Turkey-Ankara IPA – Supply of Equipment for Digital Transformation of SMEs in Turkey through Establishment of the Industry 4.0. Competence Center Project(4.0 Sanayi Kuruluşu ile Türkiye’de işletmelerin Dijital Dönüşümü için Ekipman Türkiye-Ankara IPA Kaynağı. Yetkinlik Merkezi Projesi)

İhalenin AdıTurkey-Ankara IPA – Supply of Equipment for Digital Transformation of SMEs in Turkey through Establishment of the Industry 4.0. Competence Center Project(4.0 Sanayi Kuruluşu ile Türkiye’de işletmelerin Dijital Dönüşümü için Ekipman Türkiye-Ankara IPA Kaynağı. Yetkinlik Merkezi Projesi)
İhale KanunuAvrupa Birliği (AB) Kamu Alımları Direktifleri
İhale TürüMal Alımı
İhalenin Yapılacağı İlAnkara
İhalenin Tarihi27 Ocak 2020
İhale Saati17:00
İhale iKN541110-2019
İhaleyi Yapan İdareMinistry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP)
İhalenin İlanı :

Location – İstanbul/TURKEY

Supply Contract Notice


1.Publication reference
EuropeAid/140112/IH/SUP/TR
2.Procedure
Open
3.Programme title
Multi-annual Operational Programme ‘Competitiveness and Innovation Sector‘ for Community Assistance from the Instrument for Pre-Accession Assistance (IPA II) for the Socioeconomic and Regional Development Policy Area in Turkey
4.Financing
IPA budget item 22.02 03 02 of the General Budget of the EU and National Contribution
5.Contracting authority

Ministry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP), Ankara, TURKEY


Contract specifications

6.Description of the contract
The subject of this contract is the supply, delivery, unloading, installation, commissioning, maintenance, training and after-sales services of equipment and machinery for the common use of small and medium sized white goods suppliers and manufacturers.
7.Number and titles of lots
8 lots:
Lot 1: Manufacturing and Prototyping Equipment;
Lot 2: Materials Inspection and Analysis Equipment;
Lot 3: PCB Manufacturing Line;
Lot 4: Optics and Electronics Inspection and Analysis Equipment;
Lot 5: Cyber Physical System Training and Demo Equipment;
Lot 6: IoT and Augmented Reality Equipment;
Lot 7: Robotics;
Lot 8: IT Equipment.


Terms of participation

8.Eligibility and rules of origin
Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 22 below).
Participation is also open to international organisations.
All supplies under this contract must originate in one or more of these countries.
Derogation from the rule of origin is granted only for the following items under Lot 7 and 8:
Item: 7.7
Item Name: Human Sized Dual Arm Collaborative Robot
Item: 7.10
Item Name: Field motion capture system
Item: 8.1
Item Name: Deep learning server
Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.
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 Section 2.6.10.1. of the practical guide.
Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.
10.Number of tenders
The candidates may submit an application for one lot only, several lots or all of the lots, but only one application may be submitted per lot. Tenders for parts of a lot will not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.
Contracts will be awarded lot by lot and each lot will form a separate contract. 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.
11.Tender guarantee
Tenderers must provide a tender guarantee of for each lot with the amounts stated below when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderers 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.
Lot 1: Amount of tender guarantee (EUR): 22 000 EUR;
Lot 2: Amount of tender guarantee (EUR): 20 000 EUR;
Lot 3: Amount of tender guarantee (EUR): 6 000 EUR;
Lot 4: Amount of tender guarantee (EUR): 8 500 EUR;
Lot 5: Amount of tender guarantee (EUR): 14 000 EUR;
Lot 6: Amount of tender guarantee (EUR): 3 000 EUR;
Lot 7: Amount of tender guarantee (EUR): 14 000 EUR;
Lot 8: Amount of tender guarantee (EUR): 7 000 EUR.
If the tenderer is bidding for more than 1 lot, it has to provide separate tender guarantees for each lot.
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 site visit/information meeting will be held on 29.11.2019 at 13:00 (local time) at Özyeğin Üniversitesi Çekmeköy Kampüsü Nişantepe Mah. Orman Sok. 34794 Çekmeköy/İstanbul – Turkey.
14.Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers).
15.Period of implementation of tasks
For Lot 1: The implementation period will last 280 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 220 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 2: The implementation period will last 240 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 180 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 3: The implementation period will last 150 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 90 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 4: The implementation period will last 150 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 90 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 5: The implementation period will last 300 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 240 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 6: The implementation period will last 120 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 60 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 7: The implementation period will last 210 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 150 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 8: The implementation period will last 120 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 60 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services.


