HARJU COUNTY GOVERNOR ORDER

Similar documents
STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB

GRANT APPLICATION FORM 1

Open call for proposals VP/2004/021. Initiatives to promote gender equality between women and men, including activities concerning migrant women

Support for Applied Research in Smart Specialisation Growth Areas. Chapter 1 General Provisions

and Commission on the amended Energy Efficiency Directive and Renewable Energies Directives. Page 1

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification

CALL FOR PROPOSALS LOCAL INITIATIVES ON INTER-MUNICIPAL COOPERATION IN MOLDOVA

General terms and conditions of Tempo funding

STANDARD GRANT APPLICATION FORM FOR "GRANTS FOR AN ACTION" *

Transatlantic Strategy Forum

Republic of Latvia. Cabinet Regulation No. 50 Adopted 19 January 2016

Model. Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. KA1 - Learning Mobility of Individuals

Public Diplomacy, Policy Research and Outreach Devoted to the European Union and EU-Canada Relations

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Guidelines. Application template Call 2018 KA2 - Cooperation for Innovation and the Exchange of Good Practices KA229 - School Exchange Partnerships

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Part I. Project identification and summary

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

CALL FOR PROPOSALS. GRANT FOR ROMACT "SUPPORT ORGANISATIONS" IN SLOVAKIA SRSGRoma/SPU/2017/27. Joint EU/CoE Projects ROMACT3 and ROMACT4

Guidelines. Application template Call 2018 KA3 - Support for policy reform KA347 - Dialogue between young people and policy makers.

Application template Call 2018 KA1 - Learning Mobility of Individuals KA105 - Youth mobility

APPLICATION MANUAL MINISTRY OF REGIONAL DEVELOPMENT AND PUBLIC WORKS. PHARE National Programme 2004 III part

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification

Part I. Project identification and summary

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Application template Call 2018 Guidelines National Agency Context: Participating Organisations:

FIRST LEVEL CONTROL IN FINLAND FOR THE TERRITORIAL COOPERATION OBJECTIVE PROGRAMMES DURING THE PROGRAMMING PERIOD

DRAFT. Erasmus+ Application Form - Call: Learning Mobility of Individuals. Adult education staff mobility. General Information.

Education, Audiovisual and Culture Executive Agency GRANT DECISION FOR AN ACTION. Decision Nr

DISCLAIMER. This document represents a template of an application form. It must not be used for real applications to a National Agency.

CONTRACT SPECIFICATION

CALL FOR PROPOSALS. Dissemination activities for the Council of Europe toolkit Language Support for Adult Refugees. Reference 2018/LIAM

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Application template Call 2018 Guidelines National Agency Context: Participating Organisations:

CALL FOR PROPOSALS. Dissemination activities for the Council of Europe Reference Framework of Competences for Democratic Culture. Reference 2018/RFCDC

DRAFT. Erasmus+ Application Form - Call: Learning Mobility of Individuals. VET learner and staff mobility. General Information.

Erasmus+ Application Form. Call: Learning Mobility of Individuals. A. General Information. B. Context. B.1. Project Identification

Erasmus+ General Information. Context. Application Form Call: KA2 Cooperation and Innovation for Good Practices

Guide for procedure for evaluation and selection of applications for the operation Support for applied research in smart specialisation growth areas

PROCUREMENT PROCEDURE FOR A PROJECT INFORMATION MANAGEMENT SYSTEM

Application Form Call: Learning Mobility of Individuals. Programme and Partner Countries. Mobility of Learners and Staff

Erasmus for Young Entrepreneurs Users Guide

CALL FOR PROPOSALS FOR PARTNERSHIP COMM/FPA/2016

Erasmus+ Application Form. Call: 2014 KA2 Cooperation and Innovation for Good Practices. A. General Information. B. Context

Sub-granting. 1. Background

ANNEX 1a GRANT APPLICATION FORM. EASME/EMFF/2016/ Nautical Routes for Europe

Chapter Two STATE FUNCTIONS FOR ENERGY EFFICIENCY PROMOTION Section I Governing Bodies

Version September 2014

Application Form Call: KA1 - Learning Mobility of Individuals

Request for Proposal (RFP) for Grant Writing Services

Call for proposals DG EAC/21/06

Grant Preparation Forms (GPF) - overview

Regulation on the implementation of the European Economic Area (EEA) Financial Mechanism

HERCULE III PROGRAMME CALL FOR PROPOSALS REF. Hercule III 2014 ANTI-FRAUD TRAINING E PROGRA MME ANTI-FRAU

CALL FOR PROPOSALS HOME/2014/PPXX/AG/SPBX NEW INTEGRATED MECHANISMS FOR COOPERATION BETWEEN PUBLIC AND PRIVATE ACTORS TO IDENTIFY SPORTS BETTING RISKS

Call for Submission of Proposals

CALL FOR PROPOSALS DG EAC No EAC/18/2011. Preparatory Action in the Field of Sport (Open call) (2011/C 131/09) Guidelines for Applicants

Specific Call for Proposals Mainstreaming Corporate Social Responsibility (CSR) Among SMEs Grant Programme 2005

III. The provider of support is the Technology Agency of the Czech Republic (hereafter just TA CR ) seated in Prague 6, Evropska 2589/33b.

