Středa, 24. dubna 2024

Založení jednotky na řízení programu pro podporu realizace investičních projektů v oblasti vodohospodářství / zpracování odpadních vod a tuhého odpadu

Založení jednotky na řízení programu pro podporu realizace investičních projektů v oblasti vodohospodářství / zpracování odpadních vod a tuhého odpadu
* Referenční číslo CzechTrade: 
TE200866174
 
* Stav tendru: 
výzva k předkvalifikaci  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
05.02.2008 
 
* Zdroj informace:  
S 2 
 
* Obor dle celního sazebníku:
 
S000000 Blíže neurčeno - Služby

 
 
 
Anotace tendru:

V rámci programu pomoci pro komunitu kyperských Turků jsou přiděleny významné finanční zdroje pro investiční projekty v oblasti vodohospodářství / zpracování odpadních vod a tuhého odpadu. Na základě složitosti a rozsahu jak z hlediska celkového množství, tak i z pohledu počtu a druhu zakázek, cílem této zakázky je vytvoření jednotky na řízení programu (PMU) pro podporu Evropské komise jakožto veřejného zadavatele při realizaci těchto investičních projektů, pokud jde o přezkum návrhu, veřejné zakázky a řízení zakázek na výstavbu a dohled. Tato služba má za cíl poskytnutí podpory (na základě zřízení PMU) veřejnému zadavateli, což mimo jiné zahrne pomoc v průběhu přípravy, řízení veřejných zakázek a monitorování realizace zakázek (stavební práce a služby včetně dohledu) v rámci programů zpracování vody / odpadní vody a tuhého odpadu. Všechny veřejné zakázky budou provedeny dle „Praktického průvodce ES smluvními postupy pro externí akce ES“ (PRAG). Zakázky na výstavbu a dohled budou realizovány na základě smluvních podmínek PRAG nebo FIDIC.


Lhůta pro doručení nabídek je 5.2.2008. Nabídka do tendru musí být zpracována v anglickém jazyce.


*********************************************************************************
Máte zájem o výběrová řízení a informace z oblasti zahraniční rozvojové spolupráce (ZRS, EuropeAid)?
Rádi byste se zúčastnili některého ze zveřejněných tendrů a nevíte jak na to?

Navštivte internetové stránky projektu "Šance pro firmy" na adrese 
www.sanceprofirmy.cz, kde
naleznete aktuální informace o rozvojové spolupráci, každý den nová výběrová řízení, ale hlavně
termíny bezplatných školení, v rámci kterých máte jedinečnou šanci získat více informací o ZRS!
*********************************************************************************

 
Popis tendru (Čeština):

B-Evere: establishment of a programme management unit to support the implementation of investment projects in the field of water/wastewater and solid waste

Location — northern part of Cyprus

Service procurement notice

1. Publication reference: EuropeAid/126316/C/SER/CY
2. Procedure: Restricted tender.
3. Programme: Financial assistance programme to encourage the economic development of the Turkish Cypriot community. Sector programme `Environment — water/wastewater and solid waste management`.
4. Financing: Budget line: 22 02 07 03.
5. Contracting authority: The European Community, represented by the European Commission, for and on behalf of the Turkish Cypriot community.

Contract specification


6. Nature of contract:
Fee-based.
7. Contract description:
Under the aid programme for the Turkish Cypriot community, considerable financial resources are earmarked for investment projects in the field of water/wastewater and solid waste. Given the complexity and size both in terms of overall amount and in terms of number and type of contracts to be handled, the purpose of this contract is to set up a programme management unit (PMU) to support the European Commission as the contracting authority in the implementation of these investment projects as regards designs review, contracts procurement and contracts management for construction and supervision contracts. The service aims at providing support (through setting up of a PMU) to the contracting authority, which includes amongst other things, assistance throughout the preparation, procurement management and monitoring of the implementation of the contracts (works and services, including supervision) within the water/wastewater and the solid waste management programmes. All procurement shall be conducted according to the EC `Practical Guide to contract procedures for EC external actions` (PRAG). Construction and supervision contracts would be implemented using the PRAG or FIDIC conditions of contract.
8. Numbers and titles of lots:
Not applicable.
9. Maximum budget:
EUR 2 000 000.
10. Scope for additional services:
The contracting authority may, at its own discretion, extend the project in duration and/or scope, up to a maximum not exceeding the value and duration of the initial contract, subject to the availability of funding. Any extension of the contract would be subject to a satisfactory performance by the contractor. The actual value and duration of the additional services, if any, will be agreed by negotiated procedure, as per PRAG 3.2.3.1, Budget, point (c).