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 unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are sub-contractors:
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. The reference period which will be taken into account will be the last 3 years for which accounts have been closed.
The selection criteria for each tenderer are as follows:
The average turnover of the tenderer in the last 3 financial years must be at least the following amount for each individual lot for which he is bidding.
Lot 1: 1 550 000,00 EUR;;
Lot 2: 1 400 000,00 EUR;
Lot 3: 400 000,00 EUR;
Lot 4: 600 000,00 EUR;
Lot 5: 1 000 000,00 EUR;
Lot 6: 250 000,00 EUR;
Lot 7: 1 000 000,00 EUR;
Lot 8: 500 000,00 EUR.
Companies that have been operational for less than 3 years must demonstrate an operational cash flow at least in the amount of the thresholds listed above for each individual lot.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.
At least 5 staff currently works for the tenderer in fields related to this contract.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.
This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.
For lot 1:
— the tenderer has delivered supplies of industrial prototyping equipment (proportion carried out by the candidate) under a single contract with a budget of 750 000,00 EUR or at least 2 contracts each with a budget of at least 375 000,00 EUR.
For lot 2:
— the tenderer has delivered supplies of testing and measurement equipment (proportion carried out by the candidate) under a single contract with a budget of 700 000,00 EUR or at least 2 contracts each with a budget of at least 350 000,00 EUR.
For lot 3:
— the tenderer has delivered supplies of circuit board design equipment and/or software (proportion carried out by the candidate) under a single contract with a budget of 200 000,00 EUR or at least 2 contracts each with a budget of at least 100 000,00 EUR.
For lot 4:
— the tenderer has delivered supplies of inspection and/or analysis equipment concerning communications and/or electronics fields (proportion carried out by the candidate) under a single contract with a budget of at 300 000,00 EUR or at least 2 contracts each with a budget of at least 150 000,00 EUR.
For lot 5:
— the tenderer has delivered supplies of lab-scale machines/tools/software for training/testing or ‘demonstration of cyber physical systems’ (proportion carried out by the candidate) under a single contract with a budget of at least 350 000,00 EUR or at least 2 contracts each with a budget of at least 250 000,00 EUR.
For lot 6:
— the tenderer has delivered supplies of ‘Internet of Things software/equipment’ or ‘virtualization/augmented reality software’ or ‘robotics’ (proportion carried out by the candidate) under a single contract with a budget of at least 75 000 EUR or at least 2 contracts each with a budget of at least 50 000 EUR.
For lot 7:
— the tenderer has delivered supplies of automation system equipment which includes at least one robot (proportion carried out by the candidate) under a single contract with a budget of at least 500 000,00 EUR or at least 2 contracts each with a budget of at least 250 000,00 EUR.
For lot 8:
— the tenderer has delivered supplies of IT Equipment and/or software (proportion carried out by the candidate) under a single contract with a budget of at 250 000,00 EUR or at least 2 contracts each with a budget of at least 125 000,00 EUR .
In case a tenderer applies to multiple lots, the tenderer must comply with the following selection criteria:
— for economic and financial capacity criterion, the cumulative amount of the average annual turnover required for the relative lots,
— for professional capacity criterion, at least 5 staff required for each lot,
— for technical capacity criterion, the requirement for the relevant lot.
Capacity-providing entities.
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. If the tenderer relies 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 by producing a commitment 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 relying on them and must comply with the selection criteria for which the economic operator relies on them. 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 provided when requested by 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 tasks 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.
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&userlanguage=en The tender dossier is also available from the contracting authority. 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 Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
Fax 90 312 201 69 54

e-mail: [email protected], [email protected]

