Tendr - Plynový chromatograf s příslušenstvím
Bulgaria Phare - supply of equipment for environment monitoring Stav tendru:
vypsaný tendr Banka: Evropská unie - program PHARE Datum uzávěrky: 25.11.2002
Klíčová slova: laboratorní zařízení Popis: BG-Sofia: Phare - supply of equipment
for environment monitoring. Plynový chromatograf s příslušenstvím. 2002/S
199-156498 Environmental sector acquis and institution building Location:
Bulgaria Supply procurement notice 1. Publication reference:
EUROPEAID/112179/D/SV/BG 2. Procedure: Open. 3. Programme: Phare. 4. Financing:
Project BG 0003.06.04/2000 Bulgarian national programme. 5. Contracting
authority: Central Finance and Contracts Unit within the Ministry of Finance,
Sofia, Bulgaria. Contract specification: 6. Contract description: The objectives
of this contract are: 1) supply of gas chromatographs with GC/MS interface and
mass-spectrometer detectors, control unit, spare parts and accessories in Sofia
and Plovdiv Regional Environmental Inspectorates; 2) installation and follow up
maintenance of the equipment in the use of two specified REI; 3) training of the
nominated REI staff for the real implementation of the equipment. 7. Number and
titles of lots: One lot. Conditions of participation: 8. Eligibility and rule of
origin: Participation is open on equal terms to all natural and legal persons
[participating either individually or in a grouping (consortium) of tenderers]
of the Member States, Cyprus, Malta and Turkey and the countries and territories
of the regions covered and/or authorized by the regulation or other specific
instruments applicable to the programme under which the contract is financed
(see also 21). All goods provided for this contract must originate in these
countries. 9. Grounds for exclusion: Tenderers must provide a declaration that
they are not in any of the situations listed in Section 2.3 of the Manual of
Instructions for External Relations contracts (available from the following
Internet address: http://europa.eu.int/comm/europeaid/tender/index_en.htm). 10.
Number of tenders: Tenderers (including firms within the same legal group, other
members of the same consortium, and subcontractors) may submit only one tender
for the lot cited above. Tenders for parts of the lot will not be considered.
Tenderers may not provide a tender for a variant solution in addition to their
tender for the supplies required in the tender dossier. 11. Tender guarantee:
Tenderers must provide a tender guarantee of 5 000 EUR when submitting their
tender proposal. This guarantee will be released to unsuccessful tenderers once
the tender procedure has been completed and to the successful tenderer(s) upon
signature of the contract by all parties. This guarantee will be called upon if
the tenderer does not fulfil all obligations stated in its tender. 12.
Performance guarantee: The successful tenderer will be requested to provide a
performance guarantee of 10% of the contract value in euro when countersigning
the contract. This must be delivered within 30 days after receipt by the
tenderer of 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 most economically advantageous, compliant tender. 13.
Information meeting and/or site visit: No information meeting is planned. 14.
Tender validity: Tenders must remain valid for a period of 90 days after the
deadline for submission of tenders. 15. Maximum delivery period: Supply of
equipment, installation of the equipment in Sofia and Plovdiv Regional
Environmental Inspectorates and training of the nominated REI staff - not more
than 6 months after the signature of the contract. Selection and award criteria:
16. Selection criteria: 1: Economic & financial standing of tenderer(s) (firm or
consortium) - based on Article 3 of tender submission form: a) annual turnover
(net of taxes, social security charges and other fiscal contributions) of the
tenderer (a firm or the leading partner of a consortium) shall be at least 1 000
000 EUR; b) annual operating profit (including all administrative and financial
expenditure, depreciation according to plan, but excluding extraordinary
expenditures and income as well as taxes) of the candidate (firm or the leader
of consortium) should be clearly positive for at least two of the previous three
years. 2: Professional capacity of candidate(s) (firm or consortium) - based on
Article 4 of tender submission form: a) the tenderer (a firm or the leading
partner and all other partners of a consortium) must have min. 5 years
experience in supplying, installation and maintaining of measurement and control
equipment (GC-MS Systems) as a basic (main) activity of the tenderer; b) the
