auftrag.at
powered by wienerzeitung.at
 
Supplement to the Official Journal of the European Union
Info and online forms: http://simap.ted.europa.eu
Contract notice

Directive 2014/24/EU
Regulation (EU / Euratom) No 966/2012

Section I: Contracting authority
I.1) Name and addresses
(please identify all contracting authorities responsible for the procedure)
Official name: Austrian Development Agency National registration number:
Postal address: Zelinkagasse 2
Town: Wien NUTS code: AT Postal code: 1010 Country: Austria
Contact person: Schramm Öhler Attorneys at Law, Mag. Gregor Stickler, Bartensteingasse 2, A-1010 Vienna, Austria Telephone: +43 14097609
E-mail: rfpi@schramm-oehler.at Fax: +43 1409760930
Internet address(es)
Main address: (URL) www.schramm-oehler.at
Address of the buyer profile: (URL)

I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
The contract is awarded by a central purchasing body

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
(URL) https://schramm-oehler.vergabeportal.at/List
Access to the procurement documents is restricted. Further information can be obtained at:
(URL)
Additional information can be obtained from
the abovementioned address
another address:
Tenders or requests to participate must be submitted
electronically via:
(URL) https://schramm-oehler.vergabeportal.at/List
to the abovementioned address
to the following address:
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
(URL)

I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
National or federal agency/office
Regional or local authority
Regional or local agency/office
Body governed by public law
European institution/agency or international organisation
Other:

I.5) Main activity
General public services
Defence
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
Other activity: Development Cooperation


Section II: Object
II.1) Scope of the procurement
II.1.1) Title:Provision of Supervision Services within the project “Rehabilitation of Flood Protection Infrastructure” Reference number:ADA - RFPI Site Supervision
II.1.2) Main CPV-Code: 71520000 Supplementary CPV-Code: [ ][ ][ ][ ]  [ ][ ][ ][ ]
II.1.3) Type of contract Works Supplies Services
II.1.4) Short description:Provision of site supervision services for FIDIC-based works and other contracts regarding the rehabilitation of the flood protection infrastructure in Serbia, in particular in Obrenovac, Surcin, and Svilajnac.
II.1.5) Estimated total value
Value excluding VAT: Currency:
(for framework agreements or dynamic purchasing systems – estimated total maximum value for the entire duration of the framework agreement or dynamic purchasing system)
II.1.6) Information about lots
This contract is divided into lots yesno
Tenders may be submitted for all lotsmaximum number of lots: one lot only
Maximum number of lots that may be awarded to one tenderer:
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

II.2) Description
II.2.1) Title: Provision of Supervision Services within the project “Rehabilitation of Flood Protection Infrastructure”
II.2.2) Additional CPV code(s)
Additional CPV code: 71530000 Supplementary CPV code: [ ][ ][ ][ ]  [ ][ ][ ][ ]
Additional CPV code: 71247000 Supplementary CPV code: [ ][ ][ ][ ]  [ ][ ][ ][ ]
Additional CPV code: 71521000 Supplementary CPV code: [ ][ ][ ][ ]  [ ][ ][ ][ ]
II.2.3) Place of performance
NUTS code: RS
Main site or place of performance: Republic of Serbia (in particular: Obrenovac, Surcin and Svilajnac)
II.2.4) Description of the procurement:The specific objective of the assignment is to provide full administration of the respective works and other contracts, monitor the construction works and certify payments – fulfilling the role of the FIDIC Engineer, as defined in the Works Contracts and in the Terms of Reference attached to the present tender.
(nature and quantity of works, supplies or services or indication of needs and requirements)
II.2.5) Award criteria
Criteria below
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:[ ] Währung:[ ][ ][ ]
(for framework agreements or dynamic purchasing systems – estimated total maximum value for the entire duration of this lot)
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 25 or Duration in days: [ ]
or Start: (dd/mm/yyyy) / End:(dd/mm/yyyy)
This contract is subject to renewal
Description of renewals: Please refer to the tender documents.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: [ ]
or Envisaged minimum number: [ ] / Maximum number: [ ]
Objective criteria for choosing the limited number of candidates:
II.2.10) Information about variants
Variants will be accepted
II.2.11) Information about options
Options
Description of options:
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds
yes
no
Identification of the project: Rehabilitation of Flood Protection Infrastructure - IPA 2014 Financing Agreement EU-Rep. of Serbia, Commission Implementing Decision C(2014)9797 final of 17 Dec 2014, Delegation Agreement CRIS-371-240 of 28 Dec 2015
II.2.14) Additional information:



Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions: Bidders have to meet the requirements on professional reliability and suitability to pursue the professional activity in question, as well as the requirements on the economic and financial and the technical ability to perform the contract. Please refer to the tender documents (Section A — Rules of Procedure) for further information.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria: 1) Average annual turnover of the bidder over three business years. 2) Acceptable financial viability (proof of an investment grade rating or statement from banks). 3) Professional indemnity risk insurance. Please refer to the tender documents (Section A — Rules of Procedure) for more detailed information.
Minimum level(s) of standards possibly required: See Section A — Rules of procedure
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria: 1) Staffing level of the firm. 2) Key staff (Civil-Hydro Engineer = Team Leader / ”Engineer”, Mechanical Engineer, Electrical Engineer, Civil Hydro Engineer) with personal references as defined in the tender documents. 3) Reference projects provided by the bidder in the field of: (a) site supervision experience in river training and/or flood protection works; and (b) site supervision experience in the construction or reconstruction of subjected drainage pumping stations, potable water treatment plants or waste water treatment plants; and (c) site supervision experience with FIDIC conditions of contract (for works). Please refer to the tender documents (Section A — Rules of Procedure) for more detailed information.
Minimum level(s) of standards possibly required: See Section A — Rules of procedure
III.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
The execution of the contract is restricted to the framework of sheltered employment programmes


III.2) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
III.2.2) Contract performance conditions:
Please refer to the tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
Accelerated procedure:
Justification:
Restricted procedure
Accelerated procedure:
Justification:
Competitive procedure with negotiation
Accelerated procedure:
Justification:
Competitive dialogue
Innovation partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
In the case of framework agreements, provide justification for any duration exceeding 4 years:
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation (only for competitive procedures with negotation)
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
yes
no


IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: [ ][ ][ ][ ]/S [ ][ ][ ]–[ ][ ][ ][ ][ ][ ][ ]
(One of the following: Prior information notice; Notice on a buyer profile)
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: (dd/mm/yyyy) 08/04/2019 Local time: (hh:mm) 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:(dd/mm/yyyy)
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: (dd/mm/yyyy)
or Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: (dd/mm/yyyy)08/04/2019 Local time: (hh:mm)17:10 Place: Tender opening is not public for bidders
Information about authorised persons and opening procedure:


Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement noyes
Estimated timing for further notices to be published:
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used

VI.3) Additional information
National identification number: [L-666714-9215]

VI.4) Procedures for review
VI.4.1) Review body
Official name: Bundesverwaltungsgericht (Austrian Federal Administrative Court)
Postal address: Erdbergstraße 192-196
Town: Vienna Postal code: 1030 Country: Austria
E-mail: einlaufstelle@bvwg.gv.at Telephone: +43 1601490
Internet-Address:(URL) https://www.bvwg.gv.at/ Fax: +43 1711238891541
VI.4.2) Body responsible for mediation procedures
Official name:
Postal address:
Town: Postal code: Country: Austria
E-mail: Telephone:
Internet-Address:(URL) Fax:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: According to § 343 Bundesvergabegesetz 2018
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Bundesverwaltungsgericht (Austrian Federal Administrative Court)
Postal address: Erdbergstraße 192-196
Town: Vienna Postal code: 1030 Country: Austria
E-mail: Telephone:
Internet-Address:(URL) Fax:

VI.5) Date of dispatch of this notice: (dd/mm/yyyy):15/02/2019



It is the contracting authority's/contracting entity's responsibility to ensure compliance with European Union law and any applicable laws.

 
 
  
Impressum | Kontakt | AGB | eNutzungsbedingungen | Datenschutzerklärung | Notfall