(mentioning the publication reference shown in item 1) at the latest 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at the latest 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 website of DG International Cooperation and Development at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and on the website of the Contracting Authority at https://rekabetcisektorler.sanayi.gov.tr

19.Deadline for submission of tenders
The tenderer's attention is drawn to the fact that there are 2 different systems for sending tenders: one is by post or private mail service, the other is by hand delivery.
In the first case, the tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip(1), but in the second case it is the acknowledgment of receipt given at the time of the delivery of the tender which will serve as proof. Any tender submitted to the contracting authority after this deadline will not be considered.
The deadline for submission of tenders is 16.00 (Local time — Turkey) on 27.1.2020.
The contracting authority may, for reasons of administrative efficiency, reject any tender submitted on time to the postal service but received, for any reason beyond the contracting authority's control, after the effective date of approval of the evaluation report, if accepting tenders that were submitted on time but arrived late would considerably delay the evaluation procedure or jeopardise decisions already taken and notified.
How tenders may be submitted
Tenders must be submitted in English exclusively to the contracting authority in a sealed envelope:
— either by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to:
Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
— or hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to:
Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
Opening hours: 9.00-17.00 (Local Time-Turkey)
The contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the contracting authority.
Tenders submitted by any other means will not be considered.
By submitting a tender candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the tender.
(1) It is recommended to use registered mail in case the postmark would not be readable.
20.Tender opening session
10.00 a.m. (Local Time – Turkey) on 3.2.2020 in the premises of 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.
21.Language of the procedure
All written communications for this tender procedure and contract must be in English.
22.Legal basis(2)
Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-Accession Assistance (IPA II).
(2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
23.Additional information
Financial data to be provided by the tenderer in the standard tender form must be expressed in EUR. If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of December 2019 of the applicable InforEuro exchange rate which can be found at the following address:

http://ec.europa.eu/budget/graphs/inforeuro.html

In the premises where MoIT/DoEUFP is located, there is one security point to pass through, and only 2 elevators operating to reach 7th floor. Please consider these physical conditions not to miss the deadline for receipt of applications.

In line with Sub-Article 4.3.9.3 of the PRAG, the tenderers are requested to bring with them official documents certifying their status as representatives of the companies and their IDs. Tenderers who do not bring these documents will not be allowed to the opening sessions. It is strongly recommended by the Contracting Authority, to bring copies of the each document for the time management before the opening
session.

Location – İstanbul/TURKEY

Supply Contract Notice


1.Publication reference
EuropeAid/140112/IH/SUP/TR
2.Procedure
Open
3.Programme title
Multi-annual Operational Programme ‘Competitiveness and Innovation Sector‘ for Community Assistance from the Instrument for Pre-Accession Assistance (IPA II) for the Socioeconomic and Regional Development Policy Area in Turkey
4.Financing
IPA budget item 22.02 03 02 of the General Budget of the EU and National Contribution
5.Contracting authority

Ministry of Industry and Technology - DG for EU and Foreign Affairs – Directorate of EU Financial Programmes, (MoIT/ DoEUFP), Ankara, TURKEY


Contract specifications

6.Description of the contract
The subject of this contract is the supply, delivery, unloading, installation, commissioning, maintenance, training and after-sales services of equipment and machinery for the common use of small and medium sized white goods suppliers and manufacturers.
7.Number and titles of lots
8 lots:
Lot 1: Manufacturing and Prototyping Equipment;
Lot 2: Materials Inspection and Analysis Equipment;
Lot 3: PCB Manufacturing Line;
Lot 4: Optics and Electronics Inspection and Analysis Equipment;
Lot 5: Cyber Physical System Training and Demo Equipment;
Lot 6: IoT and Augmented Reality Equipment;
Lot 7: Robotics;
Lot 8: IT Equipment.


