WORKS PROCUREMENT NOTICE

Modernization of ISKUR Offices

Location- Turkey

1. Publication reference

EUROPEAID/116321/D/W/TR

2. Procedure

International Open

3. Programme

Pre-Accession Financial Assistance Programme for Turkey

4. Financing

 Joint Co-Financing

EC Contribution-Budget Line BG-UE-B2004-22.020401-ELARG .

(75%) and National Contribution (25 %)

 5. Contracting authority

Central Finance and Contracts Unit (CFCU)


CONTRACT SPECIFICATION

6. Description of the contract

Construction of 16 and renovation of 4 existing provincial offices.

Lot 1:

New offices will be constructed in: Samsun, Diyarbakir, Elazig, Agri, Antalya, Ardahan, Corum, Igdir, Mus, Siirt, Nigde, Hatay, Gebze, Kilis, Bingöl and Balikesir. The total area to be constructed is approximately 16 600 m2. The construction of provincial offices in Samsun, Diyarbakir, Agri and Elazig respectively, will require demolition of already existing buildings on the lots.

Lot 2:

Renovation will take place in Ankara, Istanbul, Söke and Kayseri. In Söke the renovation will contain a dormitory and training facility. The total area to be renovated is approximately 9 100 m2.

The contract will be tendered as a lump sum “Design-Build” contract. The construction sites structural, mechanical and electrical designs are going to be made by the contractor (Successful Tenderer) in accordance with Technical Specifications. The Contracting Authority shall give only Architectural Drawings of Construction sites. The renovation sites’ designs shall be given in the Tender Dossier.

 

7. Number and titles of Lots

Lot 1 – Construction of 16 provincial offices in Samsun, Diyarbakir, Elazig, Agri, Antalya, Ardahan, Corum, Igdir, Mus, Siirt, Nigde, Hatay, Gebze, Kilis, Bingöl and Balikesir respectively.

Lot 2 – Renovation of 4 existing provincial offices located in Ankara, Istanbul, Söke and Kayseri respectively.


CONDITIONS OF PARTICIPATION

8. Eligibility and rule of origin

Participation is open on equal terms to all natural and legal persons [participating either individually or in a grouping (consortium) of tenderers] of the Member Countries (Belgium, Denmark, Germany, Greece, Spain , France, Ireland, Italy, Luxembourg, Netherlands, Austria, Portugal, Finland, Sweden, United Kingdom, Cyprus, Czech Republic, Estonia, Hungary, Latvia, Lithuania, Malta, Poland, Slovakia, Slovenia), Candidate Countries (Bulgaria,  Romania, Turkey), MEDA Mediterranean Countries, CARDS Countries (Albania, Bosnia and Herzegovina, Croatia, Federal Republic of Yugoslavia, Former Yugoslav Republic of Macedonia).

 (see also item 21 below). All goods provided for this contract must originate in these countries.

9. Grounds for exclusion

Tenderers must submit a statement to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical guide to contract procedures financed by the general budget of the European Communities in the context of external actions.

10. Number of tenders

Tenderers (including firms within the same legal group, other members of the same consortium and sub-contractors) may submit only one tender for one or both lots. Tenders for parts of a lot will not be considered. Any tenderer may state in their tender that they would offer a discount in the event that their proposal is accepted for both lots. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier

11. Tender guarantee

Tenderers must provide a tender guarantee for each lot when submitting their tender. The tender guarantee shall be issued in EURO and shall amount to 95 000 Euro /ninety five thousand euros/ for Lot 1 and 30 000 Euro /thirty thousand euros/ for Lot 2. This guarantee will be released to unsuccessful tenderers upon the tender procedure has been completed and upon signature of the contract by the successful tenderer(s) and the Contracting Authority.

12. Performance guarantees

The successful tenderer will be requested to provide a performance security of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided no later than 30 days  after the tenderer receives the contract signed by the Contracting Agency. 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 second best admissible tender.

13. Information meeting and Site visit

An optional site visit to the renovation site in Ankara, as a sample, will be held on 21 July 2004. The prospective tenderers shall meet at the address below at 10.00 a.m. After the site visit, an information meeting shall be held at the same address

İŞKUR Ankara İl Müdürlüğü

Sağlık Sokak No:1

Sıhhıye

Ankara, Turkey

 14. Tender validity

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.

15. Period of Execution

The period is 240 days followed by a Maintenance Period of 365 days  for each lot.


SELECTION AND AWARD CRITERIA

16. Selection criteria

The minimum selection criteria for a sole Tenderer are as follows:

1) General

a)         The Tenderer must be a registered firm or natural person capable of carrying out the specified Works;

 

2) Economic and financial standing

a)         The average Annual Turnover in the past 5 (five) years (2003, 2002, 2001, 2000, 1999) should exceed 7 (seven) million Euro if the Tenderer is bidding for Lot 1 and 3 (three) million Euro if the Tenderer is bidding for Lot 2. If the Tenderer is bidding for both Lots, the amount should be 10 (ten) million Euro, minimum.

 

b)         The Audited Financial Statements, Balance Sheets income/profit and loss statements for the last 5 years (2003, 2002, 2001, 2000, 1999) shall be submitted and must demonstrate the soundness of the applicant’s financial position, showing long-term profitability.;

 

c)         The Tenderer must have access to liquid assets, credit and/or other financial facilities adequate to assure the required cash flow for the duration of the Contract. In any case the amounts should be at least 1 Million Euro for Lot 1 and 0,5 Million Euro for Lot 2 (1,5 Million Euro for Lots 1 and 2); The tenderer should provide evidence of secured financing in form of cash, secured irrevocable credit line granted by a reputable bank or other acceptable form of funds.