Conditions of participation


11. Eligibility:
Participation is open to all natural and legal persons of the EU Member States and the countries and territories of the regions covered and/or authorised by the specific instrument applicable to the programme under which the contract is financed, i.e. Council Regulation (EC) No 389/2006 of 27.2.2006 (OJ L 65 of 7.3.2006) (see also point 30 below). Participation is also open to international organisations. Article 9(1) of Council Regulation (EC) No 389/2006, first indent, reads that `Participation in the award of procurement or grant contracts financed under this regulation shall be opened to all natural or legal persons of Member States of the European Union`. With regard to the abovementioned Article 9(1), first indent, the Council has noted that `the term "natural or legal persons of Member States of the European Union" includes those residing or established in the areas` of the Republic of Cyprus in which the Government of the Republic of Cyprus does not exercise effective control. The Commission has additionally stated that `The main objective of this financial instrument is to encourage the economic development of the Turkish Cypriot community. The Commission therefore understands the term "all natural or legal persons of Member States of the European Union" in Article 9 paragraph 1 of the Regulation .... to include all genuinely existing domestic legal persons residing or established in the areas. This does not imply recognition of any public authority in the areas other than the Government of the Republic of Cyprus`.
12. Candidature:
All eligible natural and legal persons (as per point 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 point 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 1 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 1 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. Shortlisted 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 2.3.3 of the PRAG.
16. Subcontracting:
Subcontracting will be allowed up to 30 % of the contract value. Subcontracting cannot be used for the activities envisaged by the key experts.
17. Number of candidates to be shortlisted:
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:
March 2008.
19. Provisional commencement date of the contract:
July 2008.
20. Initial period of execution and possible extension of the contract:
52 months.

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: 21.1. Economic and financial capacity of candidate (based on item 3 of the application form): The average annual turnover of the candidate must exceed EUR 1 000 000 for the last 2 closed financial years (2005 and 2006). The candidate must specify the years in question in item 3 of the application form. 21.2. Professional capacity of candidate (based on items 4 and 5 of the application form): a) The candidate must be specialised in the following fields: i. technical and financial management/administration of construction engineering projects; ii. design experience in water and wastewater infrastructure sector; iii. design experience in waste management infrastructure sector; iv. supervision and/or construction experience in water/wastewater infrastructure sector; v. supervision and/or construction experience in waste management infrastructure sector; b) the candidate must have a total of at least 15 permanent staff, in 2007 and on average during 2006 and 2005, working in the fields related to this contract. 21.3. Technical capacity of the candidate (based on items 5 and 6 of the application form): The candidate must demonstrate experience in projects/project components, as follows: i. at least 3 projects for technical and financial management/administration of construction engineering projects, on behalf of the employer/investor/donor; ii. at least 1 project for supervision of water supply or sewage networks; iii. at least 1 project for supervision of drinking water desalination or wastewater treatment plant; iv. at least 2 projects for supervision of solid waste management infrastructure; v. at least 2 projects for design of water and/or wastewater infrastructure; vi. at least 2 projects for design of solid waste management infrastructure. For the purposes of this shortlisting procedure, projects/project components are considered compliant with point 21.3 above only if: — they have been completed not earlier than 1.1.2000 and up to the date set as deadline for receipt of applications (please, therefore disregard the instruction at point 6 of the application form which requests to list projects carried out in the course of the `past 3 years`. The instruction to list a maximum of 15 references remains valid.), and — the proportion of the services, carried out by the candidate itself (in case the candidate is a consortium, by 1 of its members) and not e.g. by other members of previously-formed consortium that are not part of this application, is at least EUR 300 000. One and the same project/project component can cover more than 1 of sub-points (i) to (vi) of criterion 21.3 above. 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. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities. Such entities must respect the same rules of eligibility and notably that of nationality, as the economic operator. 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 8 best applications for the tender procedure. The following additional criteria are the only factors which will be taken into consideration, in consecutive order, during this re-examination, based on item 6 of the application form: 1) The greatest number of projects compliant with criterion 21.3(i), (ii), (iii) and (iv). Note: In case of projects combining 2 or more sub-points of 21.3, each component as per sub-points (i) to (vi) above will be counted separately (e.g. 1 project including landfill design and transfer station design will be counted as 2 valid references). 2) The cumulative value (proportion carried out by the legal entity, presenting the application) of projects counted under additional criteria 1, immediately above. The 2 comparative criteria listed above will be applied in order of precedence, i.e. all the applicants meeting the selection criteria as per 21.1, 21.2 and 21.3 will first be assessed against the comparative criterion 1 and ranked accordingly. The comparative criterion 2 will only be applied if some applicants at the bottom edge of such list score equally against comparative criterion 1, and will only concern such applicants.
22. Award criteria:
Best value for money.