Terms of participation

8.Eligibility and rules of origin
Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 22 below).
Participation is also open to international organisations.
All supplies under this contract must originate in one or more of these countries.
Derogation from the rule of origin is granted only for the following items under Lot 7 and 8:
Item: 7.7
Item Name: Human Sized Dual Arm Collaborative Robot
Item: 7.10
Item Name: Field motion capture system
Item: 8.1
Item Name: Deep learning server
Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.
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 Section 2.6.10.1. of the practical guide.
Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.
10.Number of tenders
The candidates may submit an application for one lot only, several lots or all of the lots, but only one application may be submitted per lot. Tenders for parts of a lot will not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.
Contracts will be awarded lot by lot and each lot will form a separate contract. 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.
11.Tender guarantee
Tenderers must provide a tender guarantee of for each lot with the amounts stated below when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderers 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.
Lot 1: Amount of tender guarantee (EUR): 22 000 EUR;
Lot 2: Amount of tender guarantee (EUR): 20 000 EUR;
Lot 3: Amount of tender guarantee (EUR): 6 000 EUR;
Lot 4: Amount of tender guarantee (EUR): 8 500 EUR;
Lot 5: Amount of tender guarantee (EUR): 14 000 EUR;
Lot 6: Amount of tender guarantee (EUR): 3 000 EUR;
Lot 7: Amount of tender guarantee (EUR): 14 000 EUR;
Lot 8: Amount of tender guarantee (EUR): 7 000 EUR.
If the tenderer is bidding for more than 1 lot, it has to provide separate tender guarantees for each lot.
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 site visit/information meeting will be held on 29.11.2019 at 13:00 (local time) at Özyeğin Üniversitesi Çekmeköy Kampüsü Nişantepe Mah. Orman Sok. 34794 Çekmeköy/İstanbul – Turkey.
14.Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers).
15.Period of implementation of tasks
For Lot 1: The implementation period will last 280 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 220 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 2: The implementation period will last 240 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 180 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 3: The implementation period will last 150 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 90 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 4: The implementation period will last 150 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 90 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 5: The implementation period will last 300 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 240 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 6: The implementation period will last 120 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 60 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 7: The implementation period will last 210 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 150 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services;
For Lot 8: The implementation period will last 120 calendar days, starting from the commencement of the contract and ending on the day of issuance of the certificate of provisional acceptance. The implementation period will include delivery period of 60 calendar days, installation, commissioning, testing and operation verification period of 30 days after delivery, issuance of provisional acceptance period of 30 days after completion of all services.


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 unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are sub-contractors:
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. The reference period which will be taken into account will be the last 3 years for which accounts have been closed.
The selection criteria for each tenderer are as follows:
The average turnover of the tenderer in the last 3 financial years must be at least the following amount for each individual lot for which he is bidding.
Lot 1: 1 550 000,00 EUR;;
Lot 2: 1 400 000,00 EUR;
Lot 3: 400 000,00 EUR;
Lot 4: 600 000,00 EUR;
Lot 5: 1 000 000,00 EUR;
Lot 6: 250 000,00 EUR;
Lot 7: 1 000 000,00 EUR;
Lot 8: 500 000,00 EUR.
Companies that have been operational for less than 3 years must demonstrate an operational cash flow at least in the amount of the thresholds listed above for each individual lot.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.
At least 5 staff currently works for the tenderer in fields related to this contract.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.
This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.
For lot 1:
— the tenderer has delivered supplies of industrial prototyping equipment (proportion carried out by the candidate) under a single contract with a budget of 750 000,00 EUR or at least 2 contracts each with a budget of at least 375 000,00 EUR.
For lot 2:
— the tenderer has delivered supplies of testing and measurement equipment (proportion carried out by the candidate) under a single contract with a budget of 700 000,00 EUR or at least 2 contracts each with a budget of at least 350 000,00 EUR.
For lot 3:
— the tenderer has delivered supplies of circuit board design equipment and/or software (proportion carried out by the candidate) under a single contract with a budget of 200 000,00 EUR or at least 2 contracts each with a budget of at least 100 000,00 EUR.
For lot 4:
— the tenderer has delivered supplies of inspection and/or analysis equipment concerning communications and/or electronics fields (proportion carried out by the candidate) under a single contract with a budget of at 300 000,00 EUR or at least 2 contracts each with a budget of at least 150 000,00 EUR.
For lot 5:
— the tenderer has delivered supplies of lab-scale machines/tools/software for training/testing or ‘demonstration of cyber physical systems’ (proportion carried out by the candidate) under a single contract with a budget of at least 350 000,00 EUR or at least 2 contracts each with a budget of at least 250 000,00 EUR.
For lot 6:
— the tenderer has delivered supplies of ‘Internet of Things software/equipment’ or ‘virtualization/augmented reality software’ or ‘robotics’ (proportion carried out by the candidate) under a single contract with a budget of at least 75 000 EUR or at least 2 contracts each with a budget of at least 50 000 EUR.
For lot 7:
— the tenderer has delivered supplies of automation system equipment which includes at least one robot (proportion carried out by the candidate) under a single contract with a budget of at least 500 000,00 EUR or at least 2 contracts each with a budget of at least 250 000,00 EUR.
For lot 8:
— the tenderer has delivered supplies of IT Equipment and/or software (proportion carried out by the candidate) under a single contract with a budget of at 250 000,00 EUR or at least 2 contracts each with a budget of at least 125 000,00 EUR .
In case a tenderer applies to multiple lots, the tenderer must comply with the following selection criteria:
— for economic and financial capacity criterion, the cumulative amount of the average annual turnover required for the relative lots,
— for professional capacity criterion, at least 5 staff required for each lot,
— for technical capacity criterion, the requirement for the relevant lot.
Capacity-providing entities.
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. If the tenderer relies 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 by producing a commitment 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 relying on them and must comply with the selection criteria for which the economic operator relies on them. 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 provided when requested by 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 tasks 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.
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&userlanguage=en The tender dossier is also available from the contracting authority. 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 Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
Fax 90 312 201 69 54