Department of Agriculture, Environment and Rural Affairs (DAERA)

CALL FOR THEMATIC EXPERTS

EVALUATION OF THE SMALL AND MEDIUM-SIZED ENTERPRISES (SMEs) ACCIDENT PREVENTION FUNDING SCHEME

COMMISSION DIRECTIVE 2011/18/EU

Application for Funding

Request for Proposals (RFP)

Green Industry Innovation Programme Poland. Call for Project Proposals

INVITATION TO TENDER TO EVALUATE THE IMPACT AND EFFECTIVENESS OF THE FEAST PROJECT. Tender Ref: FEAST-E01. Invitation to Tender

CALL FOR PROPOSALS. GRANT FOR ROMACTED "SUPPORT ORGANISATIONS" IN KOSOVO 1 * SRSG Roma/SPU/2017/36. Joint EU/CoE Programme ROMACTED

PICK-ME Kick-off meeting Political, scientific, contractual and financial aspects

Università degli Studi di Roma "Tor Vergata"

CALL FOR PROPOSALS. Supporting rehabilitation programmes for prisoners at the Institute for the Execution of Criminal Sanctions

CALL FOR PROPOSALS COMM/SUBV/2018/E

Innovation Grants REQUEST FOR PROPOSAL (RFP)

SERVICE CONTRACT NOTICE

Request for Proposals (RFP)

ANNEX I GRANT APPLICATION FORM (Multibeneficiary)

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3

SERVICE PROCUREMENT NOTICE Comprehensive strengthening of the capacities of the Agency for Vocational Education and Training Republic of Croatia

Checklist of requirements for licensing under Section 31 of the Trade Regulation Code (GewO)

EUROPEAN COMMISSION DIRECTORATE-GENERAL JUSTICE

Subsidy contract for the project. Click here to enter text.

European Centre for Press and Media Freedom

Grant Requirements Dutch Kidney Foundation as from 1 January 2017

CALL FOR TENDERS ATHENS 30 MAY 2003

The National Council for Special Education REQUEST FOR TENDERS TO CONDUCT A RESEARCH STUDY ENTITLED: Initial Teacher Education for Inclusion

Request for Proposals (RFP)

The Dialogue Facility THE DIALOGUE FACILITY Bridging Phase Guidelines and Criteria for Support

CALL FOR PROPOSALS FOR PARTNERSHIP1 COMM/FPA/2016

FMO External Monitoring Manual

General Conditions for Grants to Development Research Supported through Denmark s International Development Cooperation

Guideline for Research Programmes Rules for the establishment and implementation of programmes falling under the Programme Area Research

Consolato d Italia. Cape Town

Joint Operational Programme Romania Republic of Moldova

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Model Agreement between Lead Partners and partners of an INTERREG IVC project (Partnership Agreement) 1

CALL FOR PROPOSALS CNECT /2016. Subtitling European cultural TV contents across all Europe

Application Form Call: KA1 - Learning Mobility of Individuals. VET learner and staff mobility

CALL FOR PROPOSALS MARE/2014/46. Terms of Reference for an EU grant under the European Maritime and Fisheries Fund

EXPRESSION OF INTEREST

Transcription:

