IPA - Supply for the “Bovine Leather Processing in Uşak” (примерный перевод: IPA - Поставка для "Обработка бычьей кожи в Ушаке") (Турция - Тендер #4728181)
Поделиться
Для перевода текста тендера на нужный язык воспользуйтесь приложением:
Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
1.Publication referenceEuropeAid/139829/IH/SUP/TR
2.ProcedureOpen
3.Programme titleMulti-annual Operational Programme “Competitiveness and Innovation Sector” for Community Assistance from the Instrument for Pre-Accession Assistance (IPA II) for the
Socioeconomic and Regional Development Policy Area in Turkey
4.FinancingIPA budget item 22.02 03 02 of the General Budget of the EU and National Contribution
5.Contracting authorityMinistry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP), Ankara, TURKEY
6.Description of the contractThe subject of the contract is supply, delivery, unloading, installation, putting into operation, inspection, testing, training and warranty services of equipment and
machinery for the Operationalization of the Bovine Leather Process Common Use Facility.
7.Number and titles of lots5 lots:Lot 1: Drums;Lot 2: Leather Processing Machinery;Lot 3: Drying Equipment;Lot 4: Surface Treatment And Post Processing Equipment;Lot 5: Auxiliary Equipment.
8.Eligibility and rules of originParticipation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of
tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No. 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 22 below).
Participation is also open to international organisations.All supplies under this contract must originate in one or more of these countries.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 and of goods originating from third countries will apply to
candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating 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, and candidates or tenderers proposing goods originating
from the United Kingdom could be rejected from the procurement procedure.
9.Grounds for exclusionTenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in Section
2.6.10.1. of the practical guide.Tenderers 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.
10.Number of tendersThe candidates may submit an application for one lot only, several lots or all of the lots, but only one application may be submitted per lot. Tenders for parts of a lot will
not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.Contracts will be awarded lot by lot and
each lot will form a separate contract. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot.
11.Tender guaranteeTenderers must provide a tender guarantee of for the each lot with the amounts stated below when submitting their tender. This guarantee will be released to unsuccessful
tenderers once the tender procedure has been completed and to the successful tenderers upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not
fulfil all obligations stated in its tender.Lot number: Lot 1: Amount of tender guarantee (EUR): 5 000Lot number: Lot 2: Amount of tender guarantee (EUR): 14 000Lot number: Lot 3: Amount of
tender guarantee (EUR): 13 000Lot number: Lot 4: Amount of tender guarantee (EUR): 7 000Lot number: Lot 5: Amount of tender guarantee (EUR): 4 000If the tenderer is bidding for more than 1 lot,
it has to provide separate tender guarantees for each lot.
12.Performance guaranteeThe successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be
provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the contracting authority. If the selected tenderer fails
to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
13.Information meeting and/or site visitAn optional site visit/information meeting will be held on 26.4.2019, 1:00 p.m. at “Uşak Deri (Karma) Organize Sanayi Bölgesi 32. Cadde No:10 Uşak —
Turkey”
14.Tender validityTenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Contracting Authority may, before the validity
period expires, request that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers).
15.Period of implementation of tasksFor Lot 1: The implementation period will last 195 calendar days, starting from the commencement of the contract and ending on the day of issuance of the
certificate of provisional acceptance. The implementation period will include delivery period of 120 calendar days, installation and commissioning period of 30 days after delivery, issuance of
provisional acceptance period of 45 days after completion of all services.For Lot 2: The implementation period will last 225 calendar days, starting from the commencement of the contract and
ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 150 calendar days, installation and commissioning period of
30 days after delivery, issuance of provisional acceptance period of 45 days after completion of all services.For Lot 3: The implementation period will last 375 calendar days, starting from the
commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 210 calendar days,
installation and commissioning period of 120 days after delivery, issuance of provisional acceptance period of 45 days after completion of all services.For Lot 4: The implementation period will
last 225 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include
delivery period of 150 calendar days, installation and commissioning period of 30 days after delivery, issuance of provisional acceptance period of 45 days after completion of all services.For
Lot 5: The implementation period will last 135 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The
implementation period will include delivery period of 60 calendar days, installation and commissioning period of 30 days after delivery, issuance of provisional acceptance period of 45 days after
completion of all services.