Application


23. Deadline for receipt of applications:
5.2.2008 (16:00), Central European Time Any application received after this deadline will not be considered.
24. Application format and details to be provided:
Applications must be submitted using the standard application form (available from the following Internet address: http://europa.eu.int/comm/europeaid/index_en.htm), whose format and instructions must be strictly observed.

Any additional documentation (brochure, letter, etc) sent with an application will not be taken into consideration. Also, please check carefully point 28 — `Additional information`.
25. How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority: — either by recorded delivery (official postal service) or hand-delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
European Commission, Enlargement DG, Unit A3, Task Force for the Turkish Cypriot Community, Office CHAR 04/005, Central Mail Office, Avenue du Bourget 1, B-1140 Evere.

The Central Mail Office of the Commission at Avenue du Bourget is available from Mondays to Thursdays from 9:00 to 17:00 and on Fridays from 9:00 to 16:00. The contract title and the publication reference (see point 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. For practical reasons it is recommended that the outer/courier envelope contains also the name and address of the candidate having submitted 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 tenders. No application may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with point 25. The outer envelope (and the relevant inner envelope) 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. Additional information:
28.1. Completion of the standard application form: When filling in the standard application form, in particular items 3, 4, 5 and 6 therein, candidates must provide all information necessary to allow the Shortlist Panel to assess their compliance with the selection criteria under points 21.1, 21.2 and 21.3 above. Candidates are strongly recommended to provide full project details in item 6 of the standard application form. In the section, `Detailed description of project`, candidates are instructed to provide a clear description of the overall project. In the section `Type of services provided`, candidates are instructed to list only those activities which have been carried out by the candidates themselves, excluding activities carried out e.g. by other members of a previously-formed consortium who are not part of the application for this tender procedure. Completion dates of projects must be clearly stated. 28.2. Tax and customs arrangements, visa and permits: `The Practical Guide to contract procedures for EC external actions` which is applicable to this contract refers to financing agreements that the Commission normally signs with a beneficiary third country. These financing agreements are often completed by framework agreements between the Commission and the beneficiary country. Both agreements govern the basic rules, following which the financial assistance of the EU is implemented in the beneficiary country, amongst others, rules on the establishment and right of residence, privileges and immunities, tax and customs arrangements and import and export of equipment and other supplies. There is no such agreement that would be applicable to the Turkish Cypriot community. No similar agreement exists with the Republic of Cyprus, which is an EU Member State. However, the beneficiary agrees that: — the contractor is exempt of custom duties, import taxes, fees and VAT or any other similar taxes levied on goods entering the northern part of Cyprus for the contract financed by EU. The beneficiary shall provide the contractor with letters of exemption from all import duties and import taxes on all imported items to be incorporated into the permanent works. The beneficiary shall fully assist the contractor to obtain all relevant tax exemptions. The contractor shall prepare the necessary exemption and other documents in accordance with the requirements of customs and other relevant authorities, and any other reasonable requirements of the contracting authority. The contractor shall be entirely responsible for the presentation of documentation in order to clear the goods through customs, and shall be deemed to have been satisfied (before submitting the tender) as to all relevant procedures, — all imported goods, which are not incorporated in or expended in connection with the contract, shall be exported on completion of the contract. If not exported, or if used in connection with other contracts, the goods will be assessed for duties (as applicable to the goods involved) and the contractor shall pay such duties accordingly, — the payment and repayment of taxes and duties shall be in new Turkish lira (TRY), — the tenderer should take note of the Green-Line Regulation and consider the implication when making shipments to and from the areas not under the effective control of the Government of Cyprus: Council Regulation (EC) No 866/2004 of 29.4.2004 on a regime under Article 2 of Protocol 10 to the Act of Accession
http://eur-lex.europa.eu/smartapi/cgi/sga_doc?smartapi!celexplus!prod!CELEXnumdoc&lg=en&numdoc=304R0866R(01).

