progetto ted - Unioncamere Lombardia

Transcript

progetto ted - Unioncamere Lombardia
Eurodesk Bruxelles
PROGETTO TED
LE OPPORTUNITÀ COMMERCIALI PER LE
IMPRESE LOMBARDE NELL’AREA BALCANICA
Gennaio 2013
EURODESK BRUXELLES
PROGETTO TED
IL PROGETTO TED: LE OPPORTUNITÀ COMMERCIALI NELL’AREA BALCANICA PER
LE IMPRESE LOMBARDE
CONTENUTI
Pag.
STEP 1: SCHEMA RIASSUNTIVO DELLE PRIORITÀ NAZIONALI
2
STEP 2: PRIOR INFORMATION NOTICE
3
STEP 3: ALERT ALLE IMPRESE
5
STEP 4: DOCUMENTAZIONE
8
STEP 5: ISCRIZIONE E CLASSIFICAZIONE
9
STEP 6: CHECK UP REQUISITI FINANZIARI
13
ALLEGATI
14
•
•
•
•
•
•
•
•
•
•
•
•
Lista documentazione ………………………………………………………………….…..15
Supply procurement notice…………………………………………………………….…...16
Invitation to tender…………………………………………………………………………22
Performance guarantee……………………………………………………………….…….22
Pre-financing guarantee…………………………………………………………………….23
Tender guarantee………………………………………………………………………….24
Annex I: general conditions…………………………………………………………….…..25
Annex II & III: technical conditions, specifications and offer……………………………….….28
Instruction to tenderers…………………………………………………………………….33
Evaluation grids…………………………………………………………………………….54
Tender form……………………………………………………………………………….56
Draft contracts………………………………………………………………………..……63
1
EURODESK BRUXELLES
PROGETTO TED
LE ATTIVITA’ PREVISTE DAL PROGETTO
STEP 1: SCHEMA RIASSUNTIVO DELLE PRIORITÀ NAZIONALI
INFORMAZIONE E MONITORAGGIO
L’Eurodesk di Unioncamere Lombardia si occuperà di selezionare le informazioni utili alle imprese
coinvolte nel progetto. L’obiettivo è di fornire un servizio di informazione esaustivo e di facile
consultazione. Una delle difficoltà evidenziate infatti è rappresentata dalla sovrabbondanza delle stesse.
Si attingerà dalle fonti originali, anche attraverso contatti diretti con le istituzioni coinvolte. E’ prevista
la predisposizione di una pagina dedicata sul sito di Unioncamere Lombardia, fornita di una descrizione
sintetica del funzionamento degli appalti e dei programmi di finanziamento, predisposti dalle istituzioni
internazionali, a supporto delle imprese che vogliano operare nei Paesi Target. L’obiettivo è quello di
fornire un orientamento alle imprese, organizzando le informazioni e garantendo la completezza delle
stesse attraverso rapidi collegamenti alle pagine ufficiali, dove sarà possibile approfondire l’analisi delle
opportunità di specifico interesse. Verranno pubblicate settimanalmente anche notizie utili, relative ai
Paesi target selezionati ed alle evoluzioni dei programmi di supporto delle istituzioni internazionali.
Il supporto si articolerà in diverse azioni, seguendo le tre fasi che porteranno alla
pubblicazione del bando. Sulla base dei “Programmi Nazionali” per i singoli Paesi target,
nell’ambito della componente IPA – Sostegno alla transizione e Sviluppo Istituzionale,
disposti dalla Commissione Europea in collaborazione con la Delegazione dell’Unione
Europea nel Paese target, verrà predisposto uno schema riassuntivo sulle priorità
identificate per l’anno in corso, indicando gli ambiti di intervento, i budget fissati e una
previsione del periodo di pubblicazione dei singoli appalti, predisposti per
implementare i piani strategici nazionali. Tale informazione permette di sapere con
discreto anticipo l’allocazione strategica dei fondi. Tali schede verranno pubblicate sul
portale e saranno a disposizione di tutti gli iscritti al servizio.
2
EURODESK BRUXELLES
PROGETTO TED
STEP 2: PRIOR INFORMATION NOTICE
INFORMAZIONE E MONITORAGGIO
L’Eurodesk di Unioncamere Lombardia si occuperà di selezionare le informazioni utili alle imprese
coinvolte nel progetto. L’obiettivo è di fornire un servizio di informazione esaustivo e di facile
consultazione. Una delle difficoltà evidenziate infatti è rappresentata dalla sovrabbondanza delle stesse.
Si attingerà dalle fonti originali, anche attraverso contatti diretti con le istituzioni coinvolte. E’ prevista
la predisposizione di una pagina dedicata sul sito di Unioncamere Lombardia, fornita di una descrizione
sintetica del funzionamento degli appalti e dei programmi di finanziamento, predisposti dalle istituzioni
internazionali, a supporto delle imprese che vogliano operare nei Paesi Target. L’obiettivo è quello di
fornire un orientamento alle imprese, organizzando le informazioni e garantendo la completezza delle
stesse attraverso rapidi collegamenti alle pagine ufficiali, dove sarà possibile approfondire l’analisi delle
opportunità di specifico interesse. Verranno pubblicate settimanalmente anche notizie utili, relative ai
Paesi target selezionati ed alle evoluzioni dei programmi di supporto delle istituzioni internazionali.
Sulla base delle suddette priorità, verranno pubblicati gli annunci di prossima pubblicazione
dei bandi (i c.d. Forecast), contenenti una “prior information notice”, che include le
caratteristiche principali del bando. Il tempo che intercorre tra la diffusione dei forecast e la
pubblicazione del bando di gara varia in base alla tipologia del contratto ed alle sue
caratteristiche, attestandosi statisticamente intorno ai 30 giorni. Tale periodo risulta
fondamentale per l’impresa per valutare la fattibilità e l’interesse alla partecipazione al
bando. UCL realizzerà una scheda sintetica della notizia, corredata dal documento ufficale in
versione integrale, la quale verrà inviata, attraverso un servizio di alert settimanale, alle
imprese interessate, sulla base della classificazione settoriale, effettuata al momento
dell’iscrizione al servizio. Infine le schede verranno pubblicate sul portale .
3
EURODESK BRUXELLES
PROGETTO TED
Esempio di Notifica Pre-Informativa (PIN)
Titolo
HR-Zagabria: IPA – Offerta per l’acquisizione di apparecchiature tecnologiche e
creazione di una infrastruttura tecnologica per il sistema integrato
dell’amministrazione croata.
Paese
REPUBBLICA DI CROAZIA
Riferimento
EuropeAid/13304/D/SUP/HR
Procedura
Procedura aperta
Programma
Strumento di assistenza alla pre-adesione - IPA
Finanziamento
Programma nazionale croato – Programma IPA. Assistenza alla transizione e alla
componente di costruzione istituzionale 2010.
Ente appaltante
Agenzia centrale per la finanza e i contratti, Zagabria, Repubblica di Croazia.
Descrizione del contratto
Fornitura e installazione di un sistema di storage per data center SGA.
Fornitura di apparecchiature informatiche (PC desktop e scanner) per catasto
regionale.
Consegna e installazione di infrastrutture IT e di impianti elettrici in 28 uffici
catastali.
Fornitura e installazione di un generatore di energia elettrica per data center
SGA.
Consegna e installazione di un sistema centralizzato per l'archiviazione
digitale per il Ministero della Giustizia.
Numero dei lotti
Il contratto sarà suddiviso in 5 lotti
Pubblicazione prevista
Luglio 2012
Informazioni aggiuntive
***
Pubblicazione del PIN
11 Maggio 2012
contatto:
Unioncamere Lombardia – Bruxelles - [email protected]
251.235.28
4
tel: +32.
EURODESK BRUXELLES
PROGETTO TED
STEP 3: ALERT ALLE IMPRESE
ASSISTENZA
Oltre ai servizi di informazione e monitoraggio delle opportunità, il progetto TED prevede anche una
serie di servizi di assistenza per le imprese. L’obiettivo è quello di creare un percorso completo,
coordinando alcuni servizi già esistenti e in alcuni casi integrandoli. In questo percorso si vuole
coinvolgere i diversi attori, sia pubblici che privati, che possano dare un sostegno concreto e sistematico
alle imprese.
La prima azione prevista dal progetto è l’organizzazione di eventi di sensibilizzazione, rispetto alle
opportunità rappresentate dal mercato degli appalti europei, con un focus particolare sui programmi
indirizzati all’area balcanica. Essi verranno realizzati con il supporto delle CCIAA del territorio, che
avranno il compito di coinvolgere le imprese potenzialmente interessate. Oltre ad una descrizione dei
programmi esistenti e delle procedure di assegnazione delle gare di appalto, gli eventi offriranno anche
la possibilità per i partecipanti di potersi iscrivere al servizio gratuito e, compilando i moduli ad hoc
predisposti, di essere inseriti nel database, sulla base del quale verranno forniti i servizi personalizzati.
Verrà effettuato un monitoraggio costante del “Supplemento alla Gazzetta ufficiale
dell'Unione europea”. In seguito alla pubblicazione ufficiale dei bandi di gara, UCL
invierà un alert alle imprese selezionate, sulla base delle manifestazioni di interesse ai
relativi forecast, con le principali caratteristiche del bando e, qualora disponibili
gratuitamente, i relativi documenti necessari alla partecipazione. Qualora i documenti
fossero disponibili solo previo pagamento di un fee, verranno fornite tutte le
informazioni utili per ottenerli. Sul sito verrà pubblicata solo la scheda sintetica del
bando pubblicato.
5
EURODESK BRUXELLES
PROGETTO TED
Esempio di “Alert” alle imprese
Titolo
HR-Zagabria: IPA – Offerta per l’acquisizione di apparecchiature tecnologiche e creazione di
una infrastruttura tecnologica per il sistema integrato dell’amministrazione croata.
Paese
REPUBBLICA DI CROAZIA
Riferimento
EuropeAid/13304/D/SUP/HR
Procedura
Procedura aperta
Programma
Strumento di assistenza alla pre-adesione - IPA
Finanziamento
Programma nazionale croato – Programma IPA. Assistenza alla transizione e alla componente di
costruzione istituzionale 2010.
Ente appaltante
Agenzia centrale per la finanza e i contratti, Zagabria, Repubblica di Croazia.
Descrizione del contratto
Fornitura e installazione di un sistema di storage per data center SGA.
Fornitura di apparecchiature informatiche (PC desktop e scanner) per catasto
regionale.
Consegna e installazione di infrastrutture IT e di impianti elettrici in 28 uffici catastali.
Fornitura e installazione di un generatore di energia elettrica per data center SGA.
Consegna e installazione di un sistema centralizzato per l'archiviazione digitale per il
Ministero della Giustizia.
1.
2.
3.
4.
5.
Titolo dei lotti
Sistema di storage per data center SGA.
Apparecchiature informatiche per i catasti.
Infrastrutture tecnologiche ed elettriche negli uffici regionali e locali SGA.
Sistema di generazione elettrica per il SGA data center.
Sistema centrale per l’archivio digitale.
Budget
***
Numero max di offerte
Un’offerta massima per lotto
Eleggibilità
Tutte le persone legali partecipanti sia individualmente che in consorzio, con sede nell’UE o nei
paesi applicabili al programma che fnanzia la presente offerta.
6
EURODESK BRUXELLES
PROGETTO TED
Garanzia dell’offerta
Periodo di esecuzione
Tutti i soggetti che presentano un’offerta devono versare una garanzia dell’offerta:
1. Lotto 1: 3.000€
2. Lotto 2: 6.500€
3. Lotto 3: 15.000€
4. Lotto 4: 1.700€
5. Lotto 5: 4.000€
La garanzia verrà restituita una volta scelti i soggetti vincitori.
1. Lotto 1: 120gg + 60gg per la consegna
2. Lotto2: 130gg + 90gg per la consegna
3. Lotto3: 240gg + 180gg per la consegna
4. Lotto4: 240gg + 180gg per la consegna
5. Lotto5: 20gg + 60gg per la consegna
Criteri finanziari
Capacità tecniche
Criteri di selezione
Criterio di aggiudicazione
Prezzo migliore
Scadenza per la
presentazione dell’appalto
25 Febbraio 2013
Ulteriori informazioni
***
Per ulteriori informazioni
contattare:
Eurodesk Unioncamere Lombardia - Bruxelles
[email protected]
tel: +32. 251.235.28
7
EURODESK BRUXELLES
PROGETTO TED
STEP 4: DOCUMENTAZIONE
ASSISTENZA
Una volta ricevuta l’informazione personalizzata e dopo aver manifestato il proprio interesse per la
partecipazione ad una gara d’appalto, l’impresa potrà rivolgersi a UCL per avere un check-up preliminare
sui requisiti finanziari richiesti per l’ammissibilità alla gara selezionata, che verrà effettuato da esperti
del settore. UCL inoltre potrà fornire, anche attraverso una linea diretta, una consulenza relativa alle
regole di partecipazione inerenti i bandi pubblicati, qualora i documenti fossero resi disponibili dall’ente
aggiudicatore. Qualora fosse necessario, UCL puo’ anche stabilire un contatto attivo con gli enti
appaltanti, per ottenere maggiori delucidazioni su particolari aspetti.