HARJU COUNTY GOVERNOR ORDER Tallinn..2014 nr Performance of the public procurement On the ground of Estonian Government of the Republic Act 89 subsection 5, Estonian Public Procurement Act 3, 10 clause 1 of subsection 1 and 26 as well as considering the obligations of Harju County Government as the Lead Partner of European Union Strategy for The Baltic Sea Region Seed Money Facility (EUSBSR Seed Money Facility) programme project number S44 Pre-Feasibility study of Helsinki-Tallinn link (TALSINKIFIX) and obligations stated in the Lead Partner Grant Agreement between Investitionsbank Schleswig Holstein and Harju County Government (03.03.2014) as well as in accordance with the 17.01.2012 order of Harju County Governor nr 87-k approving the public procurement procedure regulations for Harju County Government 1. To organise competitive dialogue procurement procedure for the public procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link. 2. To form the commission for the conduction of the public procurement mentioned in section 1 with following members: 2.1 Leevi Laever county secretary, chairman of the commission; 2.2 Joel Jesse head of development division; 2.3 Kaarel Kose adviser, development division; 2.4 Liivar Luts Tallinn Transport Department; 2.5 Hedi Meigas Tallinn city office, leading specialist; 2.6 Ulla Tapaninen Expert in International Logistics of the City of Helsinki; 2.7 Olli Keinänen Helsinki city executive office, senior advisor. 3. To constitute that the commission described in section 2 has the quorum if at least 6/7 (six sevenths) of the members participate or are represented. The Commission will make decisions on the basis of consensus of the participating members. 4. To appoint Leevi Laever as being responsible for the performance of the public procurement mentioned in section 1. 5. To approve the documents of the public procurement mentioned in section 1. (Appendixes 1-4). 6. To approve the unofficial translation of the public procurement mentioned in section 1. To English (Appendixes 1-4). 7. This order can be requested for review as regulated by the Estonian Public Procurement Act. Ülle Rajasalu Harju County Governor

Appendix 1 to the order of Harju County Governor Harju County Government Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link TERMS AND CONDITIONS FOR THE SUBMISSION OF THE TENDER Hereby Harju County Government (The Contracting Authority from hereon) is submitting an invitation to tender according conditions described by the contract notice and contract documents to interested persons. Contract notice and contract documents will be published in https://riigihanked.riik.ee 1. General Information 1.1. Name of the public procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link (the Procurement from hereon). 1.2 Harju County Government is representing all parties involved in this procurement process according to the obligations and agreements arising from the European Union Strategy for The Baltic Sea Region Seed Money Facility (EUSBSR Seed Money Facility) programme project number S44 Pre-Feasibility study of Helsinki-Tallinn link (TALSINKIFIX). 1.3. The name and information of the contracting authority: Harju County Government, registry 70002452, Roosikrantsi 12, 15077 Tallinn, Harju County, Estonia. 1.4 Contact person: Adviser of the Development Division Kaarel Kose, phone +372 611 8616, e- mail: kaarel.kose@mv.harju.ee. 1.5 Procurement procedure: Competitive dialogue. Expected number of candidates is 3 (three) minimum; Contracting authority is not restricting the number of candidates that may fulfil the criteria s for qualification and is making a proposal to start a dialogue to all qualified candidates. 1.6 Source of funding: European Union Strategy for The Baltic Sea Region Seed Money Facility (EUSBSR Seed Money Facility) programme project number S44 Pre-Feasibility study of Helsinki-Tallinn link (TALSINKIFIX). 1.7 contract documents are: 1.7,1 Contract notice (published https://riigihanked.riik.ee); 1.7.2 Terms and conditions for the submission of the tender (this document) with appendixes; 1.7.3 Qualification requirements for the candidate; 1.7.4 Requirements for the candidate; 1.7.5 Explanation of the content (Draft of Terms of Reference); 1.7.6 all documents that are changing or clarifying the requirements of the contract documents and have been submitted to the candidates before the deadline of the submission of request to participate, All parts of the contract documents are complementing each other and form a wholesome foundation to compile request to participate and the tender. All requirements from any of the documents are legally binding to the candidate, except document described in article 1.7.5 that is of explanatory nature.

