SUPPLY
PROCUREMENT NOTICE
Strengthening the Fight against Money
Laundering
Location – Ministry of Finance
1. Publication reference
EuropeAid/117859/D/S/TR
2. Procedure
International Open Tender
3. Programme
2002 National Pre-Accession Financial Assistance Programme for
4. Financing
Joint co-financing
EC Contribution– Budget line BG-UE-B2004-22.020401-ELARG (75%) and
National Contribution (25%)
5. Contracting authority
The Central
Finance and Contracts Unit (CFCU)-
CONTRACT SPECIFICATIONS
6. Description of the contract
Information technology and analytical tools will be
supplied to support the Financial Crimes and Investigation Board of the
Ministry of Finance to improve the ability on prosecute and searching economic
crime and money laundering more effectively. The supplies which will be covered
within this contract include central analytical systems of Financial Crimes
Investigation Board, Special Analytical Software for the selected offices,
Special analytical software for the Police and other necessary equipment and
software.
7. Number and titles of lots
The contract will
be in 3 (three) lots
TERMS OF PARTICIPATION
8. Eligibility and rules 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 States and
the countries and territories of the regions covered and/or authorised by the
Regulation or other specific instruments applicable to the programme under
which the contract is financed (see also item 21 below). All goods supplied
under this contract must originate in these countries[1].
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 contracts
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(s)
for one or more lots, however, the
same tenderer can not submit an offer for lot 1 and
lot 3 Tenders for parts of a lot will not be considered. 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. Tenderers may not submit a tender for a variant solution in
addition to their tender for the supplies required in the tender dossier.
11. Tender guarantee
Tenderers must provide when submitting their tenders a tender
guarantee of 2% of the total offered value for each lot
for which they are bidding. This guarantee will be released to
unsuccessful tenderers once the tender procedure has
been completed and to the successful tenderer(s) 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.
12. Performance guarantee
The 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 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 best
compliant tender.
13. Information meeting and/or site visit
A mandatory site visit will be held on 16.08.2004
from 9:00hrs (local) to 12:00hrs (local) at the Ministry of Finance Premises İlkadım Street Block N Dikmen-
Any bid received from a Tenderer
who has not attended the site meeting will be rejected.
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 overall execution period is 45 weeks
(excluding warranty period).
For details see points 38.5 (
SELECTION AND AWARD CRITERIA
16. Selection criteria
·
Tenderer(s) (single applicant or the whole
consortium) must be able to comply with formal, administrative and technical
requirements of the tender dossier.
·
Tendeter(s) (single applicant or the whole
consortium) must be able to demonstrate that it has supplied equipment similar
in complexity to those for which it is bidding for in this tender for at least
3 projects during the past five (5) years
·
The average annual turnover of tenderers
for lot 1 (single candidate or in case a
consortium, consortium members combined) must exceed 5 million € over the last
three years (2001, 2002, 2003).
17. Award criteria
Lowest price.
TENDERING
18. How to obtain the tender dossier
The tender dossier is available from the following Internet address: http://europa.eu.int/comm/europeaid/tender/index_en.htm. The tender dossier is also available for
collection from 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
Mr. Nuri Ercan Tortop
Central Finance and Contracts Unit
Ehlibeyt Mahallesi 6. sokak No: 16/8
Ekşioğlu İş Merkezi 06520 Balgat/Ankara-TURKEY
Phone No:+90 312 472 37 00
Fax No: +90 312 472 37 44
e-mail: ercan.tortop@cfcu.gov.tr
(mentioning the publication reference shown in item 1) at least 21 days
before the deadline for submission of tenders given in item 19. The Contracting
Authority must reply to all tenderers' questions at
least 11 days before the deadline for submission of tenders.
19. Deadline for submission of tenders
Tenders must be received at the
offices of the CFCU before 30.09.2004 at
20. Tender opening session
21. Legal basis
Council Regulation Nr. (EC)
2500/2001 of
financial assistance for
1267/1999,
EC) No. 1268/1999 and EC No 555/2000.
[1] 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(Algeria, Cyprus, Egypt, Gaza and West Bank, Israel,
Jordan, Lebanon, Malta, Morocco, Syria, Tunisia),
CARDS Countries (Albania, Bosnia and Herzegovina,
Croatia, Former Yugoslav Republic of Macedonia, Serbia and Montenegro).