Documenti Appalto IPA-HR
(i documenti che seguono rappresentano un esempio fedele della documentazione
necessaria per la presentazione di un appalto internazionale. Nella fattispecie si riferiscono
ad un appalto finanziato con fondi IPA e con risorse nazionali della Repubblica di Croazia)
Lista dei contenuti
Supply procurement notice
Invitation to tender
Performance guarantee
Pre-financing guarantee
Tender guarantee
Annex I: general conditions
Annex II & III: technical conditions, specifications and offer
Instruction to tenderers
Evaluation grids
Tender form
Special conditions
Draft contracts
8
EURODESK BRUXELLES
PROGETTO TED
STEP 5: ISCRIZIONE E CLASSIFICAZIONE
ASSISTENZA
Oltre ai servizi di informazione e monitoraggio delle opportunità, il progetto TED prevede anche
una serie di servizi di assistenza per le imprese. L’obiettivo è quello di creare un percorso
completo, coordinando alcuni servizi già esistenti e in alcuni casi integrandoli. In questo
percorso si vuole coinvolgere i diversi attori, sia pubblici che privati, che possano dare un
sostegno concreto e sistematico alle imprese.
La prima azione prevista dal progetto è l’organizzazione di eventi di sensibilizzazione,
rispetto alle opportunità rappresentate dal mercato degli appalti europei, con un focus
particolare sui programmi indirizzati all’area balcanica. Essi verranno realizzati con il supporto
delle CCIAA del territorio, che avranno il compito di coinvolgere le imprese potenzialmente
interessate. Oltre ad una descrizione dei programmi esistenti e delle procedure di assegnazione
delle gare di appalto, gli eventi offriranno anche la possibilità per i partecipanti di potersi
iscrivere al servizio gratuito e, compilando i moduli ad hoc predisposti, di essere inseriti nel
database, sulla base del quale verranno forniti i servizi personalizzati.
CONTATTI DELL’AZIENDA PER LA PARTECIPAZIONE AL SERVIZIO TED
Azienda
Indirizzo
Telefono
Fax
Sito web
9
EURODESK BRUXELLES
PROGETTO TED
Titolare
Persona responsabile per il
servizio TED
Mail
Telefono
Conoscenze linguistiche
Esperienze utili nella gestione di
relazioni con clienti esteri
Presenza di un responsabile
estero / consulenti esterni per la
gestione dei rapporti con
l’estero
DATI GENERALI
Numero di dipendenti totale:
Dipendenti amministrativi:
Dipendenti impiegati nella
produzione:
Presenza di società controllate /
Partner commerciali
10
EURODESK BRUXELLES
PROGETTO TED
DATI FINANZIARI
Fatturato anno 2009
Fatturato anno 2010:
Fatturato anno 2011:
Fatturato anno 2012:
ESPERIENZE PREGRESSE NEL SETTORE APPALTI
Partecipazione passata ad appalti pubblici (se si di quale tipo, entità, in che settore e per che tipo di committente):
Partecipazione passata ad appalti internazionali (se si di quale tipo, entità,in che settore e per che tipo di
committente):
11
EURODESK BRUXELLES
PROGETTO TED
LIVELLO DI INTERNAZIONALIZZAZIONE
Percentuale della produzione
esportata (se possibile in
percentuale sul fatturato)
Paesi con i quali lavorate
attualmente
Paesi con cui avete lavorato
Partecipazione a Fiere/eventi
internazionali legati alla
produzione
12
EURODESK BRUXELLES
PROGETTO TED
STEP 6: CHECK UP REQUISITI FINANZIARI
ASSISTENZA
Oltre ai servizi di informazione e monitoraggio delle opportunità, il progetto TED prevede anche
una serie di servizi di assistenza per le imprese. L’obiettivo è quello di creare un percorso completo,
coordinando alcuni servizi già esistenti e in alcuni casi integrandoli. In questo percorso si vuole
coinvolgere i diversi attori, sia pubblici che privati, che possano dare un sostegno concreto e
sistematico alle imprese.
La prima azione prevista dal progetto è l’organizzazione di eventi di sensibilizzazione, rispetto alle
opportunità rappresentate dal mercato degli appalti europei, con un focus particolare sui programmi
indirizzati all’area balcanica. Essi verranno realizzati con il supporto delle CCIAA del territorio, che
avranno il compito di coinvolgere le imprese potenzialmente interessate. Oltre ad una descrizione dei
programmi esistenti e delle procedure di assegnazione delle gare di appalto, gli eventi offriranno anche
la possibilità per i partecipanti di potersi iscrivere al servizio gratuito e, compilando i moduli ad hoc
predisposti, di essere inseriti nel database, sulla base del quale verranno forniti i servizi personalizzati.
Una volta ricevuta l’informazione personalizzata e dopo aver manifestato il proprio interesse
per la partecipazione ad una gara d’appalto, l’impresa potrà rivolgersi a UCL per avere un
check-up preliminare sui requisiti finanziari richiesti per l’ammissibilità alla gara selezionata,
che verrà effettuato da esperti del settore. UCL inoltre potrà fornire, anche attraverso una
linea diretta, una consulenza relativa alle regole di partecipazione inerenti i bandi pubblicati,
qualora i documenti fossero resi disponibili dall’ente aggiudicatore. Qualora fosse necessario,
UCL puo’ anche stabilire un contatto attivo con gli enti appaltanti, per ottenere maggiori
delucidazioni su particolari aspetti.
Per quanto concerne il supporto tecnico destinato alla preparazione della manifestazione di
interesse e dell’offerta, il servizio potrebbe essere offerto a pagamento, e a discrezione
ovviamente dell’impresa, da società di consulenza esterne, con le quali si vorrebbero stipulare
accordi quadro, che prevedano tariffe agevolate. Si valuterà inoltre l’ipotesi di prevedere a
livello regionale una misura di sostegno specifica (voucher) per tale tipo di supporto. E’
prevista a tal fine la creazione di un registro di consulenti accreditati e convenzionati con UCL,
a cui le imprese potrebbero rivolgersi.
13
EURODESK BRUXELLES
PROGETTO TED
ALLEGATI
- Supply procurement notice
- Invitation to tender
- Performance guarantee
- Pre-financing guarantee
- Tender guarantee
- Annex I: general conditions
- Annex II & III: technical conditions, specifications and offer
- Instruction to tenderers
- Evaluation grids
- Tender form
- Draft contracts
14
EURODESK BRUXELLES
PROGETTO TED
SUPPLY PROCUREMENT NOTICE
Supply of necessary IT equipment and establishment of IT infrastructure for the
Integrated Land Administration System (ILAS)
Republic of Croatia
1. Publication reference
EuropeAid/133047/D/SUP/HR
2. Procedure
Open
3. Programme
IPA
4. Financing
National Programme for Croatia under the IPA – Transition Assistance and Institution Building
Component for 2010
5. Contracting authority
Central Finance and Contracting Agency
CONTRACT SPECIFICATIONS
6. Description of the contract
The purpose of the contract is:
Lot 1 – supply; delivery; unloading; installation, testing and start-up; training
Lot 2 – supply; delivery; unloading; pre-installation of computers (for item 1) and pre-installation
of laptops (for item 2)
Lot 3 – supply; delivery; unloading; installation (for all items except item 84 and 85)
Lot 4 – supply; delivery; unloading; installation (for all items except item 67 and 68); training
(for item 68)
Lot 5 – supply; delivery; unloading; installation, testing and start-up
After-sales service (for lot 1, lot 2, lot 4 - item 30 and lot 5)
7. Number and titles of lots
Lot 1: Storage system for SGA’s Data centre
Lot 2: IT equipment for Land Registry offices
Lot 3: IT and electricity infrastructure in the regional and local offices of SGA
15
EURODESK BRUXELLES
PROGETTO TED
Lot 4: Electricity generator system for SGA’s Data centre
Lot 5: Central system for digital archive
TERMS OF PARTICIPATION
8. Eligibility and rules of origin
Participation is open to all legal persons participating either individually or in a grouping
(consortium) of tenderers which are established in a Member State of the European Union or
in a country or territory of the regions covered and/or authorised by the specific instruments
applicable to the programme under which the contract is financed (see item 22 below). All
goods supplied under this contract must originate in one or more of these countries.
Participation is also open to international organisations. Participation of natural persons is
directly governed by the specific instruments applicable to the programme under which the
contract is financed.
9. Grounds for exclusion
Tenderers must submit a signed declaration, included in the Tender Form for a Supply
Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the
Practical Guide to contracts procedures for EU external actions.
Tenderers and, if they are legal entities, persons who have powers of representation, decisionmaking or control over them, are informed that, should they be in one of the situations
mentioned in:
-
Commission decision (2008/969/EC, Euratom) of 16 December 2008 on the Early
Warning System (EWS) for the use of authorising officers of the Commission and the
executive agencies (OJ, L 344, 20.12.2008, p. 125),
-
Commission Regulation (2008/1302/EC, Euratom) of 17 December 2008 on the central
Exclusion Database – CED (OJ, L 344, 20.12.2008, p.12),
their personal details (name, given name if natural person, address, legal form and name and
given name of the person with powers of representation, decision-making or control, if legal
person) may be registered in the EWS and CED, and communicated to the persons and
entities listed in the above-mentioned decision and regulation, in relation to the award or the
execution of a procurement contract or a grant agreement or decision.
10. Number of tenders
Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be
considered. Any tenderer may state in its tender that it would offer a discount in the event that
its tender is accepted for more than one lot. Tenderers may not submit 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:
Lot
Tender guarantee
3.000 €
Lot No.1
16
EURODESK BRUXELLES
PROGETTO TED
Lot No.2
6.500 €
Lot No.3
15.000 €
Lot No.4
1.700 €
Lot No.5
4.000 €
when submitting their 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 asked to provide a performance guarantee of 10% of the
amount of the contract at the signing of the contract. This guarantee must be provided
together with the return of the countersigned contract no later than 30 days after the tenderer
receives 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 cheapest compliant tender.
13. Information meeting and/or site visit
An optional information/clarification meeting for Lot 3 and Lot 4 for interested potential
tenderers will be held on 16 January 2013 at 10:00 Zagreb local time, at the premises of the
State Geodetic administration, Gruška 20, 10000 Zagreb. Contact person for the confirmation
of attendance at the meeting is Mr. Trpimir Rački, [email protected], tel: +385 1 6165
403, fax: +385 1 6165 484.
14. Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of
tenders.
15. Period of implementation of tasks
The implementation period will last:
Lot
Implementation period
Lot No.1
120 days
Lot No.2
130 days
Lot No.3
240 days
Lot No.4
240 days
Lot No.5
120 days
starting from day of issuance of Commencement Order and ending on the day of issuance of
the certificate of Provisional Acceptance. The implementation period will include delivery
period of:
Lot
Delivery period
17
EURODESK BRUXELLES
PROGETTO TED
Lot No.1
60 days
Lot No.2
90 days
Lot No.3
180 days
Lot No.4
180 days
Lot No.5
60 days
SELECTION AND AWARD CRITERIA
16. Selection criteria
The following selection criteria will be applied to tenderers. In the case of tenders submitted
by a consortium, these selection criteria will be applied to the consortium as a whole:
1)
Economic and financial capacity of tenderer (based on i.a. item 3 of the Tender Form for
a Supply Contract). In case of tenderer being a public body, equivalent information
should be provided.