1.8 Candidate is required to thoroughly familiarize with the requirements, rules and deadlines described within contract notice and contract documents. Candidate will take responsibility for all the risks related to the inadequacy of the submitted request to participate with the contract notice and contract documents. 1.8 Competence of the parties: It is presumed that Contracting authority and candidate are aware of all the legal acts, rules, regulations and other legal documents that are required in order to provide the specified services. Parties may not take advantage of the counterparties mistakes or lack of knowledge in their own interests. During public procurement procedure the parties are obliged to inform the other party on their own account at once if they have detected any shortcomings, non-conformities, errors, inconsistencies and risk factors in the contract documents. 1.10 Costs of the Tender: Tenderer must cover all costs and expenses associated with the preparation and submission of the tender. Under no circumstances may the contracting authority be considered responsible or obligated to compensate costs and damages related to the preparation of tender. 1.11 The contracting authority can make changes in contract notice and contract documents in accordance with the Estonian Public Procurement Act 36. 1.12 Compiling the pre-feasibility study of Helsinki-Tallinn fixed link is financed by Harju County Government as the Lead Partner of the EUSBSR Seed Money Facility programme project number S44 Pre-Feasibility study of Helsinki-Tallinn link (TALSINKIFIX) as stated in the Lead Partner Grant Agreement between Investitionsbank Schleswig Holstein and Harju County Government (03.03.2014). The object of the procurement can only be fulfilled if the conditions for the project TALSINKIFIX are met. Considering this, the contracting authority has the right to annul the procurement if: 1.12.1 If the contracting authority is unable to detect suitable offer within the procurement procedure. 1.12.2 If the public contract is not signed by the 15 th of July; 1.12.3 The contracting authority has objective reasons to doubt the possibility of conducting the object of the procurement (the study) and potential to fulfil the obligations that are object of the public contract, before the signing of the public document; 1.12.4 The offers are exceeding expected cost of the procurement or do not correspond to the objective of the procurement; 1.12.5 Delays and objections within procurement procedure that make the fulfilment of the public contract objectively improbable. 1.13 Confidentiality: the contracting authority will disclose the information gathered from the candidate, except within the scope of legal acts. 2. The terms and conditions of participation and qualification 2.1 The terms and conditions of participation and qualification requirements of the procurement are described in contract notice and contract documents Terms and conditions for the submission of the tender and Qualification requirements for the candidate. The terms and conditions and formulas for the submission of the request to participate are given in this document. 2.2. If necessary and relevant for proving the suitability of a tenderer or candidate, the tenderer or candidate may prove their compliance with the requirements set for their financial and economic standing in the framework of the performance of the particular public contract, in addition to its

own indicators, also on the basis of the funds of another person, if the tenderer or candidate proves to the contracting authority in an acceptable manner that this person has the funds necessary for the performance of the public contract and corresponding to the object of the public contract at its disposal, and the tenderer or candidate may use the relevant funds of that person, if necessary, for performance of the public contract. 2.3. In the event of indicators summed up for the purpose of proving the compliance of their financial and economic standing with the award criteria, joint tenderers or joint candidates may rely on the summed-up indicators of all joint tenderers or joint candidates. 2.4. The contracting authority has the right to verify the suitability of a tenderer or candidate throughout the entire procurement procedure and if the contracting authority learns that the financial and economic standing or the technical and professional ability of the candidate does not comply with the award criteria provided for in the contract notice, the contracting authority has the right to make a new decision on qualifying the tenderer or candidate and disqualify the tenderer or candidate. 2.5. The contracting authority may request that a candidate explains the contents of documents submitted for verification of the suitability or that a tenderer or candidate submits data or documents allowing the explanation. 2.6. Candidate will be qualified if the request to participate is fulfilling all the requirements described in contract documents. 2.7. All joint candidates may be substantially disqualified if one of the joint candidates is disqualified. 2.8. The certificates and information for which the contracting authority has provided a formula must be submitted on required form and with required content. 2.9. The contracting authority will make a reasoned written decision on the qualification or disqualification of a candidate. 3. Description of the object of the procurement 3.1 The object of the study is compiling the pre-feasibility study of the Helsinki-Tallinn fixed link. 3.2 The explanation of the content of the procurement is provided in the contract document Explanation of the content (Draft of Terms of Reference) (appendix 4) 4. Terms and conditions of public contract 4.1 Public contract will be signed in Estonian. The contracting authority may require the translation of the Public contract in English. 4.2 Deadline to fulfil the public contract is 31 st of January 2015. 4.3 The expected maximum value of the public procurement is 72 000 net of value added tax (90 000 incl. VAT). 4.4 Specified terms of public contract will be constituted in the proposal to make an offer prepared as a result of dialogue.

5. Formulating and submitting the request to participate 5.1 The request to participate must be submitted in English or in Estonian with the translation to English. 1. 5.2 Documents other than request to participate submitted and not issued by the candidate may be provided in language other than English, but with translation to English. 5.3 The request to participate must be submitted in written (in closed envelope) with clearly marked name of the candidate and password Compiling the pre-feasibility study of Helsinki- Tallinn fixed link. 2. 5.4 The contracting authority will determine the date of submitting the request to participate 37 days as of the publication of the contract notice in the register. The request to participate must be submitted date indicated in the contract notice at 13.00 (Estonian time zone) to the information desk of Harju County Government, Roosikrantsi 12, 15077 Tallinn. The request to participate is considered to be submitted only if it has arrived in due time to aforementioned place and in accordance to all requirements described in contract documents. The request to participate will be opened 15 minutes after the deadline in Harju County Government. 3. 5.5 The contracting authority will not review documents submitted later than the deadline constituted in contract documents. 4. 6. Clarifications and information 6.1. Any party of the procurement may not submit false or misleading information or conceal the facts that might influence the counterparty s activities. The information provided by the other party, must be precise and unambiguous, and the provider of the information is responsible for the accuracy of the information. 6.2. Candidate is expected to thoroughly familiarize with all the terms and conditions described in the contract documents. 6.3. Clarifications regarding contract notice and contract documents can be obtained in written from Harju County Government by e-mail, Kaarel Kose kaarel.kose@mv.harju.ee. 6.4. The contracting authority will answer to the received questions within 3 (three) working days counted from the application for clarifications. 7. Qualification of the candidates 7.1. The contracting authority will qualify the candidates according to the qualification requirements for the candidate that are published in the contract notice and public procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link as approved by Harju County Governor. 7.2. Non-qualified candidates will not participate in the subsequent procurement procedure.

