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