(a) the annual turnover of the tenderer for the years 2009, 2010 and 20111 must be
at least two times of the submitted financial proposal2
(b) the cash and cash equivalents of the tenderer at the end of years 2009, 2010 and 2011
are positive
2)
Technical capacity of tenderer (based on i.a. items 5 and 6 of the Tender Form for a
Supply Contract)
(a) the tenderer has successfully completed at least one contract in the field related to this
contract (supply and installation of storage IT systems for lot 1 and/or supply of IT
equipment for lot 2 and/or supply, installation and mounting of IT infrastructure systems
for lot 3 and/or supply and assembling of an electricity generator system for lot 4 and/or
supply and installation of centralised server IT systems for lot 5) with the budget of at
least that of his financial proposal for this tender within the last three (3) years before the
deadline for submission of tenders, as indicated in point 19 of this Procurement Notice
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. Some examples of when it may not be considered appropriate by the Contracting
Authority are when the tender rely in majority on the capacities of other entities or when
they rely on key criteria. If the tender rely on other entities it must 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. Such entities, for instance the parent
1
Year 2009 is considered to be “two years before last year”, year 2010 is considered to be “year before last year”
and year 2011 is considered to be “last year”.
2
If the tenderer applies for more than one lot, the total offered price (meaning, the total sum of offered prices stated
in the tenderer’s declaration for all tendered lots) will be evaluated against the set annual turnover.
18
EURODESK BRUXELLES
PROGETTO TED
company of the economic operator, must respect the same rules of eligibility and notably
that of nationality, as the economic operator. Furthermore, the data for this third entity
for the relevant selection criterion should be included in the tender in a separate
document. Proof of the capacity will also have to be furnished when requested by the
Contracting Authority.
17. Award criteria
Price.
TENDERING
18. How to obtain the tender dossier
The tender dossier is available from the following Internet address:
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome.
The
tender dossier is also available from the Contracting Authority from the following address:
http://www.safu.hr. Tenders must be submitted using the standard Tender Form for a Supply
Contract 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 Central Finance
and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10 000 Zagreb, Croatia
(Središnja agencija za financiranje i ugovaranje programa i projekata EU, Ulica grada
Vukovara 284, objekt C, 10 000 Zagreb, Hrvatska), mail [email protected] or by fax:
+385 (0)1 4591 075 (mentioning the publication reference shown in item 1) at least 21 days
before the deadline for submission of tenders given in item 19. The Contracting Authority
must reply to all tenderers' questions at least 11 days before the deadline for submission of
tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the
latest 11 days before the submission deadline on the EuropeAid website at
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and on
the CFCA website at: http://www.safu.hr.
19. Deadline for submission of tenders
25 February 2013 at 10:00 Zagreb Local Time at the premises of Central Finance and
Contracting Agency, Ulica grada Vukovara 284, objekt C, 10 000 Zagreb, Croatia.
Any tender received after this deadline will not be considered.
20. Tender opening session
25 February 2013 at 12:00 Zagreb Local Time at the premises of Central Finance and
Contracting Agency, Ulica grada Vukovara 284, objekt C, 10 000 Zagreb, Croatia.
21. Language of the procedure
All written communications for this tender procedure and contract must be in English.
22. Legal basis
19
EURODESK BRUXELLES
PROGETTO TED
EC Council Regulation No 1085/2006 of 17 July 2006 establishing an Instrument for PreAccession Assistance (IPA).
20
EURODESK BRUXELLES
PROGETTO TED
REPUBLIC OF CROATIA
Central Finance and Contracting Agency
<Place and date>
Our ref.: EuropeAid/133047/D/SUP/HR
Dear Sirs,
SUBJECT: INVITATION TO TENDER FOR Supply of necessary IT equipment and establishment
of IT infrastructure for the Integrated Land Administration System (ILAS)
This is an invitation to tender for the above mentioned supply contract. Please find enclosed the following
documents, which constitute the tender dossier:
A.
INSTRUCTIONS TO TENDERERS
B.
DRAFT CONTRACT AND SPECIAL CONDITIONS, INCLUDING ANNEXES
DRAFT CONTRACT
SPECIAL CONDITIONS
C.
ANNEX I
GENERAL CONDITIONS
ANNEX II +III
TECHNICAL SPECIFICATIONS + TECHNICAL OFFER (TO BE TAILORED TO
THE SPECIFIC PROJECT)
ANNEX IV
BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)
ANNEX V
FORMS
FURTHER INFORMATION
ADMINISTRATIVE COMPLIANCE GRID
EVALUATION GRID
D.
TENDER FORM FOR A SUPPLY CONTRACT
For full information about procurement procedures please consult the Practical Guide to contract
procedures for EU external actions and its annexes, which can be downloaded from the following web
page: http://ec.europa.eu/europeaid/work/procedures/index_en.htm.
We look forward to receiving your tender and the accompanying tender guarantee before the submission
deadline at the address specified in the documents.
Yours sincerely,
Director of the CFCA
Programme Authorising Officer
Nataša
Mikuš Žigman
21
EURODESK BRUXELLES
PROGETTO TED
ANNEX V.1: MODEL PERFORMANCE GUARANTEE
<To be completed on paper bearing the letterhead of the financial institution >
For the attention of
Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C,
10000 Zagreb, Croatia
refered to below as the “Contracting Authority”
Subject: Guarantee No…
Performance Guarantee for the full and proper execution of contract 2010-02-23-0103; Supply of
necessary IT equipment and establishment of IT infrastructure for the Integrated Land
Administration System (ILAS) (please quote number and title in all correspondence)
We the undersigned, <name and address of financial institution>, hereby irrevocably declare
that we guarantee as primary obligor, and not merely as a surety on behalf of <Contractor's
name and address>, hereinafter referred to as “the Contractor”, payment to the Contracting
Authority of <amount of the performance guarantee, 10 % of the contract value>, representing
the performance guarantee mentioned in Article 11 of the Special Conditions of the contract
2010-02-23-0103; Supply of necessary IT equipment and establishment of IT infrastructure for
the Integrated Land Administration System (ILAS) concluded between the Contractor and the
Contracting Authority, hereinafter referred to as “the Contract”.
Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim
(sent by registered letter with confirmation of receipt) stating that the Contractor has failed to perform its contractual
obligations fully and properly and that the Contract has been terminated. We shall not delay the payment, nor shall
we oppose it for any reason whatsoever. We shall inform you in writing as soon as payment has been made.We
accept notably that no amendment to the terms of the Contract can release us from our obligation under this
guarantee. We waive the right to be informed of any change, addition or amendment to the Contract.
We note that the guarantee will be released within 45 days of the issue of the final acceptance certificate.
Any request to pay under the terms of the guarantee must be countersigned by the Head of Delegation of the
European Union. In case of a temporary substitution of the Contracting authority by the Commission, any request
for payment of the guarantee will only bear the signature of the representative of the Commission, whether the Head
of Delegation concerned, or the authorised person at Headquarters level. The law applicable to this guarantee shall
be that of <country of the Contracting Authority / country in which the financial institution issuing the guarantee is
established>. Any dispute arising out of or in connection with this guarantee shall be referred to the Commercial
Court in Zagreb, Amruševa 2, 10 000 Zagreb, Republic of Croatia.
This guarantee shall enter into force and take effect upon its signature.
Name: ……………………………Position: …………………
3
Signature: ……………..
3
The name(s) and position(s) of the persons signing on behalf of the guarantor must be shown in printed characters.
Date: <Date>
22
EURODESK BRUXELLES
PROGETTO TED
ANNEX V.3: PRE-FINANCING GUARANTEE FORM
<To be completed on paper bearing the letterhead of the financial institution >
Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C,
10000 Zagreb, Croatia
referred to below as the “Contracting Authority”
Subject: Guarantee No…
Financing Guarantee for the repayment of pre-financing payable under contract 2010-02-23-0103; Supply
of necessary IT equipment and establishment of IT infrastructure for the Integrated Land Administration
System (ILAS) (please quote number and title in all correspondence)
We, the undersigned, <name, and address of financial institution>, hereby irrevocably declare that
we guarantee as primary obligor, and not merely as surety on behalf of <Contractor's name and
address>, hereinafter referred to as “the Contractor”, the payment to the Contracting Authority of
<indicate the amount of the pre-financing>, corresponding to the pre-financing as mentioned in
Article 26.1 of the Special Conditions of the contract 2010-02-23-0103; Supply of necessary IT
equipment and establishment of IT infrastructure for the Integrated Land Administration System
(ILAS) concluded between the Contractor and the Contracting Authority, hereinafter referred to as
“the Contract”.
Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim
(sent by registered letter with confirmation or receipt) stating that the Contractor has not repaid the pre-financing on
request or that the Contract has been terminated. We shall not delay the payment, nor shall we oppose it for any
reason whatsoever. We shall inform you in writing as soon as payment has been made. We accept notably that no
amendment to the terms of the Contract can release us from our obligation under this guarantee. We waive the right
to be informed of any change, addition or amendment of the Contract. We note that the guarantee will be released 45
days at the latest after the provisional acceptance of the goods [and in any case at the latest on (at the expiry of 18
months after the implementation period of the Contract)] 4.
Any request to pay under the terms of the guarantee must be countersigned by the Head of Delegation of the
European Union. In case of a temporary substitution of the Contracting Authority by the Commission, any request to
pay will only be signed by the representative of the Commission, namely whether the Head of Delegation, or the
authorised person at headquarters' level. The law applicable to this guarantee shall be that of <country of the
Contracting Authority /country in which the financial institution issuing the guarantee is established>. Any dispute
arising out of or in connection with this guarantee shall be referred to the Commercial Court in Zagreb, Amruševa 2,
10 000 Zagreb, Republic of Croatia.
The guarantee will enter into force and take effect on receipt of the pre-financing payment in the account designated
by the Contractor to receive payments.
Name: …………………………… Position: …………………
Signature: ……………..
5
Date: <Date>
4
This mention has to be inserted only where required, for example where the law applicable to the guarantee
imposes a precise expiry date
5
The name(s) and position(s) of the persons signing on behalf of the guarantor must be shown in printed characters.
23
EURODESK BRUXELLES
PROGETTO TED
TENDER GUARANTEE FORM
Specimen tender guarantee
< To be completed on paper bearing the letterhead of the financial institution >
For the attention of Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10000
Zagreb, Croatia
referred to below as the “Contracting Authority”
<Date>
Title of contract: Supply of necessary IT equipment and establishment of IT infrastructure for the
Integrated Land Administration System (ILAS)
Identification number: EuropeAid/133047/D/SUP/HR
We, the undersigned, <name and address of financial institution>, hereby irrevocably declare
that we will guarantee as primary obligor, and not merely as a surety on behalf of <Tenderer's
name and address> the payment to the Contracting Authority of 3.000 € for Lot 1, 6.500 € for
Lot 2, 15.000 € for Lot 3, 1.700 € for Lot 4 and 4.000 € for Lot 5, this amount representing the
guarantee referred to in article 11 of the Procurement Notice.
Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim
(sent by registered letter with confirmation of receipt) if the Tenderer does not fulfil all obligations stated in its
tender. We shall not delay the payment, nor shall we oppose it for any reason whatsoever. We shall inform you in
writing as soon as payment has been made.
We note that the guarantee will be released at the latest within 45 days of the expiry of the tender validity period,
including any extensions, in accordance with Article 8 of the Instructions to Tenderers [and in any case at the latest
on (1 year after the deadline for submission of tenders)] 6.
The law applicable to this guarantee shall be that of <country of the Contracting Authority/country in which the
financial institution issuing the guarantee is established>. Any dispute arising out of or in connection with this
guarantee shall be referred to the Commercial Court in Zagreb, Amruševa 2, 10 000 Zagreb, Republic of Croatia.
The guarantee will enter into force and take effect from the submission deadline of the tender.
Name: …………………………… Position: …………………
Signature: ……………..