8. A proposal to start a competitive dialogue 8.1 The contracting authority will make a proposal to start a competitive dialogue to the qualified candidates. The proposal to start a dialogue is made in written. 5. 6. 8.2 The information described in the Estonian Public Procurement Act 63 will be sent together with the proposal to start a competitive dialogue 7. 8. 8.3 Dialogue is held in consecutive stages in English or if all involved parties agree, in Estonian. 8.4 Quality criteria is the main award criteria for the study as it will be described in invitation to tender or proposal to start a dialogue for the offers made after invitation to tender to the qualified candidates who are participating in dialogue. The most economically advantageous tender will be chosen if the tenders are equally compliant with the quality criteria. Public procurement commission will approve the award criteria before the invitation to tender or proposal to start a dialogue. 8.5 The contracting authority will hold the dialogue with the candidates until the solutions most compliant with its needs are found.

Formula I Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link STATEMENT BY THE CANDIDATE TO PARTICIPATE IN THE PROCUREMENT PROCEDURE Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County 1. We confirm that we are aware of the terms and conditions of the contract notice and the terms and conditions of the contract documents. 2. We confirm that we will take in the request to participate all the conditions set out in the contract notice, and to submit the request on the facts, on which the contracting authority wishes the competitive dialogue requests. 3. We confirm that we have all the powers, rights and funds required for ensuring the performance of the public contract. 4. We offer ourselves to carry out the abovementioned public procurement and agree to eliminate all shortcomings if such is to appear, based on the quality criteria described. 5. We confirm that we have registered in the commercial register in accordance with the legislation of our country of location and our registry is. 6. We give our consent to acquire information regarding information that we have submitted, making requests to third parties and are aware that contracting authority may take documents provided by third parties as basis for the decisions made within this public procurement process. (Name of the representative) (Position) Competent to sign this Declaration in the name of

Formula II Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link STATEMENTS OF THE CANDIDATE Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County I hereby certify that: 1. Candidate or legal representative of candidate has not been convicted of organising a criminal group or belonging thereto or violating the requirements of public procurement or fraud or committing offences relating to professional misconduct or money laundering or tax offences in criminal or misdemeanour proceedings; 2. Candidate is not in is bankrupt or under liquidation, whose business operations have been suspended or who is in another similar state under the legislation of its country of location; 3. A compulsory liquidation procedure or another similar procedure has not been initiated in accordance with the legislation of its country of location against the candidate; 4. Candidate has not given false information in regards to bases for the exclusion of candidates from the procurement procedure or requirements established by the contracting authority; 5. Candidate or representative of the candidate has not been found guilty of grave professional misconduct, on the basis of a decision of the court of honour of a professional association or another similar basis; Comments: Name and information of the candidate (Name of the representative) (Position)

Formula III Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link POWER OF ATTORNEY Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County (name of candidate) hereby authorizes (name and position of the principal) in the person of (the person's name, position) to be the official representative of the candidate and to sign aforementioned request of participation in the public procurement process including certificate stating absence of the bases for the exclusion from procurement process, qualification certificates (information) and other documents. Power of Attorney is issued without the permission to delegate the authority. Power of Attorney is valid until: Date: (the signature of the principal)

Formula IV Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link PRE-AGREEMENT OF JOINT CANDIDACY (To be submitted in the case of joint candidates) Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County We hereby declare, that the below mentioned persons are making joint request of participation to this public procurement and are responsible of making this request, tender and performance of the public contract completely jointly and individually separately (solidarily), whereas the authorised representative of the candidates is: Name of the candidate Candidates empower an authorised representative for all the candidates (partners) mentioned here in the name of the candidates (partners) to receive notifications, and instructions from the contracting authority and to sign the official documents including this formula and request of participation in the public procurement process and to manage the performance of the public contract. The candidates state that they will remain bonded with the request of participation until all contractual obligations to the contracting authority are fulfilled. Name of the Address and Name of the Signature of the legal candidate Registry of the Legal representative representative of candidate candidate of the candidate Authorised Address: representative Registry: of the candidate (Partner 1) Partner 2 Address: Registry: Partner 3 Address: Registry:

Formula V Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link TURNOVER OF THE CANDIDATE Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County We hereby declare that the: (Name of the candidate) Net turnover of the last 3 fiscal years from services of consulting, planning or research and development has been: Partner I (insert name) Partner II (insert name) Partner III (insert name) TOTAL Name net turnover (euro) net turnover (euro) net turnover (euro) Fiscal year.. Fiscal year.. Fiscal year.. Comments:

Formula VI Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link STUDIES CONDUCTED BY THE CANDIDATE Contracting Authority: Harju County Government, Roosikrantsi 12, 15077 Tallinn, Harju County Studies and analyses of similar nature to the procurement object conducted within last three years. nr Name and contact of the counterparty Contract (name with a short description of content) Date of signing the contract Cost of the contract (excl. VAT) euro Comments:

Appendix 2 to the order of Harju County Governor Harju County Government Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link QUALIFICATION REQUIREMENTS FOR THE CANDIDATE Individual statements nr Presenting of the document JC* for every candida te Condition 1 Mandatory Yes A contracting authority will not award a public contract to a person and will exclude from a procurement procedure a tenderer or candidate: 1) who or whose legal representative has been convicted of organising a criminal group or belonging thereto or violating the requirements of public procurement or fraud or committing offences relating to professional misconduct or money laundering or tax offences in criminal or misdemeanour proceedings, and whose data concerning the conviction have not been deleted from the registry of convictions in accordance with the Registry of Convictions Act or whose conviction is valid in accordance with the legislation of their country of residence or country of location; 2) who is bankrupt or under liquidation, whose business operations have been suspended or who is in another similar state under the legislation of its country of location 3) against whom a compulsory liquidation procedure or another similar procedure has been initiated in accordance with the legislation of its country of location; Document formula App. 1, Formula II Statements of the candidate 2 Mandatory Yes A contracting authority will not award a public contract to a person and will exclude from a procurement procedure a tenderer or candidate, who has arrears of state taxes or local taxes of their place of residence or seat or arrears of social insurance contributions or interest charged on overdue tax amount (hereinafter tax arrears) as of the date of commencement of the procurement procedure or if the payment of the tax arrears has been staggered for a period exceeding six months starting from the date of commencement of the procurement procedure, unless the staggering of payment of the tax arrears has been guaranteed in full. For the purposes of this document, arrears of state

3 Upon request 4 Upon request Yes Yes taxes or local taxes of the place of residence or seat means state taxes or local taxes of the place of residence or seat not paid by a tenderer or candidate by the due date and the interest charged on the tax arrears, which exceed 100 euros. Candidate must submit a certificate of the competent authority of the country of location regarding the absence of the circumstances specified in Public Procurement Act 38 clause 4) of subsection (1), unless the contracting authority can verify the data on the basis of public information available in a database. If the competent authority of the country of location of the tenderer or candidate does not issue a certificate of the absence of the circumstances specified in Public Procurement Act 38 clause 4) of subsection (1), the candidate will submit a certificate of the absence of tax arrears issued by the competent authority. A contracting authority may exclude from the procurement procedure a candidate: whose tender has been drawn up with the participation of a person who has participated in drawing up the contract documents of the same public procurement or who is in another way related to the contracting authority and the information known to that person gives them advantage over other candidates; A contracting authority will not award a public contract to a person and will exclude from a procurement procedure a candidate who has given false information on the compliance with the Public Procurement Act 38-42 requirements and requirements established by the contracting authority on the provisions of aforementioned paragraphs; 5 Upon request Yes In addition to the conditions described in clause 2 the contracting authority will verify the absence of tax arrears also before signing of public contract as follows: 1) In case of the candidate of the Estonian residence the contracting authority will verify the absence of tax arrears and information about the staggering of tax arrears by making electronic request to Estonian Tax and Customs Board after declaring the tender successful. 2) Cantracting authority requires a certificate of the tax authority of the local taxes of the place of residence or seat of the tenderer or candidate or a certificate of the competent authority of the