e-mail: [email protected], [email protected]

(mentioning the publication reference shown in item 1) at the latest 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at the latest 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 website of DG International Cooperation and Development at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and on the website of the Contracting Authority at https://rekabetcisektorler.sanayi.gov.tr

19.Deadline for submission of tenders
The tenderer's attention is drawn to the fact that there are 2 different systems for sending tenders: one is by post or private mail service, the other is by hand delivery.
In the first case, the tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip(1), but in the second case it is the acknowledgment of receipt given at the time of the delivery of the tender which will serve as proof. Any tender submitted to the contracting authority after this deadline will not be considered.
The deadline for submission of tenders is 16.00 (Local time — Turkey) on 27.1.2020.
The contracting authority may, for reasons of administrative efficiency, reject any tender submitted on time to the postal service but received, for any reason beyond the contracting authority's control, after the effective date of approval of the evaluation report, if accepting tenders that were submitted on time but arrived late would considerably delay the evaluation procedure or jeopardise decisions already taken and notified.
How tenders may be submitted
Tenders must be submitted in English exclusively to the contracting authority in a sealed envelope:
— either by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to:
Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
— or hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to:
Att.: Mr. Mustafa Erdoğan
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, Oda No 714/A
06530 Çankaya/Ankara, Turkey
Opening hours: 9.00-17.00 (Local Time-Turkey)
The contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the contracting authority.
Tenders submitted by any other means will not be considered.
By submitting a tender candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the tender.
(1) It is recommended to use registered mail in case the postmark would not be readable.
20.Tender opening session
10.00 a.m. (Local Time – Turkey) on 3.2.2020 in the premises of 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.
21.Language of the procedure
All written communications for this tender procedure and contract must be in English.
22.Legal basis(2)
Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-Accession Assistance (IPA II).
(2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
23.Additional information
Financial data to be provided by the tenderer in the standard tender form must be expressed in EUR. If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of December 2019 of the applicable InforEuro exchange rate which can be found at the following address:

http://ec.europa.eu/budget/graphs/inforeuro.html

In the premises where MoIT/DoEUFP is located, there is one security point to pass through, and only 2 elevators operating to reach 7th floor. Please consider these physical conditions not to miss the deadline for receipt of applications.

In line with Sub-Article 4.3.9.3 of the PRAG, the tenderers are requested to bring with them official documents certifying their status as representatives of the companies and their IDs. Tenderers who do not bring these documents will not be allowed to the opening sessions. It is strongly recommended by the Contracting Authority, to bring copies of the each document for the time management before the opening session.

İhale Bilgileri

İhale TürüMal Alımı