Value-added tax: The beneficiary will provide `VAT exemption certificates` for the contractor for the contract value. Goods and materials imported via the Republic of Cyprus will attract VAT in accordance with the Council Directive 2006/112/EC of 28.11.2006 on the common system of value-added tax. Customs and import duty: For the goods to be imported into the northern part of Cyprus, the beneficiary will assist the contractor in obtaining the necessary import licences. The contracting authority and the beneficiary will support the contractor in obtaining the tax exemptions and performing the customs formalities. Contractor `s expatriate staff: The contractor`s expatriate key staff, personnel and labour shall be exempt from any liability to pay personal income taxes in the northern part of Cyprus in respect of such of their salaries and wages as are chargeable. This exemption shall not apply to local staff of the Turkish Cypriot community, and the contractor shall perform such duties in regard to income tax deductions as may be imposed on him. The contractor`s expatriate key staff (and members of their immediate families) shall be exempt from customs duties, income duties, taxes and other fiscal charges having equivalent effect on personal and household effects imported for personal use provided that the personal and household effects are either re-exported or disposed of in the northern part of Cyprus in accordance with the local requirements in force after the completion of the contract. — Special requirements: The tenderer/contractor should be aware of the political, diplomatic and legal context prevailing in Cyprus and abstain from contacts of a political nature with either community. Should issues relating to the specific political, legal and diplomatic context arise in the preparation and implementation of this contract, the tenderer/contractor should inform the Project Manager. The tenderer/contractor should ensure confidentiality with no disclosure of the issue to third parties. The tenderer/contractor shall ensure that, in the preparation and implementation of the action subject of this tender, the rights of natural and legal persons, including the rights to possessions and property shall be respected. No action undertaken by the tenderer/contractor in the course of preparation and implementation of this contract should be intended to imply recognition of any public authority other than the Government of the Republic of Cyprus. 28.3. Supporting documents: The contracting authority reserves the right to request the following: — profit and loss accounts/income statements, for each of the years for which the annual turnovers have to be presented. The profit and loss accounts/income statements, drawn up in line with international accounting standards, must be provided with an English translation and conversion of amounts into euro. The candidate should be ready to present profit and loss accounts/income statements in the required form within 24 hours, upon request from the contracting authority during the examination of the application form. The contracting authority reserves the right to ask for surplus information which certifies the data presented in the forms, — proof of the actual number of staff permanently hired for the time period for which the information shall be provided, — proof of additional information concerning scope, value, duration, etc. of projects listed in table 6 of the application form (e.g. copy of relevant contracts, client`s references/final reports, etc.). Candidates are reminded that the successful tenderer will in any case be requested to provide evidence of the financial and economic standing and of the technical and professional capacity according to the selection criteria specified at point 21 of this procurement notice. If the successful tenderer fails to provide the evidence of the financial and economic standing and/or of the technical and professional capacity within 15 calendar days following the notification of award, or if the successful tenderer is found to have provided false information, the award will be considered null and void. Candidates are also reminded that participation in spite of being in any of the situations listed in Section 2.3.3 of the `Practical Guide to contract procedures for EC external actions` will make them subject to exclusion from tender procedures and contracts in accordance with Section 2.3.4 of the said Practical Guide. Furthermore, provision of inaccurate or incomplete information deliberately in the application form will make them subject to financial penalties representing 10 % of the total value of the contract being awarded. This rate may be increased to 20 % in the event of a repeated offence within 5 years of the first infringement. 28.4. Conflicts of interest: Candidates must be aware that the successful tenderer, or any of its members if a consortium, for the service contracts listed below will be excluded from the award of the PMU service contract relating to this procurement notice: — EuropeAid/126225/C/SER/CY — technical assistance for engineering works for waste management infrastructure and rehabilitation of dumping sites in the northern part of Cyprus, — EuropeAid/125028/D/SER/CY — project preparation for investment projects — services for preparation of conceptual and detailed designs for priority projects on water and wastewater management in northern part of Cyprus. Similarly, the successful tenderer, or any of its members if a consortium, for the PMU will be excluded from participation and award of all the service, works and supplies contracts under the sector programme `Environment — water/wastewater and solid waste management`.
29. Date of publication of contract forecast:
4.12.2007.
30. Legal basis:
Council Regulation (EC) No 389/2006 of 27.2.2006 (OJ L 65 of 7.3.2006).