Date:
6
This mention has to be inserted only where required, for example where the law applicable to the guarantee
imposes a precise expiry date
24
EURODESK BRUXELLES
PROGETTO TED
ANNEX I: GENERAL CONDITIONS (SUMMARY)
FOR SUPPLY CONTRACTS FINANCED BY THE EUROPEAN UNION OR BY THE
EUROPEAN DEVELOPMENT FUND
CONTENT
PRELIMINARY
PROVISIONS..............................................................................................................................1
Article definitions.........................................................................................................................1
Article 2 Law and language of the contract...........................................................................................1
Article 3 Order of precedence of contract documents .............................................................................1
Article 4
Communications...........................................................................................................................2
Article 5
Assignment.................................................................................................................................2
Article 6
Subcontracting.............................................................................................................................3
OBLIGATIONS OF THE CONTRACTING AUTHORITY......................................................................3
Article 7 Supply of documents..........................................................................................................3
Article 8 Assistance with local regulations............................................................................................4
OBBLIGATIONS OF THE CONTRACTOR........................................................................................4
Article 9 General Obligations...........................................................................................................4
Article 10 Origin .........................................................................................................................5
Article 11 Performance guarantee......................................................................................................6
Article 12 Insurance.......................................................................................................................6
Article 13 Programme of implementation of the tasks..............................................................................7
Article 14 Contractor's drawings.......................................................................................................7
Article 15 Sufficiency of tender prices.................................................................................................8
Article 16 Tax and customs arrangements............................................................................................9
25
EURODESK BRUXELLES
PROGETTO TED
Article 17 Patents and licences.........................................................................................................9
COMMENCEMENT OF IMPLEMENTATION OF THE TASKS AND DELAYS...........................................9
Article 18 Commencement order ....................................................................................................9
Article 19 Period of implementation of the tasks..................................................................................9
Article 20 Extension of period of implementation of the tasks .................................................................9
Article 21 Delays in implementation of the tasks.................................................................................10
Article 22 Variations...................................................................................................................10
Article 23 Suspension..................................................................................................................10
MATERIALS AND WORKMANSHIP .............................................................................................13
Article 24 Quality of supplies.........................................................................................................13
Article 25 Inspection and testing......................................................................................................13
PAYMENTS..............................................................................................................................14
Article 26 General principles.........................................................................................................14
Article 27 Payment to third parties..................................................................................................16
Article 28 Delayed payments .........................................................................................................16
ACCEPTANCE AND MAINTENANCE...........................................................................................17
Article 29 Delivery......................................................................................................................17
Article 30 Verification operations....................................................................................................17
Article 31 Provisional acceptance ...................................................................................................18
Article 32 Warranty obligations......................................................................................................19
Article 33 After-sales service..........................................................................................................20
Article 34 Final acceptance............................................................................................................20
BREACH OF CONTRACT AND TERMINATION..............................................................................21
Article 35 Breach of contract .........................................................................................................21
Article 36 Termination by the Contracting Authority ...........................................................................21
Article 37 Termination by the Contractor ..........................................................................................22
26
EURODESK BRUXELLES
PROGETTO TED
Article 38 Force majeure...............................................................................................................23
Article 39 Decease ......................................................................................................................24
DISPUTE
SETTLEMENT...........................................................................................................................24
Article 40 Dispute settlement.........................................................................................................24
ETHICS
CLAUSES.................................................................................................................................24
Article 41 Ethics clauses ...............................................................................................................25
Article 42 Administrative and financial penalties ..................................................................................26
Article 43 Checks and audits by European Union bodies....................................................................26
27
EURODESK BRUXELLES
PROGETTO TED
ANNEX II + III :
TECHNICAL SPECIFICATIONS + TECHNICAL OFFER – Part I
Contract title : Supply of necessary IT equipment and establishment of IT infrastructure for the Integrated Land Administration System
(ILAS)
Publication reference : EuropeAid/133047/D/SUP/HR
p 1 / 138
Column 1-2 should be completed by the Contracting Authority
Column 3-4 should be completed by the tenderer
Column 5 is reserved for the evaluation committee
Annex III - the Contractor's technical offer
The tenderers are requested to complete the template on the next pages:
Column 2 is completed by the Contracting Authority shows the required specifications (not to be modified by the tenderer),
Column 3 is to be filled in by the tenderer and must detail what is offered (for example the words “compliant” or “yes” are not sufficient)
Column 4 allows the tenderer to make comments on its proposed supply and to make eventual references to the documentation
The eventual documentation supplied should clearly indicate (highlight, mark) the models offered and the options included, if any, so that the
evaluators can see the exact configuration. Offers that do not permit to identify precisely the models and the specifications may be rejected by
the evaluation committee.
The offer must be clear enough to allow the evaluators to make an easy comparison between the requested specifications and the offered specifications.
Unless otherwise specified, the requirements in these Technical Specifications are presented as a minimum standard which the offered goods
must meet.
LOT 1 – Storage system for SGA’s Data centre
28
EURODESK BRUXELLES
PROGETTO TED
29
EURODESK BRUXELLES
PROGETTO TED
30
EURODESK BRUXELLES
PROGETTO TED
31
EURODESK BRUXELLES
PROGETTO TED
32
EURODESK BRUXELLES
PROGETTO TED
After-sales services for LOT 1
33
EURODESK BRUXELLES
PROGETTO TED
ANNEX II + III :
TECHNICAL SPECIFICATIONS + TECHNICAL OFFER – Part II
34
EURODESK BRUXELLES
PROGETTO TED
A.
INSTRUCTIONS TO TENDERERS
PUBLICATION REF.: EuropeAid/133047/D/SUP/HR
In submitting a tender, the tenderer accepts in full and without restriction the special and general
conditions governing the contract as the sole basis of this tendering procedure, whatever its own
conditions of sale may be, which it hereby waives. Tenderers are expected to examine carefully and
comply with all instructions, forms, contract provisions and specifications contained in this tender
dossier. Failure to submit a tender containing all the required information and documentation
within the deadline specified will lead to the rejection of the tender. No account can be taken of any
reservation in the tender as regards the tender dossier; any reservation may result in the immediate
rejection of the tender without further evaluation.
These Instructions set out the rules for the submission, selection and implementation of contracts
financed under this call for tenders, in conformity with the provisions of the Practical Guide to
contract procedures for EU external actions, which is applicable to the present call (available on the
Internet at this address:
http://ec.europa.eu/europeaid/work/procedures/index_en.htm).
Supplies to be provided
1.1
The subject of the contract is:
Lot 1 – supply; delivery; unloading; installation, testing and start-up; training
Lot 2 – supply; delivery; unloading; pre-installation of computers (for item 1) and pre-installation
of laptops (for item 2)
Lot 3 – supply; delivery; unloading; installation (for all items except item 84 and 85)
Lot 4 – supply; delivery; unloading; installation (for all items except item 67 and 68); training
(for item 68)
Lot 5 – supply; delivery; unloading; installation, testing and start-up
After-sales service (for lot 1, lot 2, lot 4 - item 30 and lot 5)
by the Contractor of the following goods:
Lot 1:
Item
1
Lot 2:
Item
1
2
3
Lot 3:
Storage system for SGA’s Data centre
Description
Quantity
Storage system
1
IT equipment for Land Registry offices
Description
Quantity
Desktop PC
450
Laptop
20
Laser Printer
220
IT and electricity infrastructure in the regional and local offices of SGA
35
EURODESK BRUXELLES
PROGETTO TED
Item
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Description
Quantity
Free standing communication distributor Type 1
28
Free standing communication distributor Type 2
1
Component shelf for communication distributor
58
Horizontal cable management panel (routing clips) for
171
communication distributor
Vertical cable distribution elements (metal rings) for communication
28
distributor
(10 pcs)
Power socket strip for communication distributor
29
Metal cable trunking with cover and tray joints Type 1
626m
Metal cable trunking with cover and tray joints Type 2
1550m
PVC duct with cover
1108m
Telecommunication cable
69343m
Telephone cable
1130m
Telecommunication outlet
993
Shielded connector
66
Patch panel
101
ISDN/TEL patch panel
28
Back mount frame 2/10 for telephone dividing reglets
28
Dividing reglets
56
Distribution box for telephone dividing reglets
28
Overvoltage protection magazine
56
Overvoltage arrester
1120
Distribution cabinet
35
Digital multimeter
28
Current transformer Type 1
78
Current transformer Type 2
3
Current transformer Type 3
3
Differential protection module Type 1
12
Differential protection module Type 2
23
Protection switch Type 1
1367
Protection switch Type 2
279
Protection switch Type 3
22
Fixed surge suppresser
35
Protective switch Type 1
28
Protective switch Type 2
2
Protective switch Type 3
27
Protective switch Type 4
38
Protective switch Type 5
5
Protective switch Type 6
2
36
EURODESK BRUXELLES
PROGETTO TED
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
Protective switch Type 7
MX shunt release
Single Schuko socket set for in wall mounting
Double Schuko socket set for in wall mounting
Triple Schuko socket set for in wall mounting
Triple Schuko socket set for connection in cable trunking
Single Schuko socket set for connection in cable trunking
Lamp set Type 1
Lamp set Type 2
Lamp set Type 3
Lamp set Type 4
Lamp set Type 5
Lightning equipment set Type 1
Lightning equipment set Type 2
Lightning equipment set Type 3
Lightning equipment set Type 4
Lightning equipment set Type 5
Lightning equipment set Type 6
Evacuation lighting lamps set
Lighting switch set for in wall assembly Type 1
Lighting switch set for in wall assembly Type 2
Lighting switch set for in wall assembly Type 3
Lighting switch set for in wall assembly Type 4
Installation switch
Junction box for on wall assembly
Flame retardant rigid pipe
Flexible tube Type 1
Flexible tube Type 2
Flexible tube Type 3
Flexible tube Type 4
Power supply cable Type 1
Power supply cable Type 2
Power supply cable Type 3
Power supply cable Type 4
Power supply cable Type 5
Power supply cable Type 6
Power supply cable Type 7 – main distribution cable
Power supply cable Type 8 – main distribution cable
Power supply cable Type 9 – main distribution cable
Power supply cable Type 10 – main distribution cable
37
3
34
907
12
420
679
276
731
48
7
254
24
10
51
1
5
11
37
68
283
66
6
221
23
31
1540m
1010m
9515m
2640m
6675m
15050m
800m
80m
200m
1110m
31890m
930m
160m
60m
30m
EURODESK BRUXELLES
PROGETTO TED
Power supply cable Type 11 – main distribution cable
78
Power supply cable Type 12 – main distribution cable
79
Cable for potential equalization Type 1
80
Cable for potential equalization Type 2
81
Push-button for remote voltage disconnection
82
Box for equipotential bonding
83
Documentation
84
Services
85
Lot 4: Electricity generator system for SGA’s Data centre
Item
Description
Modular distribution board set for the aggregate station
1
Main switch for the aggregate station
2
Miniature circuit breaker Type 1
3
Miniature circuit breaker Type 2
4
Miniature circuit breaker Type 3
5
Miniature circuit breaker Type 4
6
Miniature circuit breaker Type 5
7
Flush-mounting socket with safety shutters
8
Industrial flush-mounting socket Type 1
9
Industrial flush-mounting socket Type 2
10
Cable tray set Type 1
11
Horizontal corner element 90° set Type 1
12
Rising elbow vertical corner element 90° Type 1
13
Cable tray set Type 2
14
Ceiling tray brackets
15
Fe/Zn band
16
Cable for potential equalization
17
Power supply cable Type 1
18
Power supply cable Type 2
19
Signal and control twisted-pair cable
20
Power supply cable Type 3
21
Power supply cable Type 4
22
Power supply cable Type 5
23
Flexible self-extinguishing PVC tube set
24
Emergency power off (EPO) with protective glass
25
Lighting switch set for on wall assembly
26
Surface mounting junction box
27
Weatherproof fluorescent light fixture set
28
Emergency lamp
29
Diesel generator set
30
38
140m
30m
4420m
6160m
29
28
1set
1set
Quantity
1set
1
2
1
3
1
1
1
1
1
38
1
2
7m
36
20m
25m
360m
40m
45m
10m
10m
20m
20m
1
1
2
4
1
1
EURODESK BRUXELLES
PROGETTO TED
Window set
31
Double-winged fire rated metal door
32
Interior single-winged wooden door
33
Fire rated wall
34
Installation lining of the basement wall
35
Installation lining of the data centre wall
36
Installation shaft
37
Lowered ceiling
38
Sound absorbing panel of the wall of the data centre
39
Wooden floor skirting
40
PVC floor skirting
41
Optical interactive fire detector set
42
Interactive manual call point set
43
Input-output module set
44
Fire alarm siren set
45
Fire alarm blinker set
46
Fire alarm cable
47
Cable hollow tile Type 1
48
Cable hollow tile Type 2
49
Alphanumeric LCD keyboard
50
Movement detector
51
Water/liquid detector
52
Magnetic contact
53
Indoor siren
54
Alarm cable Type 1
55
Signal cable Type 1
56
Removable fire barrier Type 1
57
Fire barrier Type 2
58
Fire barrier Type 3
59
Flexible tube Type 1
60
Perforated cable tray set
61
PVC duct with cover
62
Telecommunication cable
63
Telecommunication outlet
64
Horizontal cable manager
65
Patch panel
66
Documentation
67
Services
68
Lot 5: Central system for digital archive
Item
Description
39
1
1
1
25m2
3m2
18m2
6m
27m2
7m2
6m
15m
2set
2set
2set
2set
2set
180m
10m
10m
1
1
1set
2
1
180m
120m
4
4
2
38m
38m
15m
264m
2
1
1
1
1
Quantity
EURODESK BRUXELLES
PROGETTO TED
1
2
3
4
Server
Storage system
Backup system
SAN Switch
6
1
1
2
After-sales services
Commercial warranty (for
lot 1, lot 2, lot 4 – item 30
and lot 5)
2 years (after the end of 1 year standard warranty) in
accordance with the conditions laid down in Article
32 of the General Conditions and Article 33 of the
Special Conditions.
