İhalePRO’nın yenilenen arayüzü ile tanışın!
Yeni Sürümde İncele

2012/S 11-015682 - Construction Of Balıkesir Solid Waste Management Project / Katı Atık Yönetimi İnşaat İşi

İhale No 2012/S 11-015682
Sektör İnşaat, Taahhüt ve Peyzaj Yapım İşleri
İdare Çevre ve Şehircilik Bakanlığı AB Yatırımları Dairesi Başkanlığı
İhale Tipi Yapım İşleri
İhale Usulü Açık İhale
İhale İli Ankara
İşin İli Balıkesir
Yayın Tarihi 18 Ocak 2012
İhale Tarihi 28 Şubat 2012 14:01

Temel

1.500 / 1 yıl
(KDV Hariç...)
  • Kamu İhaleleri
  • E-İhaleler
  • İlanlı, İlansız Tüm İhaleler
  • Doğrudan Temin İhaleleri
  • Sınırsız İhale Takibi
  • Sınırsız İhale Alarmı
  • Günlük İhale Raporu

Kurumsal

3.000 / 1 yıl
(KDV Hariç...)
  • Temel Paket Dahil
  • AB İhaleleri
  • İhale Sonuçları
  • Kazanan Firmalar
  • İhale Arşivi
  • KİK Kararları
  • Yasaklı Firma Sorgulama

 Not:

1- İhale metni ingilizce yayınlanmıştır.

2- İhale konusu işin finansmanında kısmen AB desteğiyle sağlanacaktır.  

 

 

20/09/2011    S180    

External aid programmes - Works - Contract notice - Open procedure 

TR-Ankara: IPA — construction of Balıkesir solid waste management project

2011/S 180-293485

Location — Balıkesir/Turkey

Works procurement notice

 

1.Publication reference:

EuropeAid/130008/D/WKS/TR.

2.Procedure:

Open.

3.Programme:

Multiannual operational programme 'Environment' for EU assistance from the Instrument of Pre-Accession Assistance (IPA) for the regional development component in Turkey.

4.Financing:

IPA budget item 13.05.02 of the general budget of the EU and national contribution.

5.Contracting authority:

Department of EU Investments, within the Ministry of Environment and Urbanisation, Ankara, TURKEY.

Çevre Ve Şehircilik Bakanlığı, AB Yatırımları Bölümü


Contract specifications

6.Description of the contract:

The main components of this contract are;
— construction of a new sanitary landfill, materials recovery facility (MRF), compost plant and medical waste sterilisation plant,
— construction and operation of 2 transfer stations in Susurluk and Bigadiç where municipal solid waste can be accumulated prior to its transport to the centralised sanitary landfill in Balıkesir,
— construction of a leachate treatment plant at the new sanitary landfill next to the existing dumpsite in Balıkesir,
— rehabilitation and closure of old dumpsites.
This works package will be procured under FIDIC conditions of contract.

7.Number and titles of lots:

Not applicable.


Terms of participation

8.Eligibility and rules of origin:

Participation is open to all legal persons participating either individually or in a grouping (consortium) of tenderers which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see also heading 22 below). All works, supplies and services under this contract must originate in one or more of these countries. Participation is also open to international organisations. The participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.

9.Grounds for exclusion:

Tenderers must submit a signed declaration, included in the tender form for a works contract, 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 for EU external actions'.

10.Number of tenders:

Tenderers may submit only 1 tender per lot. 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 1 lot. 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 of 150 000 EUR 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.

12.Performance guarantee:

The successful tenderer will be asked to provide a performance guarantee (performance security) of 10 % 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:

An obligatory clarification meeting and site visit will be held on 28.10.2011 (14:30), at Balıkesir Municipality and on the project site. Tenderers shall meet at Balıkesir Municipality, Turkey at the indicated date and time.

14.Tender validity:

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

15.Period of implementation of tasks:

Period of execution: 570 days from the commencement date.
365 calendar days' defects notification period from the date of taking over including technical training and operation supervision.