 
Popis tendru (Angličtina):

B-Evere: establishment of a programme management unit to support the implementation of investment projects in the field of water/wastewater and solid waste

Location — northern part of Cyprus

Service procurement notice

1. Publication reference: EuropeAid/126316/C/SER/CY
2. Procedure: Restricted tender.
3. Programme: Financial assistance programme to encourage the economic development of the Turkish Cypriot community. Sector programme `Environment — water/wastewater and solid waste management`.
4. Financing: Budget line: 22 02 07 03.
5. Contracting authority: The European Community, represented by the European Commission, for and on behalf of the Turkish Cypriot community.

Contract specification


6. Nature of contract:
Fee-based.
7. Contract description:
Under the aid programme for the Turkish Cypriot community, considerable financial resources are earmarked for investment projects in the field of water/wastewater and solid waste. Given the complexity and size both in terms of overall amount and in terms of number and type of contracts to be handled, the purpose of this contract is to set up a programme management unit (PMU) to support the European Commission as the contracting authority in the implementation of these investment projects as regards designs review, contracts procurement and contracts management for construction and supervision contracts. The service aims at providing support (through setting up of a PMU) to the contracting authority, which includes amongst other things, assistance throughout the preparation, procurement management and monitoring of the implementation of the contracts (works and services, including supervision) within the water/wastewater and the solid waste management programmes. All procurement shall be conducted according to the EC `Practical Guide to contract procedures for EC external actions` (PRAG). Construction and supervision contracts would be implemented using the PRAG or FIDIC conditions of contract.
8. Numbers and titles of lots:
Not applicable.
9. Maximum budget:
EUR 2 000 000.
10. Scope for additional services:
The contracting authority may, at its own discretion, extend the project in duration and/or scope, up to a maximum not exceeding the value and duration of the initial contract, subject to the availability of funding. Any extension of the contract would be subject to a satisfactory performance by the contractor. The actual value and duration of the additional services, if any, will be agreed by negotiated procedure, as per PRAG 3.2.3.1, Budget, point (c).

Conditions of participation


11. Eligibility:
Participation is open to all natural and legal persons of the EU Member States and the countries and territories of the regions covered and/or authorised by the specific instrument applicable to the programme under which the contract is financed, i.e. Council Regulation (EC) No 389/2006 of 27.2.2006 (OJ L 65 of 7.3.2006) (see also point 30 below). Participation is also open to international organisations. Article 9(1) of Council Regulation (EC) No 389/2006, first indent, reads that `Participation in the award of procurement or grant contracts financed under this regulation shall be opened to all natural or legal persons of Member States of the European Union`. With regard to the abovementioned Article 9(1), first indent, the Council has noted that `the term "natural or legal persons of Member States of the European Union" includes those residing or established in the areas` of the Republic of Cyprus in which the Government of the Republic of Cyprus does not exercise effective control. The Commission has additionally stated that `The main objective of this financial instrument is to encourage the economic development of the Turkish Cypriot community. The Commission therefore understands the term "all natural or legal persons of Member States of the European Union" in Article 9 paragraph 1 of the Regulation .... to include all genuinely existing domestic legal persons residing or established in the areas. This does not imply recognition of any public authority in the areas other than the Government of the Republic of Cyprus`.
12. Candidature:
All eligible natural and legal persons (as per point 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 point 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 1 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 1 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. Shortlisted 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 2.3.3 of the PRAG.
16. Subcontracting:
Subcontracting will be allowed up to 30 % of the contract value. Subcontracting cannot be used for the activities envisaged by the key experts.
17. Number of candidates to be shortlisted:
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:
March 2008.
19. Provisional commencement date of the contract:
July 2008.
20. Initial period of execution and possible extension of the contract:
52 months.

