Pátek, 26. dubna 2024

Budování kapacit/restrukturalizace a zvyšování povědomí o organizacích v sektoru zásobování vodou/likvidace odpadních vod a hospodaření s odpady

Budování kapacit/restrukturalizace a zvyšování povědomí o organizacích v sektoru zásobování vodou/likvidace odpadních vod a hospodaření s odpady
* Referenční číslo CzechTrade: 
TE200765407
 
* Stav tendru: 
výzva k předkvalifikaci  
 
* Financování: 
EuropeAid  
 
* Země: 
 
* Datum uzávěrky:  
30.11.2007 
 
* Zdroj informace:  
S 209 
 
* Obor dle celního sazebníku:
 
S009999 Inženýrské poradenství a podobné technické služby

 
 
 
Anotace tendru:

Účelem této zakázky je podpořit příslušné orgány komunity kyperských Turků, které jsou odpovědné za dodávku vody/hygienické služby a za hospodaření s tuhým odpadem.

- složka č. (1) – Voda/odpadní voda;
- složka č. (2) – Budování kapacit na centrální a místní úrovni v odvětví nakládání s odpadem;
- složka č. (3) – Zvyšování povědomí v oblasti životního prostředí se zvláštním zaměřením na řízení odpadů.


Lhůta pro doručení nabídek je 30.11.2007. 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-Brussels: capacity building/restructuring and awareness raising of water/wastewater and waste management sector organisations

Location — northern part of Cyprus

Service procurement notice
1. Publication reference:
EuropeAid/125948/C/SER/CY
2. Procedure:
Restricted.
3. Programme:
Instrument of financial support for encouraging the economic development of the Turkish Cypriot community.
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:
The purpose of this contract is to support the relevant bodies of the Turkish Cypriot community responsible for water supply/sanitation services and solid waste management.
Component (1) — Water/wastewater:
The project will provide long-term experienced professionals to work alongside the relevant bodies of the Turkish Cypriot community in the field of water and wastewater. The main body set up by the Turkish Cypriot community in this field is the Waterworks Unit. Technical assistance (TA) will also be channelled to support capacity building in other Turkish Cypriot bodies involved in sectors related to water and wastewater, such as environment protection, geology and mines, primary health, agriculture, etc.
Specialists will be brought in by the consultant to advice on specific issues, such as:
— assisting in preparation of legal texts aligned with the `acquis communautaire` in the water sector,
— development of the capacity to implement the `acquis communautaire` in the field of water quality (in particular the Water Framework Directive), including support to monitoring and enforcement capacities,
— water resources management and control,
— restructuring of the water services sector,
— data collection and database management,
— water demand management and efficiency improvement,
— water quality monitoring (collecting, analysing and reporting water quality information, improve laboratory capacity and quality assurance),
— water supplies and wastewater services assessment and planning in line with declared standard levels of service.
Component (2) — Capacity building at central and local level in the waste management sector:
This component of the project will provide long-term experienced professionals to work alongside local counterparts of the waste management bodies at both central and local levels (and both urban and rural areas) to provide advice and training on waste management issues and strengthen their knowledge and capacity in the waste field. The TA will be focused also on other relevant organisations, including environmental protection organisations, bodies providing waste services in urban and rural areas, NGOs etc. The consultant, using as basis the recommendations in the solid waste management plan, will support the reorganisation of the waste management system of the TCc to improve efficiency, effectiveness and ensuring compliance with EU laws. Amongst other things, the consultant will:
— assist in the preparation of legal texts aligned with the `acquis communautaire`, as well as in setting up an efficient structure for policy making, legislative tasks, monitoring, supervision and enforcement of actions in the waste sector,
— provide training to staff at central and local level in order to enable the development and implementation of an efficient structure of policy making and planning, legislative tasks, monitoring, supervision and enforcement in the solid waste management (SWM) area,
— develop the capacity to implement the `acquis communautaire` in the field of waste, in particular the Waste Framework and other Directives (landfill, packaging waste, electrical and electronic waste, end-of-life vehicles, batteries, hazardous waste, etc.), including support to monitoring and enforcement,
— assist in the restructuring and reorganisation of the waste service sector at central and local levels, including the internal (i.e. staff) reorganisation of the bodies and agencies,
— support the establishment of permits, monitoring and control mechanisms,
— support the introduction of a system of waste fees to sustain the waste management activities,
— set up a system of data collection and management for more efficient waste management and treatment,
— cooperate and communicate with major stakeholders.
Component (3) — Awareness raising in the field of environment, with a special focus on waste management:
This component of the project will provide long-term experienced professionals to work alongside local counterparts to raise the awareness in the field of environmental protection and sustainable development, with a special focus on waste prevention and recovery. The TA will be focused on other relevant organisations, including environmental protection units, NGOs, environmental services in urban and rural areas, including villages, etc.
Using as basis the `Turkish Cypriot community Communication Strategy in the field of Environment`, the consultant will provide TA aimed at contributing to the implementation of some of the activities foreseen in the said strategy.
On the basis of the recommendations contained in the `Solid Waste management plan for the TCc`, currently in preparation, the consultant will provide specialists to:
a) set up awareness-raising and training programmes (including the preparation of awareness-raising materials) for the prevention, reduction and separate collection of:
— medical waste,
— industrial waste (including tyres and batteries),
— household recyclable waste (including electrical and electronic waste),
— organic/biodegradable waste;
b) establish pilot projects for separate collection schemes for some of the above-mentioned waste streams.
8. Numbers and titles of lots:
Not applicable.
9. Maximum budget:
EUR 4 500 000.
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 and/or to the extension of the contract`s execution deadline in the relevant financing decision(s). 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). Any contract extension shall in any case be concluded by the contracting deadline of the relevant financing decision(s).