Selection and award criteria

16.Selection criteria:

1) General:
The tenderer must be a registered firm or natural person capable of carrying out the specified works.
2) Economic and financial capacity of the tenderer:
(a) Annual turnover (the amount of business done in a year, incomes generated from ongoing works and incomes generated from works undertaken as JV shall be considered as part of the turnover):
The average annual turnover of the tenderer in the last 3 financial years must be a minimum of 5 000 000 EUR or equivalent, but not less than 1 500 000 EUR for each of these years.
This must be proven by the audited balance sheets and income statements of the tenderer for the last 3 financial years which were audited by a certified public (sworn)/chartered accountant.
(b) Financial resources:
The tenderer shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract of not less than 2 000 000 EUR or equivalent, for a period of 6 months. The evidence shall clearly demonstrate that the financing is available for the concerned contract.
(c) Financial position:
The audited financial statements (audited balance sheets and income tables or, if not required by the law of the tenderer's country, other financial statements acceptable to the contracting authority) as well as the report of a certified public (sworn) accountant for the last 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability.
The tenderer should be in positive profit account at least 2 of the 3 financial years.
The contracting authority reserves the right to carry out such any further inquiry on the tenderer's financial standing as the Evaluation Committee may deem appropriate.
3) Technical and professional capacity:
(a) Work experience:
The tenderer must have successfully completed construction works contracts of the nature defined below as a contractor within the last 5 years till the tender submission deadline:
• at least 1 construction contract with FIDIC general conditions of contract,
• at least 1 contract with a minimum value of 5 000 000 EUR or at least 2 contracts each with a minimum value of 3 500 000 EUR for construction of hazardous/medical/sanitary/special waste landfill project.
If a tenderer has implemented the similar work experience in a JV/consortium, it should be clear from the documentary evidence (taking-over/performance certificates) the percentage/value of the works that the tenderer has successfully completed. Should the submitted documents not provide clear information, it will be clarified by further documents.
In case the tenderer submits an offer as a JV/consortium the leading member must meet not less than 50 % of the similar works experience stated in the 2nd bullet of 16.3(a) (work experience).
Previous experience of the tenderer must be proved by notary-approved copy of provisional acceptance (taking-over) or final acceptance (performance) certificates or originals of them, indicating that the works have been completed within the last 5 years. Ongoing works of the tenderer will not be taken into consideration.
The contracting authority reserves the right to ask for originals of the respective certificates of provisional or final acceptance signed by the project managers/contracting authority of the concerned projects.
Regarding the calculation of the contract amounts for the completed works of the tenderers, the euro equivalent of the contract amounts at the date of contract signature will be considered.
The contracting authority reserves the right to carry out any further inquiry on the tenderer's document as the Evaluation Committee may deem appropriate.
(b) Key personnel:
The tenderer must have suitably qualified personnel to fill the key positions. The tenderer shall supply information on the candidate for each position, who should meet the experience requirements as specified below.
Key position; No; minimum experience (years); minimum experience (years in similar position):
Project manager (civil or environmental engineer); 1; 15; 5.
Site manager (civil engineer); 1; 10; 5.
Mechanical engineer; 1; 8; 5.
The tenderer must commit himself that the key staff above listed will be available on the site during the construction of the works as per work programme.
(c) Plant:
The tenderer must provide the plant and equipment that he shall use for proper and timely execution of the contract. The minimum required plant and equipment are shown in but not limited to the table below:
Equipment; specifications; minimum number or quantity:
Excavators; 20 tonnes; 2.
Grader; 7 m blade width; 1.
Bulldozers; min. 300 HP power; 2.
The tenderer must commit himself that the plant and equipment above listed will be available on the site during the construction of the works as per work programme.
(d) Litigation history:
The tenderer 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 years.
(e) Criteria for a joint venture/consortium:
The minimum selection criteria for a joint venture/consortium as tenderer are as follows:
1. the leading member shall meet no less than 50 % of the turnover criteria (2a) and financial resources criteria (2b) specified above;
2. each member shall meet not less than 25 % of the turnover criteria (2a) and financial resources criteria (2b) specified above;
3. the joint venture/consortium must satisfy collectively the similar works experience (3a), turnover (2a), financial resources (2b), key personnel (3b) and plant & equipment (3c) criteria stated above;
4. each individual member shall satisfy the legal status (1), sound financial position (2c) and litigation history criteria (3d);
5. all members of the joint venture/consortium are bound to remain in the JV/consortium for the whole execution period of the contract.

For purposes of converting another currency to euro, the conversion rates, published in the 'Official Journal of the European Union' shall be used, which can be found at: http://ec.europa.eu/budget/inforeuro/index.cfm?Language=en

For calculating annual turnovers in euro, the rates of 30th June of each year shall be used.

17.Award criteria:

Price.