tenderer (firm or leading partner of consortium) has to present a warranty for
quality and performance of the goods supplied: ISO series certification, and
others; c) the candidate (firm or consortium) has successfully completed at
least 5 (five) similar supplies in any Phare country or in another Member State
of the EU during the past 5 years, providing at least 20% of the supplies
directly (not through a sub-contractor or a consortium partner). 3: Technical
capacity of candidate(s) (firm or consortium): a) the tenderer (a firm or the
leading partner and any of the other partners foreseen to become responsible for
a given component of the project of a consortium) shall, during the last five
years, have successfully completed at least 3 projects of similar size,
complexity and area of expertise; b) the tenderer (firm or consortium) has to
provide evidence that adequate, authorized, established service points exist for
all items tendered (please submit relevant documents). The candidate has to
present the list of available structure, resources and equipment to provide
maintenance locally (please specify the owned or authorized service centres for
each location and list of trained staff); c) the tenderer should provide
complete bibliographic data as well as a method. 17. Award criteria: For this
supply contract the sole award criterion shall be the price. The contract shall
be awarded to the lowest compliant tender. Tendering: 18. How to obtain the
tender dossier: The tender dossier is available for collection from the
contracting authority at the following address: CFCU, Ministry of Finance, Attn:
Mr Vladimir Valchev - CFCU Director/Ms Galia Mihailova - CFCU Contracting
Manager, 102, Rakovski Str., 1040 Sofia, Bulgaria, fax: ( 359 2) 9859 2773,
e-mail: cfcu@inet.bg. 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 the following address: CFCU, Ministry of Finance, Attn: Ms Galia
Mihailova, CFCU Contracting Manager, 102, Rakovski Str., 1040 Sofia, Bulgaria,
fax: ( 359 2) 9859 2773, e-mail: cfcu@inet.bg (quoting the publication reference
and the financing line shown in items 1 and 4) at least 21 days before the
deadline for submission of tenders. The contracting authority must reply to all
tenderers questions at least 11 days before the deadline for submission of
tenders. 19. Deadline for submission of tenders: 25 November 2002. Any tender
received after this deadline will not be considered. 20. Tender opening session:
25 November 2002. 21. Legal basis: Council Regulation (EEC) No 3906/89 of 18
December 1989 on economic aid to certain countries of central and eastern
Europe, as amended. publikováno: 17.10.2002
Bulgaria
Phare - supply of equipment for environment monitoring
Stav tendru: vypsaný tendr
Banka: Evropská unie - program PHARE
Datum uzávěrky: 25.11.2002
Klíčová slova: laboratorní zařízení
Popis:
BG-Sofia: Phare - supply of equipment for environment monitoring.
Plynový chromatograf s příslušenstvím.
2002/S 199-156498
Environmental sector acquis and institution building
Location: Bulgaria
Supply procurement notice
1.
Publication reference: EUROPEAID/112179/D/SV/BG
2.
Procedure: Open.
3.
Programme: Phare.
4.
Financing: Project BG 0003.06.04/2000 Bulgarian national programme.
5.
Contracting authority: Central Finance and Contracts Unit within the Ministry of Finance, Sofia, Bulgaria.
Contract specification:
6.
Contract description: The objectives of this contract are:
1) supply of gas chromatographs with GC/MS interface and mass-spectrometer detectors, control unit, spare parts and
accessories in Sofia and Plovdiv Regional Environmental Inspectorates;
2) installation and follow up maintenance of the equipment in the use of two specified REI;
3) training of the nominated REI staff for the real implementation of the equipment.
7.
Number and titles of lots: One lot.
Conditions of participation:
8.
Eligibility and rule of origin: Participation is open on equal terms to all natural and legal persons [participating either individually
or in a grouping (consortium) of tenderers] of the Member States, Cyprus, Malta and Turkey and the countries and territories of
the regions covered and/or authorized by the regulation or other specific instruments applicable to the programme under which
the contract is financed (see also 21). All goods provided for this contract must originate in these countries.
9.
Grounds for exclusion: Tenderers must provide a declaration that they are not in any of the situations listed in Section 2.3 of
the Manual of Instructions for External Relations contracts (available from the following Internet address:
http://europa.eu.int/comm/europeaid/tender/index_en.htm).
10.
