|
|
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:
|
|
Restricted procedure
|
|
Accelerated procedure:
|
|
Competitive procedure with negotiation
|
|
Accelerated procedure:
|
|
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
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. |
|