Turkey-Ankara IPA – Construction and Rehabilitation Works for Revitalisation of the Tourism Sector in Adıyaman(Adıyaman Turizm Sektörünün Canlandırılması için Türkiye-Ankara IPA – İnşaat ve Rehabilitasyon İşleri )
İhalenin Adı | Turkey-Ankara IPA – Construction and Rehabilitation Works for Revitalisation of the Tourism Sector in Adıyaman(Adıyaman Turizm Sektörünün Canlandırılması için Türkiye-Ankara IPA – İnşaat ve Rehabilitasyon İşleri ) |
İhale Kanunu | Avrupa Birliği (AB) Kamu Alımları Direktifleri |
İhale Türü | Yapım İşi |
İhalenin Yapılacağı İl | Ankara |
İhalenin Tarihi | 09 Aralık 2019 |
İhale Saati | 17:00 |
İhale iKN | 366036-2019 |
İhaleyi Yapan İdare | Ministry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP) |
İhalenin İlanı : |
Dikkatli Olunuz!
Bu İhale Avrupa Birliği İhalesi Olduğu için ihale tarihide Avrupa Birliği Delegasyonu Mesai Saati Bitimine kadar dosyanızı teslim etmiş olmanız gerekmektedir.Avrupa Birliği Delegasyonlarını Görmek için https://eeas.europa.eu/headquarters/headquarters-homepage/area/geo_en Adresini Ziyaret Ediniz.
Ministry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP), Mustafa Kemal Mahallesi, Dumlupınar Bulvarı, (Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7, 06530, Çankaya/Ankara, TURKEY
Contract specifications
— construction of Commagene Nemrut Information Promotion Centre (K-ODAK) building (approx. 2620 m2).
— construction or rehabilitation daily use facilities in:1) Arsemia (approx. 72 m2);
2) Cendere (approx. 108 m2);
3) Karakuş (approx. 72 m2);
4) Kızılin/Göksu river (approx 54 m2);
5) Palanlı (approx. 72 m2);
6) Eski Besni (approx 108 m2 total);
7) Turuş (approx 72 m2);
8) Haydaran (approx. 72 m2);
9) Yeni Kale (approx 72 m2).
— environmental design works (e.g. cobble stone pedestrian road, separation wall, retaining wall, landscape furniture (sign boards, bench, waste bin, etc.), barriers, wooden parapets, lighting fixtures etc.) in: 1) Arsemia; 2) Cendere; 3) Karakuş; 4) Kızılin/Göksu River; 5) Yeni Kale; 6) Palanlı; 7) Haydaran; 8) Turuş; 9) Besni. Works contract will be executed as per ‘Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, First Edition 1999/Red FIDIC Book’. All works will be supervised throughout the contracted period by a technical consulting company (engineer) assigned by a separate service contract.Terms of participation
Selection and award criteria
http://ec.europa.eu/budget/graphs/inforeuro.html.
16.2Technical and professional capacity of candidate Similar Works Experience: The tenderer shall meet the following minimum criteria (to be proved by the original or notary approved taking-over certificates). The tenderer must have successfully completed, as the prime contractor, similar works contracts in the nature as defined below within the last 5 (five) years up to the submission deadline of this tender, i.e. 60 months prior to deadline for submission of tender. (Taking over certificates should indicate that the Works have been completed in the last 5 years.) The start and end/completion dates of the references should be specified as day/month/year information. 1) At least one building construction contract (e.g. public buildings, hospitals, universities, schools, laboratories, factory buildings, hotels, etc.) with a minimum value of 5 000 000 EUR or equivalent; 2) At least one contract in connection with archaeological sites or protected cultural monuments and with a minimum value of 30 000 EUR or equivalent. If a tenderer has implemented the similar work experience in a JV/Consortium, it should be clear from the documentary evidence (provisional acceptance / taking-over certificate) the percentage/value of the works that the tenderer has successfully completed. Should the submitted documents not provide clear information, it will be clarified by further documents.Regarding the calculation of the contract amounts for the completed works of the tenderers, the Euro equivalent of the contract amounts at the date of contract signature will be considered. For purposes of converting another currency to Euro, the Conversion rates, published in the Official Journal of European Communities shall be used which can be found at: http://ec.europa.eu/budget/graphs/inforeuro.html
Previous experience of the tenderer must be proved by notary approved copy of taking-over certificates. The contracting authority reserves the right to ask for originals of the respective certificates of taking-over signed by the project managers/contracting authority of the concerned projects. In the case of a tender submitted by a joint venture/consortium, the following selection criteria will be applied to the joint venture/consortium:the minimum selection criteria for a joint-venture/consortium as tenderer are as follows: (i) the leading partner shall meet no less than 50 % of the turnover (16.1(a) and financial resources 16.1(b)) criteria specified above; (ii) the other partner(s) shall meet no less than 10 % of turnover (16.1(a) and financial resources 16.1(b)) criteria specified above; (iii) all partners must satisfy collectively economical and financial standing (16.1(a), 16.1(b) and 16.1(c)) and technical and professional capacity criteria (16.2) specified above; (iv) each individual member shall satisfy the legal status (8). Capacity-providing entities: An economic operator may, where appropriate and for a particular contract, rely on the capacity 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 tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the contracting authority that it will have at its disposal the resources necessary to perform the contract, for example by producing a commitment on the part of those entities to place 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. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the contracting authority. With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the works for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies become jointly and severally liable for the performance of the contract.Tendering
Ministry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP), Mustafa Kemal Mahallesi, Dumlupınar Bulvarı, (Eskişehir Yolu 7.Km), 2151.Cadde, No:154/A, Kat:7, 06530, Çankaya/Ankara, TURKEY
Contract specifications
— construction of Commagene Nemrut Information Promotion Centre (K-ODAK) building (approx. 2620 m2).