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: 21.1. Economic and financial capacity of candidate (based on item 3 of the application form): The average annual turnover of the candidate must exceed EUR 1 000 000 for the last 2 closed financial years (2005 and 2006). The candidate must specify the years in question in item 3 of the application form. 21.2. Professional capacity of candidate (based on items 4 and 5 of the application form): a) The candidate must be specialised in the following fields: i. technical and financial management/administration of construction engineering projects; ii. design experience in water and wastewater infrastructure sector; iii. design experience in waste management infrastructure sector; iv. supervision and/or construction experience in water/wastewater infrastructure sector; v. supervision and/or construction experience in waste management infrastructure sector; b) the candidate must have a total of at least 15 permanent staff, in 2007 and on average during 2006 and 2005, working in the fields related to this contract. 21.3. Technical capacity of the candidate (based on items 5 and 6 of the application form): The candidate must demonstrate experience in projects/project components, as follows: i. at least 3 projects for technical and financial management/administration of construction engineering projects, on behalf of the employer/investor/donor; ii. at least 1 project for supervision of water supply or sewage networks; iii. at least 1 project for supervision of drinking water desalination or wastewater treatment plant; iv. at least 2 projects for supervision of solid waste management infrastructure; v. at least 2 projects for design of water and/or wastewater infrastructure; vi. at least 2 projects for design of solid waste management infrastructure. For the purposes of this shortlisting procedure, projects/project components are considered compliant with point 21.3 above only if: — they have been completed not earlier than 1.1.2000 and up to the date set as deadline for receipt of applications (please, therefore disregard the instruction at point 6 of the application form which requests to list projects carried out in the course of the `past 3 years`. The instruction to list a maximum of 15 references remains valid.), and — the proportion of the services, carried out by the candidate itself (in case the candidate is a consortium, by 1 of its members) and not e.g. by other members of previously-formed consortium that are not part of this application, is at least EUR 300 000. One and the same project/project component can cover more than 1 of sub-points (i) to (vi) of criterion 21.3 above. 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. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities. Such entities must respect the same rules of eligibility and notably that of nationality, as the economic operator. 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 8 best applications for the tender procedure. The following additional criteria are the only factors which will be taken into consideration, in consecutive order, during this re-examination, based on item 6 of the application form: 1) The greatest number of projects compliant with criterion 21.3(i), (ii), (iii) and (iv). Note: In case of projects combining 2 or more sub-points of 21.3, each component as per sub-points (i) to (vi) above will be counted separately (e.g. 1 project including landfill design and transfer station design will be counted as 2 valid references). 2) The cumulative value (proportion carried out by the legal entity, presenting the application) of projects counted under additional criteria 1, immediately above. The 2 comparative criteria listed above will be applied in order of precedence, i.e. all the applicants meeting the selection criteria as per 21.1, 21.2 and 21.3 will first be assessed against the comparative criterion 1 and ranked accordingly. The comparative criterion 2 will only be applied if some applicants at the bottom edge of such list score equally against comparative criterion 1, and will only concern such applicants.
22. Award criteria:
Best value for money.

Application


23. Deadline for receipt of applications:
5.2.2008 (16:00), Central European Time Any application received after this deadline will not be considered.
24. Application format and details to be provided:
Applications must be submitted using the standard application form (available from the following Internet address: http://europa.eu.int/comm/europeaid/index_en.htm), whose format and instructions must be strictly observed.

Any additional documentation (brochure, letter, etc) sent with an application will not be taken into consideration. Also, please check carefully point 28 — `Additional information`.
25. How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority: — either by recorded delivery (official postal service) or hand-delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
European Commission, Enlargement DG, Unit A3, Task Force for the Turkish Cypriot Community, Office CHAR 04/005, Central Mail Office, Avenue du Bourget 1, B-1140 Evere.