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).
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 above-mentioned 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 `Practical Guide to contract procedures for EC external actions`.
16. Subcontracting:
Subcontracting will be allowed up to 30 % of the contract value. Subcontracting cannot be used for the activities envisaged for the key experts.
17. Number of candidates to be shortlisted:
On the basis of the applications received, 4–8 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:
January 2008.
19. Provisional commencement date of the contract:
May/June 2008.
20. Initial period of execution and possible extension of the contract:
42 months initial period, with a possible extension not exceeding the duration of the initial contract (see point 10 above).

Selection and award criteria

21. Selection criteria:
The following selection criteria will be applied to candidates. In the case where the candidate is a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial standing of candidate (based on item 3 of the application form):
the average annual turnover of the candidate must exceed EUR 3 000 000 for the last 2 years (2005 and 2006).
The candidate must specify the years in question in item 3 of the application form.
2) Professional capacity of candidate (based on items 4 and 5 of the application form):
the candidate must have a total of at least 40 permanent staff, currently (2007) and on average during 2006 and 2005.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
a) the candidate must have experience in the following fields:
— strategic planning, policy drafting and institutional building in the environmental sector,
— assisting in the preparation of legal texts aligned with the `acquis communautaire` in the field of water quality and waste management legislation,
— development of the capacity to implement the `acquis communautaire` in the water quality sector — with particular focus on the Drinking Water Directive, Urban Wastewater Treatment Directive and Water Framework Directive — and in the waste management sector,
— water resources assessments and management plans,
— water demand assessment and demand management,
— restructuring of water/wastewater service organisations, asset management, tariff studies, business planning and improvement of standards of service,
— preparing and implementing awareness-raising programmes in the field of environment (water and waste in particular),
— setting-up and organising solid waste management systems including personnel training, tariff studies and business planning,
— restructuring and reorganising of waste services at central and local levels including the internal reorganisation of staff in bodies and agencies,
— establishing and carrying out pilot projects for the separate collection and management of main waste streams;
b) the candidate must have experience in each of the following projects/project components (completed not earlier than 1.1.2000 and up to the date set as deadline for receipt of applications):
1. minimum of 1 institutional capacity building project, with a budget of at least EUR 3 000 000;
2. minimum of 3 institutional strengthening and capacity building projects in the water and solid waste sectors (not necessarily covered by the same project), with a total budget among them of at least EUR 2 000 000 (proportion carried out by the candidate/consortium member presenting the projects);
3. minimum of 2 projects focusing on the establishment and reorganisation of waste management system(s), of a minimum value of EUR 400 000 each;
4. minimum of 2 awareness-raising projects in the environment field with a total budget among them of at least EUR 450 000, of which at least 1 concerning pilot projects for the separate collection of solid waste streams and with a minimum budget of at least EUR 250 000;
5. minimum of 1 project concerning water demand management and improvement of network efficiencies, of a minimum value of EUR 250 000;
6. minimum of 2 water resources management projects, each in semi-arid areas and with a total catchment area of at least 3 000 km2;
7. minimum of 2 projects which together covered the institutional restructuring, business planning and tariff studies of water/sewage utilities, with a minimum amount per project of EUR 150 000;
8. minimum of 2 projects including harmonisation of legislation with the EU Water Framework Directive, Urban Wastewater Treatment Directive, Drinking Water Directive and Waste Framework Directive and Landfill Directive (not necessarily covered by the same project).
For the purposes of this shortlisting procedure, projects/project components are considered compliant with points 2 to 8 above only if they have been 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 a previously-formed consortium who are not part of this application.
One and the same project/project component can cover more than 1 of subpoints 1 to 8 of criterion 21.3(b)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.
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 only factors which will be taken into consideration (in consecutive order) during this re-examination are:
1) higher number of the projects/project components compliant with criterion 21.3(b), subpoints 2 to 8.
Note: In the case of projects combining 2 or more subpoints of 21.3(b), each component as per subpoints 2 to 8 above will be counted separately (e.g. 1 project including water resources management and capacity building in the field of solid waste management will be counted as 2 valid references).
In case of equal results between 2 or more applicants (i.e. equal number of projects/project components as per additional criterion 1 above), and if necessary for identifying the 8 best applications, a second criterion will be applied, as follows:
2) cumulative value of consultancy services (i.e. excluding works and supplies components) carried out by the candidate under the qualifying projects as per 21.3(b).
22. Award criteria:
Best value for money.