Software updates (for lot
1, lot 2 and lot 5)
Software Updates and Upgrades included during
three years period after provisional acceptance (one
year of warranty period and two years of
commercial warranty).During one year of warranty
period and two years of commercial warranty the
supplier is obliged to provide the end-user with free
of charge new versions of BIOS, firmware, drivers
and patches for software.
in 5 lots at places of delivery as specified in ANNEX II + III: Technical Specifications + Technical
Offer– Part II (Delivery list), and the Incoterm applicable shall be DDP7. The implementation
period will last:
Lot
Implementation period
Lot No.1
120 days
Lot No.2
130 days
Lot No.3
240 days
Lot No.4
240 days
Lot No.5
120 days
starting from the day of issuance of Commencement Order and ending on the day of issuance of the
certificate of Provisional Acceptance. The implementation period will include delivery period of:
Lot
7
Delivery period
Lot No.1
60 days
Lot No.2
90 days
DDP (Delivered Duty Paid) - Incoterms 2010 International Chamber of Commerce
http://www.iccwbo.org/incoterms/
40
EURODESK BRUXELLES
PROGETTO TED
Lot No.3
180 days
Lot No.4
180 days
Lot No.5
60 days
1.2
The supplies must comply fully with the technical specifications set out in the tender dossier
(technical annex) and conform in all respects with the drawings, quantities, models, samples,
measurements and other instructions.
1.3
Tenderers are not authorised to tender for a variant in addition to the present tender.
Timetable
DATE
TIME*
Clarification meeting / site visit (if any)
16 January 2013
10:00
Deadline for request for any clarifications
from the Contracting Authority
04 February 2013
15:00
Last date on which clarifications are issued
by the Contracting Authority
14 February 2013
-
Deadline for submission of tenders
25 February 2013
10:00
Tender opening session
25 February 2013
12:00
Notification of award to the successful March 2013
tenderer
-
Signature of the contract
-
April 2013
* All times are in the time zone of the country of the Contracting Authority
Provisional date
3
Participation
3.1
Participation in tendering is open to all legal persons participating either individually or in a
grouping (consortium) or tenderers which are established in a the Member State of the European
Union or in a country or territory of the regions covered and/or authorised by the specific
instruments applicable to the IPA programme under which the contract is financed. All works,
supplies and services must originate in one or more of these countries. The participation is also
open to international organisations. The participation of natural persons is directly governed by the
specific instruments applicable to the programme under which the contract is financed.
3.2
These terms refer to all nationals of the said states and to all legal entities, companies or
partnerships constituted under, and governed by, the civil, commercial or public law of such states
and having their statutory office, central administration or principal place of business there. A legal
41
EURODESK BRUXELLES
PROGETTO TED
entity, company or partnership having only its statutory office there must be engaged in an activity
which has an effective and continuous link with the economy of the state concerned.
3.3
These rules apply to:
a) tenderers
b) members of a consortium
c) any subcontractors.
3.4
Natural persons, companies or undertakings falling into a situation set out in section 2.3.3 of the
Practical Guide to contract procedures for EU external actions are excluded from participation in
and the award of contracts. Tenderers must provide declarations to the effect that they are not in
any of these exclusion situations. The declarations must cover all the members of a joint
venture/consortium. Tenderers who have been guilty of making false declarations may also incur
financial penalties and exclusion in accordance with section 2.3.4 of the Practical Guide.
The exclusion situation referred to above also applies to any subcontractor. Whenever requested by
the Contracting Authority, the tenderer/contractor shall submit a declaration from the intended
subcontractor that it is not in one of the exclusion situations. In case of doubt on this declaration of
honour, the Contracting Authority shall request documentary evidence that the sub-contractor is not
in a situation of exclusion.
3.5
To be eligible for participation in this tender procedure, tenderers must prove to the satisfaction of
the Contracting Authority that they comply with the necessary legal, technical and financial 8
requirements and have the means to carry out the contract effectively.
3.6
If the offer includes subcontracting, it is recommended that the contractual arrangements between
the tenderer and its subcontractors include mediation, according to national and international
practices, as a method of dispute resolution.
4
Origin
4.1
Unless otherwise provided in the contract all goods purchased must originate in a Member State of
the European Union or a country covered by the IPA programme. For these purposes, "origin"
means the place where the goods are mined, grown, produced or manufactured and/or from which
services are provided. The origin of the goods must be determined according to the EU Customs
Code or to the relevant international agreement applicable.
4.2
When submitting its tender, the tenderer must state expressly that all the goods meet the
requirements concerning origin and must state the countries of origin. It may be asked to provide
additional information in this connection.
Type of contract
Hybrid for Lot 1, Lot 2, Lot 4 and Lot 5
Unit-price for Lot 3
Currency
Tenders must be presented in euro9.
8
If the tenderer applies for more than one lot, the total offered price (meaning, the total sum of offered prices stated
in the tenderer’s declaration for all tendered lots) will be evaluated against the set annual turnover.
9
The currency of tender shall be the currency of the contract and of payment.
42
EURODESK BRUXELLES
PROGETTO TED
Lots
7.1
The tenderer may submit a tender for one lot, several or all of the lots.
7.2
Each lot will form a separate contract and the quantities indicated for different lots will be
indivisible. The tenderer must offer the whole of the quantity or quantities indicated for each lot.
Under no circumstances must tenders for part of the quantities required be taken into
consideration. If the tenderer is awarded more than one lot, a single contract may be concluded
covering all those lots.
7.3
A tenderer may include in its tender the overall discount it would grant in the event of some or all
of the lots for which it has submitted a tender being awarded. The discount should be clearly
indicated for each lot in such a way that it can be announced during the public tender opening
session.
7.4
Contracts will be awarded lot by lot, but the Contracting Authority may select the most
favourable overall solution after taking account of any discounts offered.
1. Period of validity
8.1
Tenderers shall be bound by their tenders for a period of 90 days from the deadline for the
submission of tenders.
8.2
In exceptional cases and prior to the expiry of the original tender validity period, the Contracting
Authority may ask tenderers in writing to extend this period by 40 days. Such requests and the
responses to them must be made in writing. Tenderers that agree to do so will not be permitted to
modify their tenders and they are bound to extend the validity of their tender guarantees for the
revised period of validity of the tender. If they refuse, without forfeiture of their tender guarantees,
their participation in the tender procedure will be terminated.
8.3
The successful tenderer will be bound by its tender for a further period of 60 days. The further
period is added to the validity period irrespective of the date of notification.
Language of offers
9.1
The offers, all correspondence and documents related to the tender exchanged by the tenderer and
the Contracting Authority must be written in the language of the procedure which is English.
If the supporting documents are not written in one of the official languages of the European Union,
a translation into the language of the call for tender must be attached. Where the documents are in
an official language of the European Union other than the one of the procedure, it is however
strongly recommended to provide a translation into the language of the call for tenders, in order to
facilitate the evaluation of the documents.
Submission of tenders
10.1 Tenders must be received before the deadline specified in 10.3. They must include all the
documents specified in point 11 of these Instructions and be sent to the following address:
Central Finance and Contracting Agency
(Središnja agencija za financiranje i ugovaranje programa i projekata EU)
Ulica grada Vukovara 284, objekt C
10000 Zagreb
43
EURODESK BRUXELLES
PROGETTO TED
Croatia
If the tenders are hand delivered they should be delivered to the following address:
Central Finance and Contracting Agency
(Središnja agencija za financiranje i ugovaranje programa i projekata EU)
Ulica grada Vukovara 284, objekt C
10000 Zagreb
Croatia
Opening hours: Mon. – Fri.
08:00 – 16:30 (except on the deadline for submission of tenders)
Tenders must comply with the following conditions:
10.2 All tenders must be submitted in one original, marked “original”, and 3 copies signed in the same
way as the original and marked “copy”.
10.3 All tenders must be received at Central Finance and Contracting Agency, Ulica grada Vukovara
284, objekt C, 10000 Zagreb, Croatia before the deadline date and time, 25 February 2013 at 10:00
Zagreb Local Time, by registered letter with acknowledgement of receipt or hand-delivered against
receipt signed by registration officer or its representative.
10.4 All tenders, including annexes and all supporting documents, must be submitted in a sealed
envelope bearing only:
a)
the above address;
b)
the reference code of this tender procedure, (i.e., EuropeAid/133047/D/SUP/HR);
c)
where applicable, the number of the lot(s) tendered for;
d)
the words “Not to be opened before the tender opening session” in the language of the tender
dossier and “Ne otvarati prije sastanka za otvaranje ponuda”.
e)
the name of the tenderer.
The technical and financial offers must be placed together in a sealed envelope. The envelope
should then be placed in another single sealed envelope/package, unless their volume requires a
separate submission for each lot.
Content of tenders
All tenders submitted must comply with the requirements in the tender dossier and comprise:
Part 1: Technical offer:
a detailed description of the supplies tendered in conformity with the technical
specifications, including, as applicable, supply (for all lots), delivery (for all lots), unloading
(for all lots), installation, testing and start-up (for lot 1), pre-installation of computers (for
lot 2 - item 1) and pre-installation of laptops (for lot 2 - item 2), installation (for lot 3 – all
items except item 84 and item 85), installation (for lot 4 - all items except item 67 and item
68), installation, testing and start-up (for lot 5), training (for lot 1 and for lot 4 - item 68)
and any documentation required as well as:
44
EURODESK BRUXELLES
PROGETTO TED
o
an offer for commercial warranty (for lot 1, lot 2, lot 4 - item 30 and lot 5) over 2 years
(after the end of 1 year standard warranty), including detailed description of the
organisation of the proposed service as specified in Annex II: Technical Specifications;
o
an offer for software updates (for lot 1, lot 2 and lot 5) over 3 years (during 1 year
standard warranty and 2 years of commercial warranty), including detailed description of
the organisation of the proposed service as specified in Annex II: Technical
Specifications;
The technical offer should be presented as per template (annex II+III*, the contractor’s
technical offer) completed when and if necessary by separate sheets for details.
Part 2: Financial offer:
A financial offer calculated on a basis of DDP10 for the supplies tendered (including, as
applicable, supply (for all lots), delivery (for all lots), unloading (for all lots), installation,
testing and start-up (for lot 1), pre-installation of computers (for lot 2 - item 1) and preinstallation of laptops (for lot 2 - item 2), installation (for lot 3 – all items except item 84
and item 85), installation (for lot 4 - all items except item 67 and item 68), installation,
testing and start-up (for lot 5), training (for lot 1 and for lot 4 - item 68) as well as:
o
financial offer for a commercial warranty (for lot 1, lot 2, lot 4 - item 30 and lot 5) over 2
years;
o
financial offer for software updates (for lot 1, lot 2 and lot 5) over 3 years during
warranty period and commercial warranty period;
This financial offer should be presented as per template (annex IV*, budget breakdown), and if
necessary completed by separate sheets for the details.
An electronic version of the financial offer
Part 3: Documentation:
To be supplied following templates in annex*:
The tender guarantee, for:
Lot
Lot No.1
Tender guarantee
3.000 €
Lot No.2
6.500 €
Lot No.3
15.000 €
Lot No.4
1.700 €
Lot No.5
4.000 €
10
DDP (delivered duty paid) - Incoterms 2010 International Chamber of Commerce http://www.iccwbo.org/incoterms/
45
EURODESK BRUXELLES
PROGETTO TED
The “Tender Form for a Supply Contract”, duly completed, which includes the tenderer’s
declaration, point 7, (from each member if a consortium):
The details of the bank account into which payments should be made (financial identification
form) (Where the tenderer has already signed another contract with the CFCU/CFCA, it may
provide instead of the financial identification form either its financial identification form
number or a copy of the financial identification form provided on that occasion, unless a
change occurred in the meantime.)
The legal entity file and the supporting documents (Where the tenderer has already signed
another contract with the CFCU/CFCA, it may provide instead of the legal entity sheet and
its supporting documents either its legal entity number or a copy of the legal entity sheet
provided on that occasion, unless a change in its legal status occurred in the meantime.)
To be supplied on free formats:
A statement by the tenderer attesting the origin of the supplies tendered (or other proofs of
origin).
Duly authorised signature: an official document (statutes, power of attorney, notary statement,
etc.) proving that the person who signs on behalf of the company/joint venture/consortium is
duly authorised to do so.
Remarks:
Tenderers are requested to follow this order of presentation.