The Central Mail Office of the Commission at Avenue du Bourget is available from Mondays to Thursdays from 9:00 to 17:00 and on Fridays from 9:00 to 16:00. The contract title and the publication reference (see point 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. For practical reasons it is recommended that the outer/courier envelope contains also the name and address of the candidate having submitted 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 tenders. No application may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with point 25. The outer envelope (and the relevant inner envelope) 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. Additional information:
28.1. Completion of the standard application form: When filling in the standard application form, in particular items 3, 4, 5 and 6 therein, candidates must provide all information necessary to allow the Shortlist Panel to assess their compliance with the selection criteria under points 21.1, 21.2 and 21.3 above. Candidates are strongly recommended to provide full project details in item 6 of the standard application form. In the section, `Detailed description of project`, candidates are instructed to provide a clear description of the overall project. In the section `Type of services provided`, candidates are instructed to list only those activities which have been carried out by the candidates themselves, excluding activities carried out e.g. by other members of a previously-formed consortium who are not part of the application for this tender procedure. Completion dates of projects must be clearly stated. 28.2. Tax and customs arrangements, visa and permits: `The Practical Guide to contract procedures for EC external actions` which is applicable to this contract refers to financing agreements that the Commission normally signs with a beneficiary third country. These financing agreements are often completed by framework agreements between the Commission and the beneficiary country. Both agreements govern the basic rules, following which the financial assistance of the EU is implemented in the beneficiary country, amongst others, rules on the establishment and right of residence, privileges and immunities, tax and customs arrangements and import and export of equipment and other supplies. There is no such agreement that would be applicable to the Turkish Cypriot community. No similar agreement exists with the Republic of Cyprus, which is an EU Member State. However, the beneficiary agrees that: — the contractor is exempt of custom duties, import taxes, fees and VAT or any other similar taxes levied on goods entering the northern part of Cyprus for the contract financed by EU. The beneficiary shall provide the contractor with letters of exemption from all import duties and import taxes on all imported items to be incorporated into the permanent works. The beneficiary shall fully assist the contractor to obtain all relevant tax exemptions. The contractor shall prepare the necessary exemption and other documents in accordance with the requirements of customs and other relevant authorities, and any other reasonable requirements of the contracting authority. The contractor shall be entirely responsible for the presentation of documentation in order to clear the goods through customs, and shall be deemed to have been satisfied (before submitting the tender) as to all relevant procedures, — all imported goods, which are not incorporated in or expended in connection with the contract, shall be exported on completion of the contract. If not exported, or if used in connection with other contracts, the goods will be assessed for duties (as applicable to the goods involved) and the contractor shall pay such duties accordingly, — the payment and repayment of taxes and duties shall be in new Turkish lira (TRY), — the tenderer should take note of the Green-Line Regulation and consider the implication when making shipments to and from the areas not under the effective control of the Government of Cyprus: Council Regulation (EC) No 866/2004 of 29.4.2004 on a regime under Article 2 of Protocol 10 to the Act of Accession
http://eur-lex.europa.eu/smartapi/cgi/sga_doc?smartapi!celexplus!prod!CELEXnumdoc&lg=en&numdoc=304R0866R(01).