country of location of the tenderer regarding the absence of the tax arrears and information about the staggering of tax arrears after declaring the tender successful. 3) On the basis of the Public Procurement Act 38 subsection (1 1 ),the contracting authority will verify the absence of tax arrears and information about the staggering of tax arrears on the fourteenth day after declaring the tender successful. When it appears that a person has tax arrears on the date indicated, the contracting authority will not award a public contract and will exclude the person from a procurement procedure. 6 Mandatory No Joint candidates must appoint a representative authorised to take steps relating to the procurement procedure and to the award and performance of a public contract. Joint candidates submit the original document of power of attorney issued to their representative. App. 1, Form IV Preagreement of Joint Candidacy * Joint Candidates The financial and economic standing Presenting JC* for Condition nr of the document every candida te 1 Mandatory No The candidate net turnover of their last 3 fiscal years from services of consulting, planning or research and development must be 40 000 per annum for each year. The applicant, upon request of the Contracting Authority, must submit annual reports of the three ended fiscal years to prove the net turnover from these aforementioned activities. 2 Mandatory No Applicant must have made a professional liability insurance for the amount of 50 000. Applicant must submit a professional liability insurance certificate or any other relevant document accepted by the contracting authority, which indicates that the applicant has the funds required for the compensation of loss that may be caused by a possible violation of the public contract or that the tenderer or candidate has the possibility to obtain them. (Estonian Public Procurement Act 40 subsection 2). * Joint Candidates Document formula App. 1, Form V Turnover of the candidate

The technical and professional ability nr Presenting of the document JC* for every candida te Condition 1 Mandatory No The candidate must have conducted 2 similar studies/analysis within last three years, that are of similar nature to the object of this procurement, equalling at least the amount of 20000 all contracts combined. The Contracting authority counts following examples as of similar nature to the procurement object: feasibility studies in the field of transport infrastructure planning, thematic geological or geographical analysis, socio-economic studies of large infrastructure objects and other characteristically similar studies/analysis to the object of this procurement. The candidate shall submit the contracts of the fulfilled works that are of similar nature to the object of this procurement, together with a list of the cost, dates and other information about the counterparties. The candidate, upon request of the Contracting Authority adds to the aforementioned list, the certificates or confirmations of a due performance issued by the counterparty according to Estonian Public Procurement Act 41 subsection 4. Document formula App. 1, Form VI Studies conducted by candidate 4 Mandatory No The candidate must submit the information about the initial project team to fulfil the object of the procurement (CV-s, description of experts experience and qualifications). In compiling the project team one must take into account that project working language is English, however it is necessary to have an advanced level Finnish and advanced level Estonian language speaker within the team, personnel must also represent topical expertise and local knowledge from both Estonia and Finland 7 Mandatory No The candidate must appoint Project Manager responsible for the general management and coordination work of the candidate or tenderer who will comply with following tasks: 1) communicating with Harju County Government, TALSINKIFIX project partners and other related parties; 2) coordinating the work of the experts (project team) and be responsible for the results of the work; 3) participate in all the meetings relating to the study and public discussions; 4) present and introduce the results and interim

* Joint Candidates reports of the study; 5) carry out other tasks that prove necessary in the course of the preparation of the study. Project manager must be able to communicate with the project partners in English. The candidate shall provide the information about the project manager's experience and qualifications and a list of other projects (experience) of similar complexity and volume that the person has participated in.

Appendix 3 to the order of Harju County Governor Harju County Government Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link REQUIREMENTS TO CANDIDATE nr Presenting of the document Condition 1 Mandatory Candidate must confirm in the request to participate and tender the transposition of all the terms contained in the contract notice and contract documents. Candidate submits (according to formula) the statement to confirm in request to participate and the tender the transposition of all the terms contained in the contract notice and contract documents. 2 Upon request Request of participation in this public procurement process must be signed by the authorised representative. The authorised representative must submit proof of the power of attorney. Document required App. 1, Formula I Statement by the candidate to participate in the procurement procedure App. 1, Formula III Power of Attorney