16.Selection criteriaThe following selection criteria will be applied to tenderers. In the case of tenders 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
tenderer (based on i.a. Item 3 of the tender form for a supply contract). In case of tenderer being a public body, equivalent information should be provided. The reference period which will be
taken into account will be the last 3 years for which accounts have been closed.The selection criteria for each tenderer are as follows:The average annual turnover of the tenderer in the last 3
financial years must exceed the tenderer"s financial offer for each individual lot for which he is bidding.Companies that have been operational for less than 3 years will have to demonstrate an
operational cash flow which must exceed their financial proposal for the years in which they have been operational.2) Professional capacity of tenderer (based on i.a. Items 4 and 5 of the tender
form for a supply contract). The reference period which will be taken into account will be the last 3 years from submission deadline.At least 5 staff currently works for the tenderer in fields
related to this contract.3) Technical capacity of tenderer (based on i.a. Items 5 and 6 of the tender form for a supply contract). The reference period which will be taken into account will be
the last 3 years from submission deadline.This means that the contract the tenderer 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. 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, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into
consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.For lot 1:— the tenderer has delivered supplies
(proportion carried out by the candidate) under at least one contract with a budget of at least the half of the amount of the tenderer"s financial offer in supply of drums.For lot 2:— the
tenderer has delivered supplies (proportion carried out by the candidate) under at least one contract with a budget of at least the half of the amount of the tenderer"s financial offer or at
least 2 contracts with a budget of at least the quarter of the amount of the tenderer"s financial offer in supply of leather processing machinery.For lot 3:— the tenderer has delivered supplies
(proportion carried out by the candidate) under at least one contract with a budget of at least the half of the amount of the tenderer"s financial offer or at least 2 contracts with a budget of
at least the quarter of the amount of the tenderer"s financial offer in supply of drying equipment.For lot 4:— the tenderer has delivered supplies (proportion carried out by the candidate)
under at least one contract with a budget of at least the half of the amount of the tenderer"s financial offer or at least 2 contracts with a budget of at least the quarter of the amount of the
tenderer"s financial offer in supply of surface treatment and post processing equipment.For lot 5:— the tenderer has delivered supplies (proportion carried out by the candidate) under at least
one contract with a budget of at least the half of the amount of the tenderer"s financial offer in supply of similiar machinery given in the respective lot including a steam boiler.In case a
tenderer applies to multiple lots, the tenderer must comply with the following selection criteria:— for economic and financial capacity criterion, the cumulative amount of the average annual
turnover required for the relative lots,— for professional capacity criterion, cumulative number of staff required for the relative lots,— for technical capacity criterion, the requirement
for the relevant lot.Capacity-providing entitiesAn 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 and notably that of nationality, as the economic operator relying on them 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, a tenderer may only rely on the capacities of other entities where
the latter will perform the tasks 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.
17.Award criteriaPrice
18.How to obtain the tender dossierThe tender dossier is available from the following Internet address:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome. The
tender dossier is also available from the Contracting Authority. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and
instructions must be strictly observed.Tenderers with questions regarding this tender should send them in writing toAtt.: Mr. Mustafa ErdoğanMinistry of Industry and Technology - DG for EU and
Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP)Mustafa Kemal Mahallesi, Dumlupınar Bulvarı,(Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7, Oda No:714/A06510
Çankaya/Ankara, TurkeyFax: 90 312 201 69 54e-mail: rsp.ihale@sanayi.gov.tr, rsp.tender@sanayi.gov.tr(mentioning the publication reference shown in item 1) at the latest 21 days before the
deadline for submission of tenders given in Item 19. The Contracting Authority must reply to all tenderers" questions at the latest 11 days before the deadline for submission of tenders. Eventual
clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the website of DG International Cooperation and Development at
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and on the website of the Contracting Authority at https://rekabetcisektorler.sanayi.gov.tr
19.Deadline for submission of tendersThe candidate/tenderer"s attention is drawn to the fact that there are 2 different systems for sending applications/tenders, either 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.Any tender 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.How tenders may be submittedTenders 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:Att.: Mr. Mustafa ErdoğanMinistry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP)Mustafa Kemal Mahallesi,
Dumlupınar Bulvarı,(Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7, Oda No:714/A06510 Çankaya/Ankara, Turkey4:00 pm (Local Time- Turkey) on 24.5.2019— 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:Att.: Mr. Mustafa ErdoğanMinistry of Industry and Technology — DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP)Mustafa
Kemal Mahallesi, Dumlupınar Bulvarı,(Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7, Oda No:714/A06510 Çankaya/Ankara, Turkey4.00 pm (Local Time- Turkey) on 24.5.2019Opening Hours:
9:00-17:00The contract title and the publication reference (see Item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent
correspondence with the Contracting Authority.Tenders submitted by any other means will not be considered.By submitting a tender candidates accept to recive notiefication 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
tender.(1) It is recommended to use registered mail in case the postmark would not be readable.
20.Tender opening session10:00 a.m. (Local Time – Turkey) on 31.5.2019 in the premises of Ministry of Industry and Technology — DG for EU and Foreign Affairs – Directorate of EU Financial
Programmes, (MoIT/ DoEUFP),Mustafa Kemal Mahallesi, Dumlupınar Bulvarı, (Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7 06510 Çankaya/Ankara, Turkey.
21.Language of the procedureAll written communications for this tender procedure and contract must be in English.
22.Legal basis(2)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 Regulation (EU) No. 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-Accession Assistance (IPA II).(2)
Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
23.Additional informationIn the premises where MoIT/DoEUFP is located, there is one security point to pass through, and only 2 elevators operating to reach 7th floor. Please consider these
physical conditions not to miss the deadline for receipt of applications.
Источник закупки
Перейти
Импорт - Экспорт по стране Турция
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.