water/wastewater sector with a minimum value of 1 500 000 EUR (proportion carried out by the candidate) or two contracts with minimum values of 1 000 000 EUR for each (proportion carried out by the candidate);

      (b) Construction supervision (on behalf of Employer/Contracting Authority) in wastewater treatment plant each with a minimum capacity of 10 000 m3/day average waste water flow rate. Construction supervision services for rehabilitation/upgrade/extension of existing plants shall not be accepted;

      (c) Construction supervision services (on behalf of Employer/Contracting Authority) in water/wastewater collection system (including collector or wastewater pipeline) or water network system (including water pipeline or water transmission line) projects;

      (d) Construction supervision services for any kind of construction (on behalf of Employer/ Contracting Authority) which is governed by FIDIC Contract Conditions. Conditions for contracts other than FIDIC will not be accepted;

      (e) Wastewater treatment plant designs (design reviews shall be accepted).

      The on-going projects shall only be considered for the criteria 21.3.b, 21.3.c 21.3.d and 21.3.e. The candidates should prove that the related services of the project is successfully completed.

      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 case of projects still on-going only the related service satisfactorily completed during the reference period although started earlier will be taken into consideration. This completed service 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. Documentary evidence is not required at the application stage but will be requested with the invitation to tender.

      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. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender relies on other entities it must 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 comply with the selection criteria for which the economic operator relies on them. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.

      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 eight best candidates. On-going projects will not be considered in re-examination. The only additional comparative criteria which will be taken into consideration during this reexamination, in the order that they appear below, are:

      — the highest number of projects in criterion 21.3.b

      In case of equality after the first examination:

      — the highest cumulative contract value of references (proportion carried out by consortium) satisfying technical capacity criterion 21.3.b

      NB: additional comparative criterion 2) will be applied only if the number of eligible candidates remain higher than 8 after applying additional comparative criterion 1).

      22.. Award criteria
      Best price-quality ratio.

      Application


      23.. Deadline for receipt of applications
      The candidate/tenderer's attention is drawn to the fact that there are 2 different systems for sending applications/tenders: one is by post or private mail service, or by hand delivery.

      In the first case, the application/tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip(1), but in the second case it is the acknowledgment of receipt given at the time of the delivery of the application/tender which will serve as proof.

      6.12.2018 (16:30 hrs), local time

      Any application submitted to the Contracting Authority after this deadline will not be considered.

      The Contracting Authority may, for reasons of administrative efficiency, reject any application or tender submitted on time to the postal service but received, for any reason beyond the Contracting Authority's control, after the effective date of approval of the short-list report or of the evaluation report, if accepting applications or tenders that were submitted on time but arrived late would considerably delay the evaluation procedure (for instance when applications or tenders are received after the evaluation committee has finished its works and evaluating them would imply re-calling the evaluation committee) or jeopardise decisions already taken and notified.

      (1) It is recommended to use registered mail in case the postmark would not be readable.

      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 post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to:

      Mr İsmail Raci Bayer (Director)

      Department of European Union and Foreign Relations, Ministry of Environment and Urbanization,

      Mustafa Kemal Mahallesi Eskişehir Devlet Yolu (Dumlupınar Bulvarı) 9.km No:278 Çankaya, Ankara / Turkey

      Tel +90 312 474 03 50-51

      In this case, the delivery record makes proof of compliance with the time-limit for receipt,

      — or hand delivered by the participant in person or by an agent directly to the premises of the Contracting Authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to:

      Mr İsmail Raci Bayer (Director)

      Department of European Union and Foreign Relations, Ministry of Environment and Urbanization,

      Mustafa Kemal Mahallesi Eskişehir Devlet Yolu (Dumlupınar Bulvarı) 9 km No. :278 Çankaya, Ankara / Turkey

      Tel +90 312 474 03 50-51

      (Opening hours of the Contracting Authority’s office: 9:30 a.m. till 5:30 p.m.)

      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 accept 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 communications for this tender procedure and contract must be in English.

      28.. Date of publication of prior information notice
      19.7.2018

      29.. Legal basis
      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 Regulation (EC) No. 231/2014 of the European Parliament and the Council of 11.3.2014 establishing an instrument for pre-accession assistance (IPA II) (OJ L 77/11, 11.3.2014, P. 11).

      30.. Additional information
      Awarding of the contract is subject to the prior conclusion of the Programming documents which does not modify the elements of the procurement procedure (this will be the case, for instance, if the budget initially foreseen is different or if the timeframe, the nature or the condition of the implementation are altered). If the precedent condition is not met, the Contracting Authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation.

      In case of cancellation, termination or suspension of the related works tender procedure(s) or the contract, the Contracting Authority has the right to cancel the procedure entirely, terminate the contract while reserving the right to suspend or modify the contract in a way only to include this contract's related activities.

    © 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 30.10.2018
Zuletzt aktualisiert 30.10.2018
Wettbewerbs-ID 2-319409 Status Kostenpflichtig
Seitenaufrufe 31