Tendering

18.How to obtain the tender dossier:

The tender dossier is available from the Department of EU Investments, Ministry of Environment and Urbanisation, Sogutozu Cad. No: 14/E 10th Floor, Beştepe, 06560 Ankara, TURKEY upon payment of 200 EUR, which excludes courier delivery. It is also available for inspection at the premises of the contracting authority, address as in point 5 above. The tender dossier is available at the following websites:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

http://www.ipa.gov.tr without drawings

Interested tenderers, upon registering their company information and power of attorney of the person who receives the tender dossier and submitting a copy of the receipt for the payment of 200 EUR to the below-mentioned bank account, can receive the tender dossier including drawings, from the Department of EU Investments.
Bank account for the payment for the tender dossier:
T.C. Ziraat Bankası
A.O.Ç. Şubesi
IBAN: TR430001001460432852005012
The Department of EU Investments will send the tender dossier by courier if a company located outside Turkey wants to receive it and declares its interest in written form to the Department of EU Investments, by considering enough time and also recommending the appropriate courier service for the specific location. The Department of EU Investments does not accept any responsibility for late delivery of the tender dossier by the courier service. Payment for the courier service will be done by the recipient. The payment for the tender dossier 200 EUR will be provided to the bank account and the receipt for that amount will be submitted in the tenders as usual procedure for all interested companies.
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 ercan.tortop@cob.gov.tr and Mr Nuri Ercan Tortop (Director), Department of EU Investments, Ministry of Environment and Urbanisation, Sogutozu Cad. No: 14/E 10th Floor, Beştepe, 06560 Ankara, TURKEY. Fax +90 3122075258 (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. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid and Department of EU Investments websites at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome andhttp://www.ipa.gov.tr

19.Deadline for submission of tenders:

All tenders must be received at the address of the contracting authority i.e.:
Mr Nuri Ercan Tortop (Director), Department of EU Investments, Ministry of Environment and Urbanisation, Sogutozu Cad. No: 14/E 10th Floor, Beştepe, 06560 Ankara, TURKEY on 19.12.2011 (14:00), local time — Turkey.
Any tender received after this deadline will not be considered

20.Tender opening session:

19.12.2011 (15:00), local time — Turkey, at the Department of EU Investments premises at the address: Department of EU Investments, Ministry of Environment and Urbanisation, Sogutozu Cad. No: 14/E 10th Floor, Beştepe, 06560 Ankara, TURKEY.

21.Language of the procedure:

All written communications for this tender procedure and contract must be in English.

22.Legal basis:

Council Regulation (EC) No 1085/2006 of 17.7.2006 establishing an instrument for pre-accession assistance (IPA) (OJ L 210, 31.7.2006, p. 82).

23.Additional information:

In case of cancellation of the related supervision tender procedure, the contracting authority has the right to cancel this tender procedure.
Please be informed that signature of this contract is subject to the signature of the bilateral project agreement between the Government of the Republic of Turkey and the European Commission concerning the co-financing of the Balıkesir solid waste management project.

  

 

Instead of: 

19. Deadline for submission of tenders:

... on 31.1.2012 (14:00), local time — Turkey.

[...]

20. Tender opening session:

31.1.2012 (15:00), local time — Turkey, ...

read: 

19. Deadline for submission of tenders:

... on 28.2.2012 (14:00), local time — Turkey.

[...]

20. Tender opening session:

28.2.2012 (15:00), local time — Turkey, ...

All other terms and conditions of the procurement notice remain unchanged.

This corrigendum updates the corrigendum notices published in 'Supplement to the Official Journal of the European Union', 29.9.2011, 2011/S 187-304630 and 7.12.2011, 2011/S 235-379724.

 

 

Anahtar Kelimeler: 

Katı atık, su, yönetim, kompost, depolama, geri dönüşüm, tıbbı atık, sterilizasyon, 

 

 

Temel

500 / 1 yıl
  • EKAP İhaleleri
  • Kurum İhaleleri
  • Doğrudan Teminler
  • İhale Alarmı - Sınırsız
  • İhale Takip - Sınırsız
  • Çoklu Rapor Alıcısı
  • Mobil Uygulama

Kurumsal

1000 / 1 yıl
  • EKAP İhaleleri
  • Kurum İhaleleri
  • Doğrudan Teminler
  • İhale Alarmı - Sınırsız
  • İhale Takip - Sınırsız
  • Çoklu Rapor Alıcısı
  • Mobil Uygulama
  • +
  • İhale Sonuç İlanları
  • İlansız İhale Sonuçları
  • Sonuç Alarmları
  • KİK Kararları
  • Firma ve Rakip Analizleri
  • Müşteriler, İş Bitirme Bilgileri, Kırım Oranları
  • İhale Öncesi Olası Rakipler
  • İdare Analizleri
  • Bütçe Tahminleri
  • Yüklenicileri
  • Yaklaşık Maliyet Analizleri
  • Sektör Analizleri
  • Sektördeki Öncü Firmalar
  • İş Dağılımları
  • Pazar Araştırmaları
  • Üst Yüklenici ve Alt Yüklenici Araştırması
  • Rakip/Firma – İdare – Sektör Özel Takibi
  • Haftalık İstihbarat Raporu (PDF)