Application

23. Deadline for applications:
30.11.2007 (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://ec.europa.eu/europeaid/work/procedures/implementation/services/annexes_standard_documents/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) to:
European Commission, Enlargement DG — Unit A3, Task Force for the Turkish Cypriot Community, Office CHAR 04/005, B-1049 Bruxelles/Brussel. E-mail: ELARG-A3-tenders@ec.europa.eu,
— 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 09:00 to 17:00 and on Fridays from 09:00 to 16:00.
Note: The contract title, the publication reference (as per point 1) and the candidate(s) name(s) must be clearly marked on the outer/courier`s 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.
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:
1) Filling in the standard application form:
When filling in the standard application form, and 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. Particularly, candidates are strongly recommended to provide full project details in item 6 of the standard application form, sections `Detailed description of project` and `Type of services provided`. Here candidates are requested to provide a clear description of the overall project and, separately, 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 or of relevant project components (see criterion 21.3 (b)) must be clearly stated.
2) Tax and customs arrangements, visa and permits:
`The Practical Guide to contract procedures for EC external actions` which is applicable to this supply 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 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.
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,
— proofs on the actual number of staff permanently hired for the time period for which the information shall be provided,
— proofs and/or 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.
4) 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.
29. Date of publication of contract forecast:
18.8.2007.
30. Legal basis:
Council Regulation (EC) No 389/2006 of 27.2.2006 (OJ L 65 of 7.3.2006).

 
Popis tendru (Angličtina):

B-Brussels: capacity building/restructuring and awareness raising of water/wastewater and waste management sector organisations