Annex* refers to templates attached to the tender dossier. These templates are also available on:
http://ec.europa.eu/europeaid/work/procedures/index_en.htm
Taxes and other charges
The applicable tax and customs arrangements are the following:
The European Commission and The Republic of Croatia have agreed in Framework Agreement dated 27
August 2007 to fully exonerate the following taxes: taxes (including VAT), customs duties, import duties
or fiscal charges having equivalent effect in the case of the import of goods under a Community financed
contract.
Additional information before the deadline for submission of tenders
The tender dossier should be clear enough to preclude the need for tenderers to request additional
information during the procedure. If the Contracting Authority, either on its own initiative or in response
to a request from a prospective tenderer, provides additional information on the tender dossier, it must
send such information in writing to all other prospective tenderers at the same time.
Tenderers may submit questions in writing to the following address up to 21 days before the deadline for
submission of tenders, specifying the publication reference and the contract title:
Contact name: Dalibor Rogan, Project Manager
Address: Central Finance and Contracting Agency
(Središnja agencija za financiranje i ugovaranje programa i projekata EU)
Ulica grada Vukovara 284, objekt C
10000 Zagreb
Croatia
Fax: +385 1 4591 075
46
EURODESK BRUXELLES
PROGETTO TED
e-mail: [email protected]
The Contracting Authority has no obligation to provide clarifications after this date.
Any clarification of the tender dossier will be published on the EuropeAid website at
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and CFCA website
at http://www.safu.hr at the latest 11 days before the deadline for submission of tenders.
Any prospective tenderers seeking to arrange individual meetings with either the Contracting Authority
and/or the European Commission during the tender period may be excluded from the tender procedure.
Clarification meeting / site visit
4.1
An optional information/clarification meeting for Lot 3 and Lot 4 for interested potential tenderers
will be held on 16 January 2013 at 10:00 Zagreb local time, at the premises of the State Geodetic
administration, Gruška 20, 10000 Zagreb. Contact person for the confirmation of attendance at the
meeting is Mr. Trpimir Rački, [email protected], tel: +385 1 6165 403, fax: +385 1 6165 484.
An information/clarification meeting will be held to answer any questions on the tender dossier
which have been forwarded in writing or are raised at the meeting. Minutes will be taken during the
meeting and these will be published on the EuropeAid website - together with any clarifications in
response to written requests which are not addressed during the meeting - at the latest 11 calendar
days before the deadline for submission of tenders. No further clarification will be provided after
this date. All the costs of attending this meeting will be borne by the tenderers.
4.2
Visits by individual prospective tenderers during the tender period other than this site visit for all
prospective tenderers cannot be organised
Alteration or withdrawal of tenders
15.1 Tenderers may alter or withdraw their tenders by written notification prior to the deadline for
submission of tenders referred to in Article 10.1. No tender may be altered after this deadline.
Withdrawals must be unconditional and will end all participation in the tender procedure.
15.2 Any such notification of alteration or withdrawal must be prepared and submitted in accordance
with Article 10. The outer envelope must be marked 'Alteration' or 'Withdrawal' as appropriate.
15.3 No tender may be withdrawn in the interval between the deadline for submission of tenders referred
to in Article 10.1 and the expiry of the tender validity period. Withdrawal of a tender during this
interval may result in forfeiture of the tender guarantee.
Costs of preparing tenders
No costs incurred by the tenderer in preparing and submitting the tender are reimbursable. All such
costs will be borne by the tenderer.
Ownership of tenders
The Contracting Authority retains ownership of all tenders received under this tender procedure.
Consequently, tenderers have no right to have their tenders returned to them.
Joint venture or consortium
18.1 If a tenderer is a joint venture or consortium of two or more persons, the tender must be single with
the object of securing a single contract, each person must sign the tender and will be jointly and
severally liable for the tender and any contract. Those persons must designate one of their members
to act as leader with authority to bind the joint venture or consortium. The composition of the joint
47
EURODESK BRUXELLES
PROGETTO TED
venture or consortium must not be altered without the prior consent in writing of the Contracting
Authority.
18.2 The tender may be signed by the representative of the joint venture or consortium only if it has
been expressly so authorised in writing by the members of the joint venture or consortium, and the
authorising contract, notarial act or deed must be submitted to the Contracting Authority in
accordance with point 11 of these Instructions to Tenderers. All signatures to the authorising
instrument must be certified in accordance with the national laws and regulations of each party
comprising the joint venture or consortium together with the powers of attorney establishing, in
writing, that the signatories to the tender are empowered to enter into commitments on behalf of the
members of the joint venture or consortium. Each member of such joint venture or consortium must
provide the proof required under Article 3.5 as if it, itself, were the tenderer.
Opening of tenders
19.1 The opening and examination of tenders is for the purpose of checking whether the tenders are
complete, whether the requisite tender guarantees have been furnished, whether the required
documents have been properly included and whether the tenders are generally in order.
19.2 The tenders will be opened in public session on 25 February 2013 at 12:00 Zagreb Local Time, at
the premises of Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10
000 Zagreb, Croatia by the committee appointed for the purpose. The committee will draw up
minutes of the meeting, which will be available on request.
19.3 At the tender opening, the tenderers' names, the tender prices, any discount offered, written
notifications of alteration and withdrawal, the presence of the requisite tender guarantee (if
required) and such other information as the Contracting Authority may consider appropriate may be
announced.
19.4 After the public opening of the tenders, no information relating to the examination, clarification,
evaluation and comparison of tenders, or recommendations concerning the award of the contract
can be disclosed until after the contract has been awarded.
19.5 Any attempt by a tenderer to influence the evaluation committee in the process of examination,
clarification, evaluation and comparison of tenders, to obtain information on how the procedure is
progressing or to influence the Contracting Authority in its decision concerning the award of the
contract will result in the immediate rejection of its tender.
19.6 All tenders received after the deadline for submission specified in the procurement notice or these
instructions will be kept by the Contracting Authority. The associated guarantees will be returned
to the tenderers. No liability can be accepted for late delivery of tenders. Late tenders will be
rejected and will not be evaluated.
Evaluation of tenders
20.1 Examination of the administrative conformity of tenders
The aim at this stage is to check that tenders comply with the essential requirements of the tender
dossier. A tender is deemed to comply if it satisfies all the conditions, procedures and specifications
in the tender dossier without substantially departing from or attaching restrictions to them.
Substantial departures or restrictions are those which affect the scope, quality or execution of the
contract, differ widely from the terms of the tender dossier, limit the rights of the Contracting
Authority or the tenderer's obligations under the contract or distort competition for tenderers whose
tenders do comply. Decisions to the effect that a tender is not administratively compliant must be
duly justified in the evaluation minutes.
48
EURODESK BRUXELLES
PROGETTO TED
If a tender does not comply with the tender dossier, it will be rejected immediately and may not
subsequently be made to comply by correcting it or withdrawing the departure or restriction.
20.2 Technical evaluation
After analysing the tenders deemed to comply in administrative terms, the evaluation committee
will rule on the technical admissibility of each tender, classifying it as technically compliant or
non-compliant.
The minimum qualifications required (see selection criteria in Procurement Notice point 16) are to
be evaluated at the start of this stage.
Where contracts include after-sales service and/or training, the technical quality of such services
will also be evaluated by using yes/no criteria as specified in the tender dossier.
20.3 In the interests of transparency and equal treatment and to facilitate the examination and evaluation
of tenders, the evaluation committee may ask each tenderer individually for clarification of its
tender including breakdowns of prices, within a reasonable time limit to be fixed by the evaluation
committee. The request for clarification and the response must be in writing, but no change in the
price or substance of the tender may be sought, offered or permitted except as required to confirm
the correction of arithmetical errors discovered during the evaluation of tenders pursuant to Article
20.4. Any such request for clarification must not distort competition. Decisions to the effect that a
tender is not technically compliant must be duly justified in the evaluation minutes.
20.4 Financial evaluation
a)
Tenders found to be technically compliant shall be checked for any arithmetical errors in
computation and summation. Errors will be corrected by the evaluation committee as
follows:
- where there is a discrepancy between amounts in figures and in words, the amount in
words will be the amount taken into account;
- except for lump-sum contracts, where there is a discrepancy between a unit price and the
total amount derived from the multiplication of the unit price and the quantity, the unit
price as quoted will be the price taken into account.
b)
Amounts corrected in this way will be binding on the tenderer. If the tenderer does not
accept them, its tender will be rejected.
20.5 Variant solutions
Variant solutions will not be taken into consideration.
20.6 Award criteria
The sole award criterion will be the price. The contract will be awarded to the lowest compliant
tender.
Signature of the contract and performance guarantee
21.1 The successful tenderer will be informed in writing that its tender has been accepted (notification of
award). Before the Contracting Authority signs the contract with the successful tenderer, the
successful tenderer must provide the documentary proof or statements required under the law of
49
EURODESK BRUXELLES
PROGETTO TED
the country in which the company (or each of the companies in case of a consortium) is established,
to show that it does not fall into the exclusion situations listed in section 2.3.3 of the Practical
Guide to contract procedures for EU external actions. This evidence or these documents or
statements must carry a date, which cannot be more than 1 year before the date of submission of the
tender. In addition, a statement shall be furnished stating that the situations described in these
documents have not changed since then.
21.2 The successful tenderer shall also provide evidence of the financial and economic standing and the
technical and professional capacity according to the selection criteria for this call for tender
specified in the procurement notice, point 16. The documentary proofs required are listed in point
2.4.11 of the Practical Guide to contract procedures for EU external actions.
21.3 If the successful tenderer fails to provide the documentary proof or statement or the evidence of the
financial and economic standing and 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. In such a case, the Contracting
Authority may award the tender to the next lowest tenderer or cancel the tender procedure.
21.4 Within 30 days of receipt of the contract already signed by the Contracting Authority, the selected
tenderer must sign and date the contract and return it, with the performance guarantee (if
applicable), to the Contracting Authority. On signing the contract, the successful tenderer will
become the Contractor and the contract will enter into force.
21.5 If it fails to sign and return the contract and any financial guarantee required within 30 days after
receipt of notification, the Contracting Authority may consider the acceptance of the tender to be
cancelled without prejudice to the Contracting Authority's right to seize the guarantee, claim
compensation or pursue any other remedy in respect of such failure, and the successful tenderer
will have no claim whatsoever on the Contracting Authority.
21.6 The performance guarantee referred to in the General Conditions is set at 10% of the amount of the
contract and must be presented in the form specified in the annex to the tender dossier. It will be
released within 45 days of the issue of the final acceptance certificate by the Contracting Authority.
Tender guarantee
The tender guarantee referred to in Article 11 above is set at:
Lot
Lot No.1
Tender guarantee
3.000 €
Lot No.2
6.500 €
Lot No.3
15.000 €
Lot No.4
1.700 €
Lot No.5
4.000 €
and must be presented in the form specified in the annex to the tender dossier. It must remain valid
for 45 days beyond the period of validity of the tender. Tender guarantees provided by tenderers
who have not been selected shall be returned together with the information letter that the tenderer
has been unsuccessful. The tender guarantee of the successful tenderer shall be released on the
signing of the contract, once the performance guarantee has been submitted.
50
EURODESK BRUXELLES
PROGETTO TED
Ethics clauses
23.1 Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful
agreements with competitors or influence the committee or the Contracting Authority during the
process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of its
candidacy or tender and may result in administrative penalties.
23.2 Without the Contracting Authority's prior written authorisation, a Contractor and its staff or any
other company with which the Contractor is associated or linked may not, even on an ancillary or
subcontracting basis, supply other services, carry out works or supply equipment for the project.
This prohibition also applies to any other projects that could, owing to the nature of the contract,
give rise to a conflict of interest on the part of the Contractor.
23.3. When putting forward a candidacy or tender, the candidate or tenderer shall declare that it is
affected by no conflict of interest and has no equivalent relation in that respect with other tenderers
or parties involved in the project. Should such a situation arise during execution of the contract, the
Contractor must immediately inform the Contracting Authority.
23.4 The Contractor must at all time act impartially and as a faithful adviser in accordance with the code
of conduct of its profession. It shall refrain from making public statements about the project or
services without the Contracting Authority's prior approval. It may not commit the Contracting
Authority in any way without its prior written consent.
23.5 For the duration of the contract the Contractor and its staff shall respect human rights and
undertake not to offend the political, cultural and religious mores of the beneficiary state. In
particular and in accordance with the legal basic act concerned, tenderers who have been awarded
contracts shall respect core labour standards as defined in the relevant International Labour
Organisation conventions (such as the Conventions on freedom of association and collective
bargaining; Abolition of forced and compulsory labour; Elimination of forced and compulsory
labour; Abolition of child labour).
