Tendr - zařízení pro monitoring kvality vody
Yugoslavia Brussels: PHARE - automatic water-quality monitoring stations in the
Vardar River - supply of laboratory equipment Stav tendru: vypsaný tendr Banka:
Evropská unie - program PHARE Datum uzávěrky: 16.08.2002 Klíčová slova:
laboratorní přístroje , laboratorní zařízení , monitorovací zařízení , Phare ,
vodohospodářství , životní prostředí Popis: Dodávka laboratorního zařízení pro
monitoring kvality vody 2002/S 115-089182 1. Publication reference:
EUROPEAID/112912/C/S/MK 2. Procedure: International open. 3. Programme: Phare.
4. Financing: 1997 cross-border programme budget. 5. Contracting authority:
European Commission, on behalf of the European Agency for Reconstruction, B-
Brussels. Contract specification: 6. Contract description: The subject of the
contract is the delivery, installation, putting into operation, training,
warranty support and after-sales service by the supplier of the following goods:
laboratory analytical equipment and equipment for biological laboratory analysis
and field measurement. 7. Number and titles of lots: Lot 1 - laboratory
analytical equipment. Lot 2 - equipment for biological laboratory analysis and
field measurements. A separate tender must be made for each 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 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: ). 10. Number of tenders: Tenderers (including firms within
the same legal group, other members of the same consortium, and subcontractors)
may not submit more than one tender for each lot. Tenders for parts of a lot
will not be considered. Any tenderer may state in their tender that they would
offer a discount in the event that their tender is accepted for more than one
lot. 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 7 500 EUR for lot 1 and
3 000 EUR for lot 2 when submitting a 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. 12. Performance guarantee: The successful tenderer will be
requested to provide a performance guarantee of 10% of the contract value in
euro for lot 1 and lot 2 when countersigning the contract. The performance
guarantee 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: 60 days following the award of contract.
Selection and award criteria: 16. Selection criteria: Economic and financial
capacity: for lot 1: the tenderers annual turnover to be at least 2 500 000 EUR
for the last three years, 1999-2001; for lot 2: the tenderers annual turnover at
least 1 000 000 EUR for the last three years, 1999-2001. Professional capacity:
for lot 1: the tenderer has carried out a minimum total of five reference
installations in EU or CEEC countries in this sector of environmental equipment
supply and training in the past five years. The tenderers contribution to the
overall project equipment supply carried out to each of the minimum total of
five installations to be of a value of at least 400 000 EUR; for lot 2: the
tenderer has carried out a minimum total of five reference installations in EU
or CEEC countries in this sector of environmental equipment supply in the past
five years. The tenderers contribution to the overall project equipment supply
carried out to each of the minimum total of five installations to be of a value
of at least 150 000 EUR. Technical capacity: the tenderer should provide
evidence of certification for the supplies to ISO 9001 standard or equivalent
and that focused training for lot 1, warranty support, spare parts, consumables
and maintenance services are available for the required period. 17. Award
criteria: The lowest priced administratively and technically compliant tender.
Tendering: 18. How to obtain the tender dossier: The tender dossier is available
in electronic format only (upon written request by letter or fax giving e-mail
addresses and stating the: contract title: Automatic water quality monitoring
stations in the Vardar river - Supply of Laboratory Equipment and the
publication reference No: EUROPEAID/112912/C/S/MK) from: European Agency for
Reconstruction, The Procurement Officer, 4th floor, Contract and Procurement
Unit, Makedonija 11/1, 1000 Skopje, FYROM, 389 2 286 700/ 389 2 286 749. Tenders
must be submitted using the standard tender submission 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:
European Agency for Reconstruction, Procurement Officer, Contract and
Procurement Unit, Makedonija 11/1, 1000 Skopje, FYROM, 389 2 286 700/ 389 2 286
749 (quoting the publication reference in 1) at least 21 days before the
deadline for submission of tenders given in 19. 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: 12.00 CET on 16
August 2002. Any tender received after this deadline will not be considered. 20.