Location — northern part of Cyprus

Service procurement notice
1. Publication reference:
EuropeAid/125948/C/SER/CY
2. Procedure:
Restricted.
3. Programme:
Instrument of financial support for encouraging the economic development of the Turkish Cypriot community.
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:
The purpose of this contract is to support the relevant bodies of the Turkish Cypriot community responsible for water supply/sanitation services and solid waste management.
Component (1) — Water/wastewater:
The project will provide long-term experienced professionals to work alongside the relevant bodies of the Turkish Cypriot community in the field of water and wastewater. The main body set up by the Turkish Cypriot community in this field is the Waterworks Unit. Technical assistance (TA) will also be channelled to support capacity building in other Turkish Cypriot bodies involved in sectors related to water and wastewater, such as environment protection, geology and mines, primary health, agriculture, etc.
Specialists will be brought in by the consultant to advice on specific issues, such as:
— assisting in preparation of legal texts aligned with the `acquis communautaire` in the water sector,
— development of the capacity to implement the `acquis communautaire` in the field of water quality (in particular the Water Framework Directive), including support to monitoring and enforcement capacities,
— water resources management and control,
— restructuring of the water services sector,
— data collection and database management,
— water demand management and efficiency improvement,
— water quality monitoring (collecting, analysing and reporting water quality information, improve laboratory capacity and quality assurance),
— water supplies and wastewater services assessment and planning in line with declared standard levels of service.
Component (2) — Capacity building at central and local level in the waste management sector:
This component of the project will provide long-term experienced professionals to work alongside local counterparts of the waste management bodies at both central and local levels (and both urban and rural areas) to provide advice and training on waste management issues and strengthen their knowledge and capacity in the waste field. The TA will be focused also on other relevant organisations, including environmental protection organisations, bodies providing waste services in urban and rural areas, NGOs etc. The consultant, using as basis the recommendations in the solid waste management plan, will support the reorganisation of the waste management system of the TCc to improve efficiency, effectiveness and ensuring compliance with EU laws. Amongst other things, the consultant will:
— assist in the preparation of legal texts aligned with the `acquis communautaire`, as well as in setting up an efficient structure for policy making, legislative tasks, monitoring, supervision and enforcement of actions in the waste sector,
— provide training to staff at central and local level in order to enable the development and implementation of an efficient structure of policy making and planning, legislative tasks, monitoring, supervision and enforcement in the solid waste management (SWM) area,
— develop the capacity to implement the `acquis communautaire` in the field of waste, in particular the Waste Framework and other Directives (landfill, packaging waste, electrical and electronic waste, end-of-life vehicles, batteries, hazardous waste, etc.), including support to monitoring and enforcement,
— assist in the restructuring and reorganisation of the waste service sector at central and local levels, including the internal (i.e. staff) reorganisation of the bodies and agencies,
— support the establishment of permits, monitoring and control mechanisms,
— support the introduction of a system of waste fees to sustain the waste management activities,
— set up a system of data collection and management for more efficient waste management and treatment,
— cooperate and communicate with major stakeholders.
Component (3) — Awareness raising in the field of environment, with a special focus on waste management:
This component of the project will provide long-term experienced professionals to work alongside local counterparts to raise the awareness in the field of environmental protection and sustainable development, with a special focus on waste prevention and recovery. The TA will be focused on other relevant organisations, including environmental protection units, NGOs, environmental services in urban and rural areas, including villages, etc.
Using as basis the `Turkish Cypriot community Communication Strategy in the field of Environment`, the consultant will provide TA aimed at contributing to the implementation of some of the activities foreseen in the said strategy.
On the basis of the recommendations contained in the `Solid Waste management plan for the TCc`, currently in preparation, the consultant will provide specialists to:
a) set up awareness-raising and training programmes (including the preparation of awareness-raising materials) for the prevention, reduction and separate collection of:
— medical waste,
— industrial waste (including tyres and batteries),
— household recyclable waste (including electrical and electronic waste),
— organic/biodegradable waste;
b) establish pilot projects for separate collection schemes for some of the above-mentioned waste streams.
8. Numbers and titles of lots:
Not applicable.
9. Maximum budget:
EUR 4 500 000.
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 and/or to the extension of the contract`s execution deadline in the relevant financing decision(s). 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). Any contract extension shall in any case be concluded by the contracting deadline of the relevant financing decision(s).

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).
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 above-mentioned 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 `Practical Guide to contract procedures for EC external actions`.
16. Subcontracting:
Subcontracting will be allowed up to 30 % of the contract value. Subcontracting cannot be used for the activities envisaged for the key experts.
17. Number of candidates to be shortlisted:
On the basis of the applications received, 4–8 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:
January 2008.
19. Provisional commencement date of the contract:
May/June 2008.
20. Initial period of execution and possible extension of the contract:
42 months initial period, with a possible extension not exceeding the duration of the initial contract (see point 10 above).

