Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Eni - modernisation of air quality and radiation monitoring infrastructure
Belarus

Purchaser: European Union, represented by the European Commission on behalf of and for the account of the Republic of Belarus

02/01/2019 S1 External aid programmes - Supplies - Contract notice - Open procedure
Belarus-Minsk: ENI - Modernisation of Air Quality and Radiation Monitoring Infrastructure

2019/S 001-000008

Location – Europe (non EU) — Belarus

Supply Contract Notice



1.
Publication reference
EuropeAid/138790/DH/SUP/BY RE-LAUNCH
2.
Procedure
Open
3.
Programme title
Strengthening Air Quality and Environmental Management in Belarus (SAQEM)
4.
Financing
Financing agreement ENI/2015/038-140
5.
Contracting authority
The European Union, represented by the European Commission on behalf of and for the account of the Republic of Belarus, Minsk, BELARUS


Contract specifications

6.
Description of the contract
The objective of the contract is to contribute to the modernisation of air quality and radiation monitoring infrastructure in the Republic of Belarus. The purpose of the contract is to procure, deliver, install and calibrate consistently with the existing data collection and processing systems mobile laboratories and stationary equipment.
7.
Number and titles of lots
10 lots
Lots Titles
Lot 1 – Ion-chromatographic systems
Lot 2 – Gas chromatography laboratory equipment
Lot 3 – Laboratory equipment for determination of heavy metals
Lot 4 – Air quality monitoring stations and field instruments
Lot 5 – Mobile air quality monitoring unit
Lot 6 – Data collection and handling system
Lot 7 – Emission measurement and sampling devices
Lot 8 – Calibration laboratory
Lot 9 – Traffic counting systems
Lot 10 – Air quality sensors for smart cities

Terms of participation

8.
Eligibility and rules of origin
Participation 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 laying down common rules and procedures for the implementation of the Union's instruments for financing external action (CIR) for the applicable Instrument under which the contract is financed (see also item 22 below). Participation is also open to international organisations.
All supplies under this contract must originate in one or more of these countries, with the below mentioned exceptions.
They may also originate from any country when the supplies' total value under any single lot is below 100 000 EUR. The following items may originate from any country as the derogation from the rules of origin has been granted:
Lot 1
1) Ion-chromatographic system for determination of cations;
2) Ion-chromatographic system for determination of anions;
Lot 2
1.2 Calibrator/Calibration system for the VOC pumps.
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 tenderers from the United Kingdom and to all 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, tenderers from the United Kingdom, and tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.
9.
Grounds for exclusion
Tenderers 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 tenders
The tenderers may submit a tender for one lot only, several lots or all of the lots, but only one tender 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 guarantee
Tenderers must provide a tender guarantee of:
4 300 EUR for Lot 1
10 000 EUR for Lot 2
4 700 EUR for Lot 3
57 400 EUR for Lot 4
4 500 EUR for Lot 5
1 600 EUR for Lot 6
5 100 EUR for Lot 7
2 700 EUR for Lot 8
3 200 EUR for Lot 9
3 900 EUR for Lot 10
When submitting their tender. 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.
Note: If successful tenderer provides a single tender guarantee for several lots, such guarantee will only be released upon signature of the contract(s) for the awarded lot(s).
12.
Performance guarantee
The successful tenderer will be asked to provide a performance guarantee of 5 % 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 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. 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 Article 8.2 of the instructions to tenderers).
15.
Period of implementation of tasks
365 days.

Selection and award criteria

16.
Selection criteria
The 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.
(a) the average annual turnover of the tenderer for the last 3 financial years for which accounts have been closed and are available must exceed its financial proposal for the lot(s) the tenderer is bidding for;
(b) current ratio (current assets/current liabilities) in the last financial year for which accounts have been closed and are available must be at least 1. In case of a consortium this criterion must be fulfilled by each member.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract).
At least 4 staff members of the tenderer have been working in fields related to this tender (supply and/or installation of equipment relevant to the lot the tenderer is bidding for) for the past 2 years and in the current year. Out of these 4 staff members, at least 2 must be permanent or must have multiple renewable definite contracts for the past 2 years and in the current year.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract).
In the last 5 years before the deadline for submission of tenders, the tenderer has implemented successfully one or more contracts for the supply and/or installation of equipment relevant to the lot(s) the tenderer is bidding for and with a cumulative total value exceeding its financial proposal for the lot(s) the tenderer is bidding for.
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.
Capacity-providing entities
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. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tenderers rely in majority on the capacities of other entities or when they rely on key criteria. If the tenderer 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.
Note: Tenderers submitting offers for more than one lot may only be awarded contract(s) for lot(s) for which they fully satisfy the selection criteria for the aggregate of their offered lots. If a tenderer submits the lowest technically compliant offer for more lots than can be awarded to him, the Contracting Authority will choose the lots to be awarded based on the most favourable overall solution taking into account the discounts offered.
17.
Award criteria
Price

Tendering

18.
How to obtain the tender dossier
The tender dossier is available from the following Internet address:
https://webgate.ec.europa.eu/europeaid/onlineservices/

Index.cfm?ADSSChck=1542359518253&do=publi.detPUB&searchtype=AS&orderby=upd&ccnt=7573878&nbPubliList=15&debpub=01/01/2016&orderbyad=Desc&page=1&aoref=138790&zgeo=35385&userlanguage=en
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 to
For the attention of Finance, Contracts and Audit Section
Delegation of the European Union to the Republic of Belarus
34 A/2, Engels street, 220030 Minsk, Belarus
Fax: +375 (17) 289 12 81
E-mail: DELEGATION-BELARUS-CALLS@eeas.europa.eu

(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/onlineservices/index.cfm?ADSSChck=1542359518253&do=publi.detPUB&searchtype=AS&orderby=upd&ccnt=7573878&nbPubliList=15&debpub=01/01/2016&orderbyad=Desc&page=1&aoref=138790&zgeo=35385&userlanguage=en

19.
Deadline for submission of tenders
The 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.
The deadline for submission of tenders is 15:00 local (Minsk) time on 22.3.2019.
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 submitted
Tenders 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:
For the attention of Finance, Contracts and Audit Section
Delegation of the European Union to the Republic of Belarus
34 A/2, Engels street, 220030 Minsk, Belarus
— 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:
For the attention of Finance, Contracts and Audit Section
Delegation of the European Union to the Republic of Belarus
34 A/2, Engels street, 220030 Minsk, Belarus
Tel. +375 (17) 328 66 13
Working hours Monday to Friday 9:00 – 13:00 and 14:00 – 17:30 (except public holidays in Belarus)
The 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 receive notification 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 session
Tender opening session will start 10:00 local (Minsk) time on 25.3.2019 at the Delegation of the European Union to the Republic of Belarus, 34 A/2, Engels street, 8th floor, Minsk, Belarus.
Note: The visitors' registration procedure at the Delegation of the European Union to the Republic of Belarus requires that all persons who intend to attend the opening session announce their presence in advance using the following e-mail address: DELEGATIONBELARUS-CALLS@eeas.europa.eu

In order to enter the office of the delegation on tender opening day, visitors are obliged to prove their identities by a valid identification document.
21.
Language of the procedure
All written communications for this tender procedure and contract must be in English.
22.
Legal basis
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. 232/2014 of the European Parliament and of the Council of 11.3.2014 establishing a European Neighbourhood Instrument.
23.
Additional information
N/A


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.