23.6 The Contractor may accept no payment connected with the contract other than that provided for
therein. The Contractor and its staff must not exercise any activity or receive any advantage
inconsistent with their obligations to the Contracting Authority.
23.7 The Contractor and its staff shall be obliged to maintain professional secrecy for the entire duration
of the contract and after its completion. All reports and documents drawn up or received by the
Contractor shall be confidential.
23.8 The contract shall govern the Contracting Parties' use of all reports and documents drawn up,
received or presented by them during the implementation of the contract.
23.9 The Contractor shall refrain from any relationship likely to compromise its independence or that of
its staff. If the Contractor ceases to be independent, the Contracting Authority may, regardless of
injury, terminate the contract without further notice and without the Contractor having any claim to
compensation.
23.10 The Commission reserves the right to suspend or cancel project financing if corrupt practices of
any kind are discovered at any stage of the award process and if the Contracting Authority fails to
take all appropriate measures to remedy the situation. For the purposes of this provision, "corrupt
practices" are the offer of a bribe, gift, gratuity or commission to any person as an inducement or
reward for performing or refraining from any act relating to the award of a contract or
implementation of a contract already concluded with the Contracting Authority.
51
EURODESK BRUXELLES
PROGETTO TED
23.11 All tenders will be rejected or contracts terminated if it emerges that the award or implementation
of a contract has given rise to unusual commercial expenses. Such unusual commercial expenses
are commissions not mentioned in the main contract or not stemming from a properly concluded
contract referring to the main contract, commissions not paid in return for any actual and legitimate
service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly
identified or commissions paid to a company which has every appearance of being a front
company.
23.12 The Contractor undertakes to supply the Commission on request with all supporting documents
relating to the conditions of the contract's execution. The Commission may carry out whatever
documentary or on-the-spot checks it deems necessary to find evidence in cases of suspected
unusual commercial expenses.
23.13 Contractors found to have paid unusual commercial expenses on projects funded by the EU are
liable, depending on the seriousness of the facts observed, to have their contracts terminated or to
be permanently excluded from receiving EU funds.
23.14 The Contracting Authority reserves the right to suspend or cancel the procedure, where the award
procedure proves to have been subject to substantial errors, irregularities or fraud. Where such
substantial errors, irregularities or fraud are discovered after the award of the Contract, the
Contracting Authority may refrain from concluding the Contract.
Cancellation of the tender procedure
In the event of a tender procedure's cancellation, tenderers will be notified by the Contracting
Authority. If the tender procedure is cancelled before the tender opening session the sealed
envelopes will be returned, unopened, to the tenderers.
Cancellation may occur where:
the tender procedure has been unsuccessful, namely where no qualitatively or financially
worthwhile tender has been received or there has been no valid response at all;
the economic or technical parameters of the project have been fundamentally altered;
exceptional circumstances or force majeure render normal implementation of the project
impossible;
all technically compliant tenders exceed the financial resources available;
there have been irregularities in the procedure, in particular where these have prevented fair
competition;
the award is not in compliance with sound financial management, i.e. does not respect the
principles of economy, efficiency and effectiveness (e.g. the price proposed by the tenderer
to whom the contract is to be awarded is objectively disproportionate with regard to the
price of the market.
In no event shall the Contracting Authority be liable for any damages whatsoever including,
without limitation, damages for loss of profits, in any way connected with the cancellation of
a tender procedure even if the Contracting Authority has been advised of the possibility of
damages. The publication of a procurement notice does not commit the Contracting
Authority to implement the programme or project announced.
52
EURODESK BRUXELLES
PROGETTO TED
Appeals
Tenderers believing that they have been harmed by an error or irregularity during the award process may
file a complaint. See further section 2.4.15 of the Practical Guide.
53
EURODESK BRUXELLES
PROGETTO TED
54
EURODESK BRUXELLES
PROGETTO TED
55
EURODESK BRUXELLES
PROGETTO TED
D. TENDER FORM FOR A SUPPLY CONTRACT
Publication reference: EuropeAid/133047/D/SUP/HR
Title of contract: Supply of necessary IT equipment and establishment of IT infrastructure for the
Integrated Land Administration System (ILAS)
<Place and date>
A: Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10 000 Zagreb,
Croatia.
One signed form must be supplied (for each lot, if the tender procedure is divided into lots), together with
the number of copies specified in the Instruction to Tenderers. The form must include a signed declaration
using the annexed format from each legal entity making the application. Any additional documentation
(brochure, letter, etc) sent with the form will not be taken into consideration. Applications being
submitted by a consortium (ie, either a permanent, legally-established grouping or a grouping which has
been constituted informally for a specific tender procedure) must follow the instructions applicable to the
consortium leader and its members. The attachments to this submission form (i.e. declarations,
statements, proofs) may be in original or copy. If copies are submitted, the originals must be dispatched to
the Contracting Authority upon request. For economical and ecological reasons, we strongly recommend
that you submit your files on paper-based materials (no plastic folder or divider). We also suggest you use
double-sided print-outs as much as possible.
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. Such entities, for instance the parent company of the economic operator, must respect the
same rules of eligibility and notably that of nationality, as the economic operator.
1
SUBMITTED BY
Name(s) of tenderer(s)
Nationality
Leader
Member
Etc …
56
EURODESK BRUXELLES
PROGETTO TED
2
CONTACT PERSON (for this tender)
Name
Address
Telephone
Fax
E-mail
3
ECONOMIC AND FINANCIAL CAPACITY
Please complete the following table of financial data based on your annual accounts and your latest
projections. If annual accounts are not yet available for this year or last year, please provide your latest
estimates, clearly identifying estimated figures in italics. Figures in all columns must be on the same basis
to allow a direct, year-on-year comparison to be made (or, if the basis has changed, an explanation of the
change must be provided as a footnote to the table). Any clarification or explanation which is judged
necessary may also be provided.
Financial data
2 years
before
last year
(2009)
Year
before last
year
(2010)
€
€
Annual turnover, excluding this contract
Cash and cash equivalents at beginning of
year
Net cash from / (used in) operating,
investing & financing activities excluding
future contracts
Net forecast cash from/ (used in) future
contracts, excluding this contract
Cash and cash equivalents at end of year
[ie, the sum of the above three rows]
57
Last
year
(2011)
€
Average
€
EURODESK BRUXELLES
PROGETTO TED
4
STAFF RESOURCES
Please provide the following personnel statistics for the current year and the two previous years
Average manpower
Year before last
Last year
This year
(2010)
(2011)
(2012)
Overall
Total for
fields
related to
this
contract
Overall
Total for
fields
related to
this
contract
Overall
Total for
fields
related to
this
contract
%
%
%
%
%
%
Permanent staff
Other staff
Total
Permanent staff as a
proportion of total staff
(%)
5
FIELDS OF SPECIALISATION
Please use the table below whose objective is to indicate the relevant specialisms related to this
contract of each legal entity making this tender, by using the names of these specialisms as the row
headings and the name of the legal entity as the column headings. Show the relevant specialism(s) of each
legal entity by placing a tick () in the box corresponding to those specialisms in which the legal entity
has significant experience. [Maximum 10 specialisms]
Leader
Member 2
Relevant specialism 1
Relevant specialism 2
Etc …
58
Member 3
Etc …
EURODESK BRUXELLES
PROGETTO TED
6
EXPERIENCE
Please complete a table using the format below to summarise the major relevant supplies carried out in
the course of the past 3 years by the legal entity or entities making this tender. The number of references
to be provided must not exceed 15 for the entire tender
Ref # (maximum 15)
Name of legal entity
…
Project title
Country
…
Overall
supply
value
(EUR)
…
…
Proportio
n supplied
by legal
entity (%)
No of
staff
provide
d
Name of
client
Origin of
funding
Start
and end
date of
the
project /
contract
…
…
…
…
…
Detailed description of supply
Name of
members if
any
…
Related services provided
…
…
59
EURODESK BRUXELLES
PROGETTO TED
7
TENDERER'S DECLARATION(S)
As part of their tender, each legal entity identified under point 1 of this form, including
every consortium member, must submit a signed declaration using this format. The
declaration may be in original or in copy. If copies are submitted the originals must be
dispatched to the Contracting Authority upon request.
In response to your letter of invitation to tender for the above contract,
we, the undersigned, hereby declare that:
1
We have examined and accept in full the content of the dossier for invitation to tender No
<……………………………….> of <date>. We hereby accept its provisions in their entirety,
without reservation or restriction.
2
We offer to deliver, in accordance with the terms of the tender dossier and the conditions and time
limits laid down, without reserve or restriction:
Lot No 1: [description of supplies with indication of quantities and origin]
Lot No 2: [description of supplies with indication of quantities and origin]
Lot No 3: [description of supplies with indication of quantities and origin]
Lot No 4: [description of supplies with indication of quantities and origin]
Lot No 5: [description of supplies with indication of quantities and origin]
3
The price of our tender excluding spare parts and consumables, if applicable [excluding the
discounts described under point 4] is:
Lot No 1: [……………………………………………..]
Lot No 2: [……………………………………………..]
Lot No 3: [……………………………………………..]
Lot No 4: [……………………………………………..]
Lot No 5: [……………………………………………..]
4
We will grant a discount of [%], or […………..] [in the event of our company being awarded Lot
No… and Lot No… ………].
5
This tender is valid for a period of 90 days from the final date for submission of tenders.
6
If our tender is accepted, we undertake to provide a performance guarantee as required by Article
11 of the Special Conditions.
7
Our firm/company [and our subcontractors] has/have the following nationality:
<……………………………………………………………………>
8
We are making this tender in our own right [as member in the consortium led by < name of the
leader / ourselves > ]*. We confirm that we are not tendering for the same contract in any other
form. [We confirm, as a member in the consortium, that all members are jointly and severally
liable by law for the execution of the contract, that the lead member is authorised to bind, and
receive instructions for and on behalf of, each member, that the execution of the contract,
60
EURODESK BRUXELLES
PROGETTO TED
including payments, is the responsibility of the lead member, and that all members in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire period of
the contract's execution].
9
We are not in any of the situations excluding us from participating in contracts which are listed
section 2.3.3 of the Practical Guide to contract procedure for EU external actions. In the event
that our tender is successful, we undertake, if required, to provide the proof usual under the law of
the country in which we are established that we do not fall into these exclusion situations. The
date on the evidence or documents provided will be no earlier than 1 year before the date of
submission of the tender and, in addition, we will provide a statement that our situation has not
altered in the period which has elapsed since the evidence in question was drawn up.
We also undertake, if required, to provide evidence of the financial and economic standing and
the technical and professional capacity according to the selection criteria for this call for tender
specified in the procurement notice, point 16. The documentary proofs required are listed in
Section 2.4.11 of the Practical Guide.
We also understand that if we fail to provide the proof/evidence required, within 15 calendar days
after receiving the notification of award, or if the information provided is proved false, the award
may be considered null and void.
10
We agree to abide by the ethics clauses in Clause 23 of the instructions to tenderers and, in
particular, have no conflict of interests or any equivalent relation in that respect with other
tenderers or other parties in the tender procedure at the time of the submission of this application.
11
We will inform the Contracting Authority immediately if there is any change in the above
circumstances at any stage during the implementation of the tasks. We also fully recognise and
accept that any inaccurate or incomplete information deliberately provided in this application may
result in our exclusion from this and other contracts funded by the EU/EDF.
12
We note that the Contracting Authority is not bound to proceed with this invitation to tender and
that it reserves the right to award only part of the contract. It will incur no liability towards us
should it do so.
13
We fully recognise and accept that we may be excluded from tender procedures and contract, in
accordance with the Section 2.3.4 of the Practical Guide to contract procedures for EU external
actions, for a maximum period of 5 years from the date on which the infringement is established
and up to 10 years in the event of a repeated offence within the 5 years of the above-mentioned
date. Furthermore, we acknowledge that, should we made false declarations, committed
substantial errors, irregularities or fraud, we shall also be subject to financial penalties
representing 2 % to 10 % of the total estimated value of the contract being awarded. This rate
may be increased to 4% to 20% in the event of a repeat offence within 5 years of the first
infringement.
14
We are aware that, for the purposes of safeguarding the financial interests of the Communities,
our personal data may be transferred to internal audit services, to the European Court of Auditors,
to the Financial Irregularities Panel or to the European Anti-Fraud Office.