Tender opening session: 15.00 CET on 16 August 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: 17.06.2002
Yugoslavia
Brussels: PHARE - automatic water-quality monitoring stations in the Vardar River - supply of laboratory equipment
Stav tendru: vypsaný tendr
Banka: Evropská unie - program PHARE
Datum uzávěrky: 16.08.2002
Klíčová slova: laboratorní přístroje ,
laboratorní zařízení ,
monitorovací zařízení ,
Phare ,
vodohospodářství ,
životní prostředí
Popis:
Dodávka laboratorního zařízení pro monitoring kvality vody
2002/S 115-089182
1.
Publication reference: EUROPEAID/112912/C/S/MK
2.
Procedure: International open.
3.
Programme: Phare.
4.
Financing: 1997 cross-border programme budget.
5.
Contracting authority: European Commission, on behalf of the European Agency for Reconstruction, B- Brussels.
Contract specification:
6.
Contract description: The subject of the contract is the delivery, installation, putting into operation, training, warranty support and after-sales service by the supplier of the following goods: laboratory analytical equipment and equipment for biological laboratory analysis and field measurement.
7.
Number and titles of lots:
Lot 1 - laboratory analytical equipment.
Lot 2 - equipment for biological laboratory analysis and field measurements.
A separate tender must be made for each 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 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: ).
10.
Number of tenders: Tenderers (including firms within the same legal group, other members of the same consortium, and subcontractors) may not submit more than one tender for each lot. Tenders for parts of a lot will not be considered. Any tenderer may state in their tender that they would offer a discount in the event that their tender is accepted for more than one lot. 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 7 500 EUR for lot 1 and 3 000 EUR for lot 2 when submitting a 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.
12.
Performance guarantee: The successful tenderer will be requested to provide a performance guarantee of 10% of the contract value in euro for lot 1 and lot 2 when countersigning the contract. The performance guarantee 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: 60 days following the award of contract.
Selection and award criteria:
16.
Selection criteria: Economic and financial capacity: for lot 1: the tenderers annual turnover to be at least 2 500 000 EUR for the last three years, 1999-2001; for lot 2: the tenderers annual turnover at least 1 000 000 EUR for the last three years, 1999-2001. Professional capacity: for lot 1: the tenderer has carried out a minimum total of five reference installations in EU or CEEC countries in this sector of environmental equipment supply and training in the past five years. The tenderers contribution to the overall project equipment supply carried out to each of the minimum total of five installations to be of a value of at least 400 000 EUR; for lot 2: the tenderer has carried out a minimum total of five reference installations in EU or CEEC countries in this sector of environmental equipment supply in the past five years. The tenderers contribution to the overall project equipment supply carried out to each of the minimum total of five installations to be of a value of at least 150 000 EUR. Technical capacity: the tenderer should provide evidence of certification for the supplies to ISO 9001 standard or equivalent and that focused training for lot 1, warranty support, spare parts, consumables and maintenance services are available for the required period.
17.
Award criteria: The lowest priced administratively and technically compliant tender.
Tendering:
18.
How to obtain the tender dossier: The tender dossier is available in electronic format only (upon written request by letter or fax giving e-mail addresses and stating the: contract title: Automatic water quality monitoring stations in the Vardar river - Supply of Laboratory Equipment and the publication reference No: EUROPEAID/112912/C/S/MK) from: European Agency for Reconstruction, The Procurement Officer, 4th floor, Contract and Procurement Unit, Makedonija 11/1, 1000 Skopje, FYROM, 389 2 286 700/ 389 2 286 749. Tenders must be submitted using the standard tender submission 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: European Agency for Reconstruction, Procurement Officer, Contract and Procurement Unit, Makedonija 11/1, 1000 Skopje, FYROM, 389 2 286 700/ 389 2 286 749 (quoting the publication reference in 1) at least 21 days before the deadline for submission of tenders given in 19. 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: 12.00 CET on 16 August 2002. Any tender received after this deadline will not be considered.
20.
Tender opening session: 15.00 CET on 16 August 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: 17.06.2002
Sdílet článek na sociálních sítích