Europe.bg
  Home - Tenders
  NAVIGATION
  My.Europe.bg
  User name:
  
  Password:
  
  
Registration
Forgotten password
What is my.Europe.bg
 
  Information
Sitemap
Contacts
Partners
Media partners
Download & Install
This version of Europe Gateway is outdated since April 25, 2014.

Tenders

RSS
  • A+
  • A-
22-06-2005

BG-SOFIA: PHARE — MOBILE UNITS FOR BORDER CONTROL AND SURVEILLANCE ON THE BULGARIAN-TURKISH BORDER AND IMPLEMENTATION OF THE BEST EU CONTROL PRACTICES IN THE BORDER AREA ('GREEN BORDER') — SURVEILLANCE EQUIPMENT, BULGARIA

2005/S 110-109021

Location: Bulgaria


Supply procurement notice
 
1. Publication reference: EuropeAid/120589/D/S/BG
 
2. Procedure:
Open.
 
3. Programme: Phare.
 
4. Financing: BGUE2003/004-937.08.04 Bulgaria NP.
 
5. Contracting authority: 
Central Finance and Contracts Unit (CFCU), within the Ministry of Finance, Sofia, Bulgaria. Tel.:  (359-2) 98 59 27 72. Fax:  (359-2) 98 59 27 73. E-mail: cfcu@minfin.bg.
 

Contract specifications
 
6. Contract description:
 
The activities of this contract include:
delivery, installation, commissioning, training (for lot 1 and 2) and maintenance within the warranty period, by the contractor, of: mobile thermovision system for surveillance; hand thermovision cameras for surveillance; night vision equipment, night vision goggles, night vision binoculars.
The equipment will have to be delivered to the offices of:
National Border Police Service, 46 Maria-Luisa Blvd., 1040 Sofia, Bulgaria.
 
7. Number and titles of lots: 3 lots:
lot 1 — mobile thermovision system for surveillance;
lot 2 — hand thermovision cameras for surveillance;
lot 3 — night vision equipment:
— night vision goggles,
— night vision binoculars.
 

Conditions of participation
 
8. Eligibility and rules of origin:
 
Participation is open on equal terms to all natural and legal persons participating either individually or in a grouping (consortium) of tenderers of the EU Member States, of the Phare beneficiary countries, of the Cards beneficiary countries and Turkey — the countries and territories of the regions covered and/or authorised by the Regulation or other specific instruments applicable to the programme under which the contract is financed (see also item 21 below). All goods supplied under this contract must originate in these countries.
 
9. Grounds for exclusion: 
Tenderers must submit a statement 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 financed by the general budget of the European Communities in the context of external actions.
 
10. Number of tenders: 
Tenderers (including firms within the same legal group, other members of the same consortium and subcontractors) may submit only one tender for one or more lots. Tenders for part of the 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 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 1 % of their financial bid for the respective lot when submitting their tender proposal. 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 contract value in euro when countersigning the contract. This must be delivered within 30 days after receipt by the tenderer of 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 best compliant tender.
 
13. Information meeting and/or site visit: 
No information meeting is planned.
 
14. Tender validity: 
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
 
15. Period of execution: 
All items of equipment described in the technical specifications have to be delivered within the following periods after the signature of the contract:
lot 1 — 300 calendar days;
lot 2 — 180 calendar days;
lot 3 — 120 calendar days.
 

Selection and award criteria
 
16. Selection criteria: 
The minimum qualifying criteria for each tenderer include:
1) Economic & financial capacity of tenderer(s) (firm or leader of consortium):
a) annual revenue (net of taxes, social security charges and other fiscal contributions) of the tenderer for each of the last 3 financial years for which accounts have been closed shall amount to at least:
for tenderers offering for lot 1: EUR 2 400 000;
for tenderers offering for lot 2: EUR 600 000;
for tenderers offering for lot 3: EUR 1 300 000.
The tenderer should present the following proofs of economic and financial capacity:
— income statements verified by a certified auditor for the last 3 financial years for which the accounts have been closed.
2) Professional capacity of tenderer(s) (a firm or a leading partner of a consortium):
a) the tenderer must have at least 3 years experience in the following fields:
for lot 1: supply, installation, commissioning and maintenance of: mobile thermovision system for surveillance;
for lot 2: supply, installation, commissioning and maintenance of: hand thermovision cameras for surveillance;
for lot 3: supply, installation, commissioning and maintenance of: night vision equipment, night vision goggles and night vision binoculars;
b) the manufacturer shall operate under a quality system that has been certified by an accredited certification body to comply with ISO 9001:2000 or equivalent. Copy of the valid certificate should be provided.
3) Technical capacity of tenderer(s):
a) the tenderer (a firm or a consortium) has, during the last 5 (five) years, since 1.1.2000, completed at least 1 (one) project amounting to at least 65 % of the financial bid and involving activities and expertise as described above under point 16.2) a) for the respective lot. A list of the projects implemented by the firm or each one of the consortium partners with brief descriptions of the supplies delivered in the last 3 years, prices in euro, delivery dates, clients and locations shall be provided to verify the circumstances under 16.3) a) and 16.2) a) above;
b) the tenderer (firm or consortium) has to provide evidence for the existence of established service point(s) in the region of Sofia for the equipment tendered authorized by the manufacturer(s), in order to cover its maintenance during the warranty period. List of service points shall be provided by the tenderer.
 
17. Award criteria: 
For this supply contract the sole award criterion shall be the price. The contract shall be awarded to the compliant tender with the lowest price.
 

Tendering
 
18. How to obtain the tender dossier: 
The tender dossier is available for collection from the contracting authority at the following address:
CFCU, Ministry of Finance, Att: Mr Vladimir Valchev — CFCU Director and Deputy PAO, 102 Rakovski Str., 1040 Sofia, Bulgaria, Fax: (359-2) 98 59 27 73. Email: cfcu@minfin.bg.
Tenders must be submitted using the standard tender form 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 the following address:
Att: Mr Vladimir Valchev — CFCU Director and Deputy PAO, CFCU, Ministry of Finance, 102 Rakovski Str., 1040 Sofia, Bulgaria, Fax: (359-2) 98 59 27 73. Email: cfcu@minfin.bg
(mentioning the publication reference and the financing line shown in items 1 and 4) 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.
 
19. Deadline for submission of tenders: 
18.8.2005, 15.30 Room 512.
Any tender received after this deadline will not be considered.
 
20. Tender opening session: 
18.8.2005, 16.00.
Ministry of Finance, 102 Rakovski Str., 1040 Sofia, Bulgaria.
 
21. Legal basis:
 
Council Regulation (EEC) No 3906/89 of 18.12.1989 and Council Regulation (EEC) No 769/2004 of 21.4.2004 on economic aid to certain countries of central and eastern Europe, as amended.

(EU)


 
Заедно
Tenders
 
 
 
    More 
In advance
 
 
 
    More 
Interviews
 
 
 
    More 
Bulgaria-destined funds
 
 
 
    More 
NEWEST ON EUROPE.BG
 
 
 
    More 
Month focus
 
 
    More 

Project of European Institute | Centre for policy modernisation | Institute for European Policy EUROPEUM |
| Privacy Policy | Copyrights © 2003-2007 Europe.bg |
The information system was realized with financal support of OSI and OSF - Sofia
The Project is co-financed by the European Commission. The Information contained in this publication/site does not necessarily represent the position or opinion of the European Commission.