Public document to be completed by the Contracting Authority
Compulsory use for supply tender procedures of €150 000 or more

(C02)

 


SUPPLY PROCUREMENT NOTICE

Support to the Enhancement of Safety of Maritime Transport
Ankara, Turkey

1. Publication reference

EUROPEAID/116319/D/S/TR

 

2. Procedure

International Open Tender

 

3. Programme

National Pre-Accession Financial Assistance Programme for Turkey – 2002

 

4. Financing

Joint Co-Financing:        EU Contribution (75%) - Budget line BG-UE-B2004-22.020401-ELARG,

National Contribution (25%)

 

5. Contracting authority

Central Finance and Contracts Unit (CFCU) – Turkey

 

CONTRACT SPECIFICATIONS

6. Description of the contract

The subject of the contract is the delivery, installation, putting into operation, training and warranty service, by the Contractor of the following goods:

Marine Electronic Equipment, Safety Equipment and Wear (Surveyors), Safety Equipment and Wear (Fire Fighting), Digital Measurement Devices, Clean Air Compressors, Computer Software (Marine), Computer Hardware and Software, Office Equipment, Motor Vehicles and  Cargo Handling Simulators in ten  (10) lots to be delivered DDP (Delivered Duty Paid) in given quantities at the following addresses;

·   UMA Headquarter

   G. M. K. 128, Maltepe- Ankara

·   İstanbul Teknik Üniversitesi (ITU)

   Denizcilik Fakültesi

   A Blok Manastır Yolu Üzeri 34940, Tuzla-İstanbul

·   Dokuz Eylül Üniversitesi (DEU)

   Deniz İşletmeciliği ve Yönetimi Yüksek Okulu

            Kaynaklar Yerleşkesi 35160, Buca-İzimir

7. Number and titles of lots

The contract will be in following 10 (ten) Lot(s):

Lot N°1:    Marine Electronic Equipment (EPIRB Testing Device, GMDSS SART Testing Device, Screening Device for Testing Equipment, VHF Marine Radio)

Lot N°2:  Safety Equipment and Wear (Surveyors) (Coverall, Sweat Band, Gloves, Safety Goggles, Safety Helmet, Dust mask, Backpack, Surveyors Hammer, Work Shoes, Pocket Flashlight, Security Flashlight)

Lot N°3:    Safety Equipment and Wear (Fire Fighting) (Breathing Apparatus, Fireman’s Outfit (Aluminise), Fireman’s Outfit (Nomex), Fireman’s Boots, Fireman’s Gloves, Fireman’s Helmets, Axe, Fire Safety Torch, Safety Belt, Storage Unit For Fire Fighting Equipment, Life Line, Dual Purpose Type Nozzles , Portable Foam Applicator, Foam Mixer/Proportioner, Immersion Suit, Fire Hose (4” diam. 20 m long delivery hose), Fire Hose (3” diam. 20 m long delivery hose))

Lot N°4:    Digital Measurement Devices (Digital Thermometer, Ultrasonic Metal Thickness Gauge, Portable Multigas Measuring Device)

Lot N°5:    Clean Air Compressors

Lot N°6:    Computer Software (Marine) (Ship Stability Software, Maritime Rules and Regulations Software)

Lot N°7: Computer Hardware and Software (Desktop Computer, Laptop Computer, Laser Printer, Portable Ink-Jet Printer, Digital Camera, Computer Server, Firewall)

Lot N°8: Office Equipment (Technical Drawing Table, Map measurement and drawing stationary apparatus, Locker, Stapler, Photocopying Machine)

Lot N°9:    Motor Vehicles

Lot N°10:   Cargo Handling Simulators

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 Turkey, to natural and legal persons from the candidate countries and countries benefiting from the financial and technical measures to accompany (MEDA) the reform of economic and social structures in the framework of the Euro-Mediterranean partnership and from the assistance for Albania, Bosnia and Herzegovina, Croatia,

the Former Yugoslav Republic of Macedonia, Serbia and Montenegro (CARDS). 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. 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 are not authorised to tender for a variant in addition to the present tender.

 

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

No information meeting is planned

 

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 periods for the execution of the project shall be followed consequently and is summarized in the following table:

Lot  No

Delivery Period[2]

Training

Provisional Acceptance Period[3]

(calendar days)

(calendar days)

(calendar days)

1

60

N/A

30

2

60

N/A

30

3

60

N/A

30

4

60

N/A

30

5

60

N/A

30

6

60

30[4]

30

7

60

60[5]

30

8

60

1[6]

30

9

60

N/A

30

10

120

60

30

 

 


SELECTION AND AWARD CRITERIA

16. Selection criteria

Compliance with formal, administrative and technical requirements of the Tender Dossier.

 

17. Award criteria

The lowest technically compliant 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. Any prospective tenderer obtaining the tender dossier from the Europe Aid website should advise the CFCU so that any changes to the tender dossier may be communicated to them. 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

Tel No: (+90 312) 472 3700

Fax No: (+90 312) 472 3744

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. The replies will be published on the following web-site http://europa.eu.int/comm/europeaid/tender/index_en.htm

 

19. Deadline for submission of tenders

Tenders must be received at the offices of the CFCU before 14 September 2004 at 17.00 hours local time.

Any tender received after this deadline will not be considered.

 

20. Tender opening session

10.00 Hours (local) on 15 September 2004 at the CFCU office at the address Ehlibeyt Mahallesi 6. Sokak No:16/8 Ekşioğlu İş Merkezi 06520 Balgat/Ankara, TURKEY

 

21. Legal basis

Council Regulation Nr. (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.

 



[1] EU 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), EU Candidate Countries (Bulgaria,  Romania, Turkey), MEDA Mediterranean Countries(Algeria, Cyprus, Egypt, Gaza and West Bank, Israel, Jordan, Lebanon, Malta, Morocco, Syria, Tunisia,Turkey), CARDS Countries (Albania, Bosnia and Herzegovina, Croatia, Former Yugoslav Republic of Macedonia, Serbia and Montenegro).

[2] Installation and putting into operation where applicable shall be completed within the delivery period for all lots

[3] Inspection and Testing shall be completed within the provisional acceptance period for all lots

[4] In Lot 6 training is required only for Ship Stability Software              

[5] In Lot 7 training is required only for items Computer Server and Firewall          

[6] In Lot 8 training is required only for item Photocopying Machine