 

3) Technical and professional capacity

a)        The tenderer only bidding for Lot 1 should have successfully completed at least two similar projects with a minimum value of 5 million Euro each (the total value of works the contractor was responsible for) as a prime contractor during last 5 years.

The tenderer bidding for only Lot 2 should have successfully completed at least two similar projects with a minimum value of 1,5 million Euro each (the total value of works the contractor was responsible for) as a prime contractor during last 5 years.

The tenderer bidding for both Lot 1 and Lot 2  should have successfully completed at least two similar projects with a minimum value of 6,5 million Euro each (the total value of works the contractor was responsible for) as a prime contractor during last 5 years.

The projects should be of similar nature as the Tendered Works, i.e. “Design-Build” contract including design and construction of office buildings, industrialised buildings and housing complexes for Lot 1 and Lot 2.

 

b) Key personnel:

 

Lot1:

 

The key personnel proposed shall have the minimum experience required below:

 

 

 

 

Key Positions

 

 

 

No

 

Minimum experience (years of experience)

Minimum experience (years experience in similar position in works of similar nature)

Project Manager

1

15

6

Construction Manager

10

10

5

Quality Control Engineer

4

5

2

Civil Engineer

16

 7

3

Electrical Engineer

7

10

5

Mechanical Engineer

7

10

5

Planning Engineer

2

5

5

 

Lot 2:

 

 

 

 

Key Positions

 

 

 

No

 

Minimum experience (years of experience)

Minimum experience (years experience in similar position in works of similar nature)

Project Manager

1

15

6

Construction Manager

1

10

5

Quality Control Engineer

1

5

2

Civil Engineer

4

7

3

Electrical Engineer

4

5

5

Mechanical Engineer

4

5

5

Planning Engineer

1

5

5

  

 

c)       Litigation History. The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed, terminated, or under execution by him over the last 5 (five) years. A consistent history of awards against the Tenderer may lead to the rejection of the tender.

 

 

The minimum selection criteria for a Joint-Venture/Consortium as Tenderer are as follows:

 

1) General

a)         All partners in the Joint-Venture/Consortium must be registered firms or natural persons legally capable of carrying out the specified Works or parts thereof.

2) Other

a)                   The leading partner shall meet no less than 50% of the economic and financial standing criteria specified above;

b)                   The other partners shall meet no less than 25% of the economic and financial standing criteria specified above;

c)                   All partners must collectively meet the economic and financial standing and technical and professional capacity criteria specified above;

d)                   Lead Partner and other partners shall individually satisfy/provide Audited Financial Statements as defined in 16.2b.;

e)                   Joint Venture/Consortium shall collectively meet the conditions for Key Personnel listed in 16.3.b

f)                     Each individual partner shall satisfy the litigation history criteria.

 

17. Award criteria

Price


TENDERING

18. How to obtain the tender dossier

The tender dossier is available from:

Central Finance and Contracts Unit- CFCU

Ehlibeyt Mah. 6 sokak No. 16/8.

Ekisioglu Is Merkesi, 06520 Balgat

Ankara, Turkey

Contact person: Mr. N. Ercan TORTOP, CFCU Director

Tel: +90 312 4723700

Fax: +90 312 4723744

The Tender Dossier is available at CFCU in CD format free of charge. Each tenderer can receive the tender dossier and design of the buildings with a letter stating the request for the tender dossier for the “Modernization of Physical Infrastructure of ISKUR” and power of attorney of the person who receives the tender dossier and its attachments on behalf of his company.

 

The tender dossier without drawings will be available at the address below:

http://europa.eu.int/comm/europeaid/cgi/frame12.pl or http://www.deltur.cec.eu.int/main-t.html

The Tender Dossier is also available for inspection at the premises of the Contracting Authority.

Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.

Tenderers with questions regarding this tender should send them in writing to:

Central Finance and Contracts Unit- CFCU

Ehlibeyt Mah. 6 sokak No. 16/8.

Ekşioglu İş Merkezi, 06520 Balgat

Ankara, Turkey

Contact person: Mr. N.Ercan TORTOP, CFCU Director

Tel: +90 312 4723700 

Fax: +90 312 4723744

e-mail: ercan.tortop@cfcu.gov.tr

The Publication reference shown in item 1 must be clearly indicated on all correspondence. Questions must be submitted at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority will reply to all tenderers' questions at least 11 days before the deadline for submission of tenders.

Any clarifications issued will only be sent to potential bidders that collected or requested the TD from the CFCU.

19. Deadline for submission of tenders

All tenders must be received at CFCU, at the following address:

Central Finance and Contracts Unit- CFCU

Ehlibeyt Mah. 6 sokak No. 16/8.

Ekşioglu İş Merkezi, 06520 Balgat

Ankara, Turkey

Contact person: Mr. N. Ercan TORTOP, CFCU Director

Tel: +90 312 4723700

Fax: +90 312 4723744

before 24 September 2004, 10:00h local time.

Any tender received after this deadline will not be considered.

20. Tender opening session

Tender opening session will be held on 24 September 2004, 10.30h local time, at the following address:

Central Finance and Contracts Unit- CFCU

Ehlibeyt Mah. 6 sokak No. 16/8.

Ekşioğlu İş Merkezi, 06520 Balgat

Ankara, Turkey

21. Legal basis

Council Regulation No. (EC) 2500/2001 of 17 December 2001 concerning pre-accession financial assistance for Turkey and amending regulations (EEC) No 3906/89, (EC) No 1267/1999, (EC) No 1268/1999 and EC No 555/2000