— construction or rehabilitation daily use facilities in:1) Arsemia (approx. 72 m2);
2) Cendere (approx. 108 m2);
3) Karakuş (approx. 72 m2);
4) Kızılin/Göksu river (approx 54 m2);
5) Palanlı (approx. 72 m2);
6) Eski Besni (approx 108 m2 total);
7) Turuş (approx 72 m2);
8) Haydaran (approx. 72 m2);
9) Yeni Kale (approx 72 m2).
— environmental design works (e.g. cobble stone pedestrian road, separation wall, retaining wall, landscape furniture (sign boards, bench, waste bin, etc.), barriers, wooden parapets, lighting fixtures etc.) in: 1) Arsemia; 2) Cendere; 3) Karakuş; 4) Kızılin/Göksu River; 5) Yeni Kale; 6) Palanlı; 7) Haydaran; 8) Turuş; 9) Besni. Works contract will be executed as per ‘Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, First Edition 1999/Red FIDIC Book’. All works will be supervised throughout the contracted period by a technical consulting company (engineer) assigned by a separate service contract.Terms of participation
Selection and award criteria
http://ec.europa.eu/budget/graphs/inforeuro.html.
16.2Technical and professional capacity of candidate Similar Works Experience: The tenderer shall meet the following minimum criteria (to be proved by the original or notary approved taking-over certificates). The tenderer must have successfully completed, as the prime contractor, similar works contracts in the nature as defined below within the last 5 (five) years up to the submission deadline of this tender, i.e. 60 months prior to deadline for submission of tender. (Taking over certificates should indicate that the Works have been completed in the last 5 years.) The start and end/completion dates of the references should be specified as day/month/year information. 1) At least one building construction contract (e.g. public buildings, hospitals, universities, schools, laboratories, factory buildings, hotels, etc.) with a minimum value of 5 000 000 EUR or equivalent; 2) At least one contract in connection with archaeological sites or protected cultural monuments and with a minimum value of 30 000 EUR or equivalent. If a tenderer has implemented the similar work experience in a JV/Consortium, it should be clear from the documentary evidence (provisional acceptance / taking-over certificate) the percentage/value of the works that the tenderer has successfully completed. Should the submitted documents not provide clear information, it will be clarified by further documents.Regarding the calculation of the contract amounts for the completed works of the tenderers, the Euro equivalent of the contract amounts at the date of contract signature will be considered. For purposes of converting another currency to Euro, the Conversion rates, published in the Official Journal of European Communities shall be used which can be found at: http://ec.europa.eu/budget/graphs/inforeuro.html
Previous experience of the tenderer must be proved by notary approved copy of taking-over certificates. The contracting authority reserves the right to ask for originals of the respective certificates of taking-over signed by the project managers/contracting authority of the concerned projects. In the case of a tender submitted by a joint venture/consortium, the following selection criteria will be applied to the joint venture/consortium:the minimum selection criteria for a joint-venture/consortium as tenderer are as follows: (i) the leading partner shall meet no less than 50 % of the turnover (16.1(a) and financial resources 16.1(b)) criteria specified above; (ii) the other partner(s) shall meet no less than 10 % of turnover (16.1(a) and financial resources 16.1(b)) criteria specified above; (iii) all partners must satisfy collectively economical and financial standing (16.1(a), 16.1(b) and 16.1(c)) and technical and professional capacity criteria (16.2) specified above; (iv) each individual member shall satisfy the legal status (8). Capacity-providing entities: An economic operator may, where appropriate and for a particular contract, rely on the capacity 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 tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the contracting authority that it will have at its disposal the resources necessary to perform the contract, for example by producing a commitment on the part of those entities to place 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. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the contracting authority. With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the works for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies become jointly and severally liable for the performance of the contract.Tendering
İhale Bilgileri
İhale Türü | Yapım İşi |