Selection and award criteria

21. Selection criteria:
The following selection criteria will be applied to candidates. In the case where the candidate is a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial standing of candidate (based on item 3 of the application form):
the average annual turnover of the candidate must exceed EUR 3 000 000 for the last 2 years (2005 and 2006).
The candidate must specify the years in question in item 3 of the application form.
2) Professional capacity of candidate (based on items 4 and 5 of the application form):
the candidate must have a total of at least 40 permanent staff, currently (2007) and on average during 2006 and 2005.
3) Technical capacity of candidate (based on items 5 and 6 of the application form):
a) the candidate must have experience in the following fields:
— strategic planning, policy drafting and institutional building in the environmental sector,
— assisting in the preparation of legal texts aligned with the `acquis communautaire` in the field of water quality and waste management legislation,
— development of the capacity to implement the `acquis communautaire` in the water quality sector — with particular focus on the Drinking Water Directive, Urban Wastewater Treatment Directive and Water Framework Directive — and in the waste management sector,
— water resources assessments and management plans,
— water demand assessment and demand management,
— restructuring of water/wastewater service organisations, asset management, tariff studies, business planning and improvement of standards of service,
— preparing and implementing awareness-raising programmes in the field of environment (water and waste in particular),
— setting-up and organising solid waste management systems including personnel training, tariff studies and business planning,
— restructuring and reorganising of waste services at central and local levels including the internal reorganisation of staff in bodies and agencies,
— establishing and carrying out pilot projects for the separate collection and management of main waste streams;
b) the candidate must have experience in each of the following projects/project components (completed not earlier than 1.1.2000 and up to the date set as deadline for receipt of applications):
1. minimum of 1 institutional capacity building project, with a budget of at least EUR 3 000 000;
2. minimum of 3 institutional strengthening and capacity building projects in the water and solid waste sectors (not necessarily covered by the same project), with a total budget among them of at least EUR 2 000 000 (proportion carried out by the candidate/consortium member presenting the projects);
3. minimum of 2 projects focusing on the establishment and reorganisation of waste management system(s), of a minimum value of EUR 400 000 each;
4. minimum of 2 awareness-raising projects in the environment field with a total budget among them of at least EUR 450 000, of which at least 1 concerning pilot projects for the separate collection of solid waste streams and with a minimum budget of at least EUR 250 000;
5. minimum of 1 project concerning water demand management and improvement of network efficiencies, of a minimum value of EUR 250 000;
6. minimum of 2 water resources management projects, each in semi-arid areas and with a total catchment area of at least 3 000 km2;
7. minimum of 2 projects which together covered the institutional restructuring, business planning and tariff studies of water/sewage utilities, with a minimum amount per project of EUR 150 000;
8. minimum of 2 projects including harmonisation of legislation with the EU Water Framework Directive, Urban Wastewater Treatment Directive, Drinking Water Directive and Waste Framework Directive and Landfill Directive (not necessarily covered by the same project).
For the purposes of this shortlisting procedure, projects/project components are considered compliant with points 2 to 8 above only if they have been 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 a previously-formed consortium who are not part of this application.
One and the same project/project component can cover more than 1 of subpoints 1 to 8 of criterion 21.3(b)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.
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 only factors which will be taken into consideration (in consecutive order) during this re-examination are:
1) higher number of the projects/project components compliant with criterion 21.3(b), subpoints 2 to 8.
Note: In the case of projects combining 2 or more subpoints of 21.3(b), each component as per subpoints 2 to 8 above will be counted separately (e.g. 1 project including water resources management and capacity building in the field of solid waste management will be counted as 2 valid references).
In case of equal results between 2 or more applicants (i.e. equal number of projects/project components as per additional criterion 1 above), and if necessary for identifying the 8 best applications, a second criterion will be applied, as follows:
2) cumulative value of consultancy services (i.e. excluding works and supplies components) carried out by the candidate under the qualifying projects as per 21.3(b).
22. Award criteria:
Best value for money.

Application

23. Deadline for applications:
30.11.2007 (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://ec.europa.eu/europeaid/work/procedures/implementation/services/annexes_standard_documents/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) to:
European Commission, Enlargement DG — Unit A3, Task Force for the Turkish Cypriot Community, Office CHAR 04/005, B-1049 Bruxelles/Brussel. E-mail: ELARG-A3-tenders@ec.europa.eu,
— 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 09:00 to 17:00 and on Fridays from 09:00 to 16:00.
Note: The contract title, the publication reference (as per point 1) and the candidate(s) name(s) must be clearly marked on the outer/courier`s 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.
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:
1) Filling in the standard application form:
When filling in the standard application form, and 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. Particularly, candidates are strongly recommended to provide full project details in item 6 of the standard application form, sections `Detailed description of project` and `Type of services provided`. Here candidates are requested to provide a clear description of the overall project and, separately, 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 or of relevant project components (see criterion 21.3 (b)) must be clearly stated.
2) Tax and customs arrangements, visa and permits:
`The Practical Guide to contract procedures for EC external actions` which is applicable to this supply 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 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.
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,
— proofs on the actual number of staff permanently hired for the time period for which the information shall be provided,
— proofs and/or 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.
4) 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.
29. Date of publication of contract forecast:
18.8.2007.
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