Value-added tax: The beneficiary will provide `VAT exemption certificates` for the contractor for the contract value. Goods and materials imported via the Republic of Cyprus will attract VAT in accordance with the Council Directive 2006/112/EC of 28.11.2006 on the common system of value-added tax. Customs and import duty: For the goods to be imported into the northern part of Cyprus, the beneficiary will assist the contractor in obtaining the necessary import licences. The contracting authority and the beneficiary will support the contractor in obtaining the tax exemptions and performing the customs formalities. Contractor `s expatriate staff: The contractor`s expatriate key staff, personnel and labour shall be exempt from any liability to pay personal income taxes in the northern part of Cyprus in respect of such of their salaries and wages as are chargeable. This exemption shall not apply to local staff of the Turkish Cypriot community, and the contractor shall perform such duties in regard to income tax deductions as may be imposed on him. The contractor`s expatriate key staff (and members of their immediate families) shall be exempt from customs duties, income duties, taxes and other fiscal charges having equivalent effect on personal and household effects imported for personal use provided that the personal and household effects are either re-exported or disposed of in the northern part of Cyprus in accordance with the local requirements in force after the completion of the contract. — Special requirements: The tenderer/contractor should be aware of the political, diplomatic and legal context prevailing in Cyprus and abstain from contacts of a political nature with either community. Should issues relating to the specific political, legal and diplomatic context arise in the preparation and implementation of this contract, the tenderer/contractor should inform the Project Manager. The tenderer/contractor should ensure confidentiality with no disclosure of the issue to third parties. The tenderer/contractor shall ensure that, in the preparation and implementation of the action subject of this tender, the rights of natural and legal persons, including the rights to possessions and property shall be respected. No action undertaken by the tenderer/contractor in the course of preparation and implementation of this contract should be intended to imply recognition of any public authority other than the Government of the Republic of Cyprus. 28.3. Supporting documents: The contracting authority reserves the right to request the following: — profit and loss accounts/income statements, for each of the years for which the annual turnovers have to be presented. The profit and loss accounts/income statements, drawn up in line with international accounting standards, must be provided with an English translation and conversion of amounts into euro. The candidate should be ready to present profit and loss accounts/income statements in the required form within 24 hours, upon request from the contracting authority during the examination of the application form. The contracting authority reserves the right to ask for surplus information which certifies the data presented in the forms, — proof of the actual number of staff permanently hired for the time period for which the information shall be provided, — proof of additional information concerning scope, value, duration, etc. of projects listed in table 6 of the application form (e.g. copy of relevant contracts, client`s references/final reports, etc.). Candidates are reminded that the successful tenderer will in any case be requested to provide evidence of the financial and economic standing and of the technical and professional capacity according to the selection criteria specified at point 21 of this procurement notice. If the successful tenderer fails to provide the evidence of the financial and economic standing and/or of the technical and professional capacity within 15 calendar days following the notification of award, or if the successful tenderer is found to have provided false information, the award will be considered null and void. Candidates are also reminded that participation in spite of being in any of the situations listed in Section 2.3.3 of the `Practical Guide to contract procedures for EC external actions` will make them subject to exclusion from tender procedures and contracts in accordance with Section 2.3.4 of the said Practical Guide. Furthermore, provision of inaccurate or incomplete information deliberately in the application form will make them subject to financial penalties representing 10 % of the total value of the contract being awarded. This rate may be increased to 20 % in the event of a repeated offence within 5 years of the first infringement. 28.4. Conflicts of interest: Candidates must be aware that the successful tenderer, or any of its members if a consortium, for the service contracts listed below will be excluded from the award of the PMU service contract relating to this procurement notice: — EuropeAid/126225/C/SER/CY — technical assistance for engineering works for waste management infrastructure and rehabilitation of dumping sites in the northern part of Cyprus, — EuropeAid/125028/D/SER/CY — project preparation for investment projects — services for preparation of conceptual and detailed designs for priority projects on water and wastewater management in northern part of Cyprus. Similarly, the successful tenderer, or any of its members if a consortium, for the PMU will be excluded from participation and award of all the service, works and supplies contracts under the sector programme `Environment — water/wastewater and solid waste management`.
29. Date of publication of contract forecast:
4.12.2007.
30. Legal basis:
Council Regulation (EC) No 389/2006 of 27.2.2006 (OJ L 65 of 7.3.2006).

 

Kontaktní informace:
* Kontakt:
Tomáš Kotiš
manažer projektu "Šance pro firmy"
tomas.kotis@czechtrade.cz

 
Tel.: 420224907538
Fax: 420224913813
Sdílet článek na sociálních sítích

Partneři

Asekol - zpětný odběr vysloužilého elektrozařízení
Ekolamp - zpětný odběr světelných zdrojů
ELEKTROWIN - kolektivní systém svetelné zdroje, elektronická zařízení
EKO-KOM - systém sběru a recyklace obalových odpadů
INISOFT - software pro odpady a životní prostředí
ELKOPLAST CZ, s.r.o. - česká rodinná výrobní společnost která působí především v oblasti odpadového hospodářství a hospodaření s vodou
NEVAJGLUJ a.s. - kolektivní systém pro plnění povinností pro tabákové výrobky s filtry a filtry uváděné na trh pro použití v kombinaci s tabákovými výrobky
E.ON Energy Globe oceňuje projekty a nápady, které pomáhají šetřit přírodu a energii
Ukliďme Česko - dobrovolnické úklidy
Kam s ním? - snadné a rychlé vyhledání míst ve vašem okolí, kde se můžete legálně zbavit nechtěných věcí a odpadů