Number of tenders: Tenderers (including firms within the same legal group, other members of the same consortium, and
subcontractors) may submit only one tender for the lot cited above. Tenders for parts of the lot will not be considered.
Tenderers may not provide a tender for a variant solution in addition to their tender for the supplies required in the tender
dossier.
11.
Tender guarantee: Tenderers must provide a tender guarantee of 5 000 EUR when submitting their tender proposal. This
guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful
tenderer(s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all
obligations stated in its tender.
12.
Performance guarantee: The successful tenderer will be requested to provide a performance guarantee of 10% of the contract
value in euro when countersigning the contract. This must be delivered within 30 days after receipt by the tenderer of 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 most
economically advantageous, compliant tender.
13.
Information meeting and/or site visit: No information meeting is planned.
14.
Tender validity: Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.
Maximum delivery period: Supply of equipment, installation of the equipment in Sofia and Plovdiv Regional Environmental
Inspectorates and training of the nominated REI staff - not more than 6 months after the signature of the contract.
Selection and award criteria:
16.
Selection criteria: 1: Economic & financial standing of tenderer(s) (firm or consortium) - based on Article 3 of tender submission
form:
a) annual turnover (net of taxes, social security charges and other fiscal contributions) of the tenderer (a firm or the leading
partner of a consortium) shall be at least 1 000 000 EUR;
b) annual operating profit (including all administrative and financial expenditure, depreciation according to plan, but excluding
extraordinary expenditures and income as well as taxes) of the candidate (firm or the leader of consortium) should be clearly
positive for at least two of the previous three years.
2: Professional capacity of candidate(s) (firm or consortium) - based on Article 4 of tender submission form:
a) the tenderer (a firm or the leading partner and all other partners of a consortium) must have min. 5 years experience in
supplying, installation and maintaining of measurement and control equipment (GC-MS Systems) as a basic (main) activity of
the tenderer;
b) the tenderer (firm or leading partner of consortium) has to present a warranty for quality and performance of the goods
supplied: ISO series certification, and others;
c) the candidate (firm or consortium) has successfully completed at least 5 (five) similar supplies in any Phare country or in
another Member State of the EU during the past 5 years, providing at least 20% of the supplies directly (not through a
sub-contractor or a consortium partner).
3: Technical capacity of candidate(s) (firm or consortium):
a) the tenderer (a firm or the leading partner and any of the other partners foreseen to become responsible for a given
component of the project of a consortium) shall, during the last five years, have successfully completed at least 3 projects of
similar size, complexity and area of expertise;
b) the tenderer (firm or consortium) has to provide evidence that adequate, authorized, established service points exist for all
items tendered (please submit relevant documents). The candidate has to present the list of available structure, resources and
equipment to provide maintenance locally (please specify the owned or authorized service centres for each location and list of
trained staff);
c) the tenderer should provide complete bibliographic data as well as a method.
17.
Award criteria: For this supply contract the sole award criterion shall be the price. The contract shall be awarded to the lowest
compliant tender.
Tendering:
18.
How to obtain the tender dossier: The tender dossier is available for collection from the contracting authority at the following
address:
CFCU, Ministry of Finance, Attn: Mr Vladimir Valchev - CFCU Director/Ms Galia Mihailova - CFCU Contracting Manager, 102,
Rakovski Str., 1040 Sofia, Bulgaria, fax: ( 359 2) 9859 2773, e-mail: cfcu@inet.bg.
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 the following address:
CFCU, Ministry of Finance, Attn: Ms Galia Mihailova, CFCU Contracting Manager, 102, Rakovski Str., 1040 Sofia, Bulgaria, fax:
( 359 2) 9859 2773, e-mail: cfcu@inet.bg
(quoting the publication reference and the financing line shown in items 1 and 4) at least 21 days before the deadline for
submission of tenders. The contracting authority must reply to all tenderers questions at least 11 days before the deadline for
submission of tenders.
19.
Deadline for submission of tenders: 25 November 2002.
Any tender received after this deadline will not be considered.
20.
Tender opening session: 25 November 2002.
21.
Legal basis: Council Regulation (EEC) No 3906/89 of 18 December 1989 on economic aid to certain countries of central and
eastern Europe, as amended.
publikováno: 17.10.2002
Sdílet článek na sociálních sítích