[* Delete as applicable
61
EURODESK BRUXELLES
PROGETTO TED
If this declaration is being completed by a consortium member:
The following table contains our financial data as included in the consortium’s tender form. These
data are based on our annual audited accounts and our latest projections. Estimated figures (ie,
those not included in annual audited accounts) are given in italics. Figures in all columns have
been provided on the same basis to allow a direct, year-on-year comparison to be made <except
as explained in the footnote to the table>.
Financial data
2 years
before last
year
(2009)
Year
before last
year
(2010)
€
€
Last
year
(2011)
Average
€
€
Annual turnover , excluding this contract
Cash and cash equivalents at beginning of year
Net cash from / (used in) operating, investing &
financing activities excluding future contracts
Net forecast cash from/ (used in) future contracts,
excluding this contract
Cash and cash equivalents8 at end of year (ie, the
sum of the above three rows)
The following table contains our personnel statistics as included in the consortium’s tender form:
Average manpower
Previous year
Last year
This year
(2010)
(2011)
(2012)
Overall
Total for
fields
related to
this
contract
Overall
Permanent staff 12
Other staff 13
62
Total for
fields
related to
this
contract
Overall
Total for
fields
related to
this
contract
EURODESK BRUXELLES
PROGETTO TED
B. DRAFT CONTRACT
DRAFT CONTRACT
SUPPLY CONTRACT FOR EUROPEAN
UNION EXTERNAL ACTIONS
NO 2010-02-23-0103XY
FINANCED FROM THE EU GENERAL BUDGET
Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10 000 Zagreb, Croatia
("The Contracting Authority"),
of the one part,
and
<Full official name of Contractor>
[Legal status/title]
[Official registration number]
[Full official address]
[VAT number], (“the Contractor”)
of the other part,
have agreed as follows:
CONTRACT TITLE
Supply of necessary IT equipment and establishment of IT infrastructure for
the Integrated Land Administration System (ILAS)
Identification number EuropeAid/133047/D/SUP/HR
Article 1
Subject
63
EURODESK BRUXELLES
PROGETTO TED
1.1
The subject of the contract shall be:
Lot 1 – supply; delivery; unloading; installation, testing and start-up; training
Lot 2 – supply; delivery; unloading; pre-installation of computers (for item 1) and pre-installation
of laptops (for item 2)
Lot 3 – supply; delivery; unloading; installation (for all items except item 84 and 85)
Lot 4 – supply; delivery; unloading; installation (for all items except item 67 and 68); training
(for item 68)
Lot 5 – supply; delivery; unloading; installation, testing and start-up
After-sales service (for lot 1, lot 2, lot 4 - item 30 and lot 5)
of the following goods:
Lot 1:
Item
1
Lot 2:
Item
1
2
3
Lot 3:
Item
1
2
3
4
5
6
7
8
9
10
11
12
13
Storage system for SGA’s Data centre
Description
Quantity
Storage system
1
IT equipment for Land Registry offices
Description
Quantity
Desktop PC
450
Laptop
20
Laser Printer
220
IT and electricity infrastructure in the regional and local offices of SGA
Description
Quantity
Free standing communication distributor Type 1
28
Free standing communication distributor Type 2
1
Component shelf for communication distributor
58
Horizontal cable management panel (routing clips) for
171
communication distributor
Vertical cable distribution elements (metal rings) for communication
28
distributor
(10 pcs)
Power socket strip for communication distributor
29
Metal cable trunking with cover and tray joints Type 1
626m
Metal cable trunking with cover and tray joints Type 2
1550m
PVC duct with cover
1108m
Telecommunication cable
69343m
Telephone cable
1130m
Telecommunication outlet
993
Shielded connector
66
64
EURODESK BRUXELLES
PROGETTO TED
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Patch panel
ISDN/TEL patch panel
Back mount frame 2/10 for telephone dividing reglets
Dividing reglets
Distribution box for telephone dividing reglets
Overvoltage protection magazine
Overvoltage arrester
Distribution cabinet
Digital multimeter
Current transformer Type 1
Current transformer Type 2
Current transformer Type 3
Differential protection module Type 1
Differential protection module Type 2
Protection switch Type 1
Protection switch Type 2
Protection switch Type 3
Fixed surge suppresser
Protective switch Type 1
Protective switch Type 2
Protective switch Type 3
Protective switch Type 4
Protective switch Type 5
Protective switch Type 6
Protective switch Type 7
MX shunt release
Single Schuko socket set for in wall mounting
Double Schuko socket set for in wall mounting
Triple Schuko socket set for in wall mounting
Triple Schuko socket set for connection in cable trunking
Single Schuko socket set for connection in cable trunking
Lamp set Type 1
Lamp set Type 2
Lamp set Type 3
Lamp set Type 4
Lamp set Type 5
Lightning equipment set Type 1
Lightning equipment set Type 2
Lightning equipment set Type 3
Lightning equipment set Type 4
65
101
28
28
56
28
56
1120
35
28
78
3
3
12
23
1367
279
22
35
28
2
27
38
5
2
3
34
907
12
420
679
276
731
48
7
254
24
10
51
1
5
EURODESK BRUXELLES
PROGETTO TED
Lightning equipment set Type 5
54
Lightning equipment set Type 6
55
Evacuation lighting lamps set
56
Lighting switch set for in wall assembly Type 1
57
Lighting switch set for in wall assembly Type 2
58
Lighting switch set for in wall assembly Type 3
59
Lighting switch set for in wall assembly Type 4
60
Installation switch
61
Junction box for on wall assembly
62
Flame retardant rigid pipe
63
Flexible tube Type 1
64
Flexible tube Type 2
65
Flexible tube Type 3
66
Flexible tube Type 4
67
Power supply cable Type 1
68
Power supply cable Type 2
69
Power supply cable Type 3
70
Power supply cable Type 4
71
Power supply cable Type 5
72
Power supply cable Type 6
73
Power supply cable Type 7 – main distribution cable
74
Power supply cable Type 8 – main distribution cable
75
Power supply cable Type 9 – main distribution cable
76
Power supply cable Type 10 – main distribution cable
77
Power supply cable Type 11 – main distribution cable
78
Power supply cable Type 12 – main distribution cable
79
Cable for potential equalization Type 1
80
Cable for potential equalization Type 2
81
Push-button for remote voltage disconnection
82
Box for equipotential bonding
83
Documentation
84
Services
85
Lot 4: Electricity generator system for SGA’s Data centre
Item
Description
Modular distribution board set for the aggregate station
1
Main switch for the aggregate station
2
Miniature circuit breaker Type 1
3
Miniature circuit breaker Type 2
4
Miniature circuit breaker Type 3
5
Miniature circuit breaker Type 4
6
66
11
37
68
283
66
6
221
23
31
1540m
1010m
9515m
2640m
6675m
15050m
800m
80m
200m
1110m
31890m
930m
160m
60m
30m
140m
30m
4420m
6160m
29
28
1set
1set
Quantity
1set
1
2
1
3
1
EURODESK BRUXELLES
PROGETTO TED
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Miniature circuit breaker Type 5
Flush-mounting socket with safety shutters
Industrial flush-mounting socket Type 1
Industrial flush-mounting socket Type 2
Cable tray set Type 1
Horizontal corner element 90° set Type 1
Rising elbow vertical corner element 90° Type 1
Cable tray set Type 2
Ceiling tray brackets
Fe/Zn band
Cable for potential equalization
Power supply cable Type 1
Power supply cable Type 2
Signal and control twisted-pair cable
Power supply cable Type 3
Power supply cable Type 4
Power supply cable Type 5
Flexible self-extinguishing PVC tube set
Emergency power off (EPO) with protective glass
Lighting switch set for on wall assembly
Surface mounting junction box
Weatherproof fluorescent light fixture set
Emergency lamp
Diesel generator set
Window set
Double-winged fire rated metal door
Interior single-winged wooden door
Fire rated wall
Installation lining of the basement wall
Installation lining of the data centre wall
Installation shaft
Lowered ceiling
Sound absorbing panel of the wall of the data centre
Wooden floor skirting
PVC floor skirting
Optical interactive fire detector set
Interactive manual call point set
Input-output module set
Fire alarm siren set
Fire alarm blinker set
67
1
1
1
1
38
1
2
7m
36
20m
25m
360m
40m
45m
10m
10m
20m
20m
1
1
2
4
1
1
1
1
1
25m2
3m2
18m2
6m
27m2
7m2
6m
15m
2set
2set
2set
2set
2set
EURODESK BRUXELLES
PROGETTO TED
Fire alarm cable
47
Cable hollow tile Type 1
48
Cable hollow tile Type 2
49
Alphanumeric LCD keyboard
50
Movement detector
51
Water/liquid detector
52
Magnetic contact
53
Indoor siren
54
Alarm cable Type 1
55
Signal cable Type 1
56
Removable fire barrier Type 1
57
Fire barrier Type 2
58
Fire barrier Type 3
59
Flexible tube Type 1
60
Perforated cable tray set
61
PVC duct with cover
62
Telecommunication cable
63
Telecommunication outlet
64
Horizontal cable manager
65
Patch panel
66
Documentation
67
Services
68
Lot 5: Central system for digital archive
Item
Description
Server
1
Storage system
2
Backup system
3
SAN Switch
4
180m
10m
10m
1
1
1set
2
1
180m
120m
4
4
2
38m
38m
15m
264m
2
1
1
1
1
Quantity
6
1
1
2
After-sales services
Commercial warranty (for
lot 1, lot 2, lot 4 – item 30
and lot 5)
2 years (after the end of 1 year standard warranty) in
accordance with the conditions laid down in Article
32 of the General Conditions and Article 33 of the
Special Conditions.
Software updates (for lot
1, lot 2 and lot 5)
Software Updates and Upgrades included during
three years period after provisional acceptance (one
year of warranty period and two years of
commercial warranty).During one year of warranty
period and two years of commercial warranty the
supplier is obliged to provide the end-user with free
68
EURODESK BRUXELLES
PROGETTO TED
of charge new versions of BIOS, firmware, drivers
and patches for software.
The place of acceptance of the supplies shall be as specified in ANNEX II + III: Technical
Specifications + Technical Offer – Part II (Delivery list) and the Incoterm applicable shall be
DDP11. The implementation period will last:
Lot
Implementation period
Lot No.1
120 days
Lot No.2
130 days
Lot No.3
240 days
Lot No.4
240 days
Lot No.5
120 days
starting from day of issuance of Commencement Order and ending on the day of issuance of the
certificate of Provisional Acceptance. The implementation period will include delivery period of:
Lot
1.2
Delivery period
Lot No.1
60 days
Lot No.2
90 days
Lot No.3
180 days
Lot No.4
180 days
Lot No.5
60 days
The Contractor shall comply strictly with the terms of the Special Conditions and the technical
annex.
Article 2
Origin
11
DDP (Delivered Duty Paid) - Incoterms 2010 International Chamber of Commerce http://www.iccwbo.org/incoterms/
69
EURODESK BRUXELLES
PROGETTO TED
The rules of origin of the goods are defined in Article 10 of the Special Conditions.
A certificate of origin for the goods must be provided by the Contractor at the latest when it requests
provisional acceptance of the goods. Failure to comply with this condition may result in the termination
of the contract.
Article 3
Price
3.1
The price of the supplies shall be that shown on the financial offer (specimen in Annex IV). The
total maximum contract price shall be: __________EUR (<amount in words>), excluding VAT
and other taxes of which
85 %(<amount in figures>EUR) is paid by IPA and
15 %(<amount in figures>EUR) is paid by the national co-financing.
3.2
Payments shall be made in accordance with the General and/or Special Conditions (Articles 26 to
28).
Article 4
Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
-
the contract agreement;
-
the Special Conditions
-
the General Conditions (Annex I);
-
the Technical Specifications (Annex II [including clarifications before the deadline for
submission of tenders and minutes from the information/clarification meeting for Lot 3 and
Lot 4]);
-
the Technical Offer (Annex III [including clarifications from the tenderer provided during
tender evaluation and brochures]);
-
the budget breakdown (Annex IV);
-
specified forms and other relevant documents (Annex V);
The various documents making up the contract shall be deemed to be mutually explanatory; in cases of
ambiguity or divergence, they shall prevail in the order in which they appear above.
70
EURODESK BRUXELLES
PROGETTO TED
Done in English in three originals, one original being for the Contracting Authority, one original being for
the European Commission, and one original being for the Contractor.
For the Contractor
For the Contracting Authority
Name:
Name:
Nataša Mikuš Žigman
Title:
Title:
Director of the CFCA
Programme Authorising Officer
Signature:
Signature:
Date:
Date:
Endorsed for financing by the European Union
Name:
Title:
Signature:
Date:
71
PROGETTO TED
72