Appendix 4 to the order of Harju County Governor Harju County Government Public Procurement Compiling the pre-feasibility study of Helsinki-Tallinn fixed link. EXPLANATION OF THE CONTENT (Draft of Terms Of Reference) Contracting authorities Harju County Government, City of Helsinki, City of Tallinn Harju County Government is representing the consortium of contracting authorities within tendering process (the Client), Decision on procurement: Ülle Rajasalu, Harju County Governor contact person: Kaarel Kose kaarel.kose@mv.harju.ee tel +352 611 8616 Disclaimer This tender is part of TALSINKIFIX project part financed by European Union (EUBSR Seed Money Facility). All rules, set by EUBSR Seed Money Facility programme and TALSINKIFIX project grant agreement, are applicable to this tender and further contract (including timetable, deadlines, dissemination, reporting etc.) and not object of discussion. 1. Background Since 1991 independency of Estonia, the contacts between Helsinki and Tallinn have grown very tight. Today, there are 15 daily ferry departures carrying 7,5 million yearly travellers cross the bay, over a million passenger cars and quarter of a million trucks. There are more and more companies having their premises in the both sides of the bay combining the human and material resources of both countries. It can easily be said that both countries, Estonia and Finland, are very dependent on people travelling for work, leisure and study from the other country. These frequent travels bring enormous opportunities as well as challenges for city and region developers. What would be the best way to connect the cities Tallinn and Helsinki? Traffic on the Gulf of Finland is very heavy and growing (environmental and security risks). Now, it takes about 2.5 hours to cross the bay by fast ferries. What would be the macro regional benefits if travel time would be less than one hour by a fixed link? How should this be integrated with the cities' present transportation systems? Sea crossing between Helsinki and Tallinn is part of TEN-T Corridor North Sea Baltic. This corridor will be very much strengthened by Rail Baltic investment. The idea of a fixed link between Tallinn and Helsinki has grown out from the EUSBSR Priority Area 11 (Transport links), projects RBGC (Rail Baltica Growth Corridor) and H-TTransPlan (Helsinki-Tallinn Transport & Planning Scenarios). The main idea is to explore the potential of linking the region further, i.e. investigating the feasibility of Tallinn-Helsinki fixed link, namely a tunnel or combination of bridges and tunnels. The fixed link would fill the missing gap along the north-south axes of the transport corridor in the BSR and would contribute to economic as well as social and regionalpolitical advancement of the region. This serves to further inter-link the region and thus to create greater cohesion within the region as well as linking the region and its hinterland better to the European core network. As the H-TTransPlan project findings suggest, well-linked twin-region of Tallinn-Helsinki can further enhance the competitiveness of the area. The Tallinn - Helsinki region together has a potential to become one of the centres of innovation and wealth in the Northern Europe. In case of a positive result of the pre-feasibility study to be carried out in the Seed Money Project, then the full scale feasibility study, planning and pre-design work of the fixed link can be applied for funding from the EU budget framework 2014-2020. As Rail Baltic (1435 mm gauge) will be

completed in 2022-24, and based on the full scale feasibility study of fixed link (planning and technical requirements, information on impacts and economic assessments, cost benefit analysis) then the possible decision of building the fixed link can be made around year 2020. 2. Object of the pre-feasibility study The aim of the fixed link is to enhance the growth of both Estonia and Finland by joining their respective capital regions of Helsinki and Tallinn more closely together. The pre-feasibility study investigates the potential of Tallinn-Helsinki fixed link of tunnel or combination of tunnel and bridges linking together the cities of Tallinn and Helsinki. The main question of the pre-feasibility study is: is it economically and socially viable to continue the work on the feasibility study? In addition, the study should focus on analysing optional transport technologies and integration of the fixed link into local and national transport networks in both countries. 3. Aim of the study Until so far, no studies have been made about the socio-economic benefits of the fixed link, even though the discussion and geological arguments have been presented already decades ago. Based on the existing outputs, this study will bring all knowledge together. The final objective of this study is to give a substantiated picture for the authorities of the Estonia, Finland and the EU if the project seems viable enough to justify a full scale feasibility study and to propose a concrete coherent plan on how to complete the full-scale study. 4. The Study The Study will produce a summary of previous studies and make an analysis of the knowledge gaps as well as suggestions for further actions. 1. Identifying the relevant research and statistical information ( (i.e. passenger and cargo transport, business relations and on-going plans, previous and ongoing EU and national projects etc.). 2. Geographical and geological analysis of the Helsinki-Tallinn link (collection of the previous material and suggestion for studies). 2.1. Previously gathered topographical, bathymetric, geological, geotechnical and geophysical and ecological information/studies should be collected/listed/evaluated? 2.2. The study includes expert opinions on cost estimates for alternative technologies and alignments for the selection of optimal routes. 3. A preliminary analysis on prerequisites for the Helsinki-Tallinn fixed link. The preliminary analysis can be divided to the following tasks: 3.1. Analysis of the socio-economic benefits and problems of the fixed link (collection of the previous material and a new socio-economic analysis based on the previous work is required as well as suggestion for further studies). New study! 3.2. Suggestions of the integration of the link to existing transport networks, whether it will be passenger, passenger-cars or cargo (drafting and valuing various alternatives and suggestion for further studies). 3.3. Presenting of the potential alternatives for the fixed link (tunnel, bridge, combination, passenger only, cargo only, combination), including evaluation of additional functionalities (IT-, electricity cables, gas-, fresh water tubes, real estate development on artificial islands, power production etc.) as potentially contributing to project viability. New technologies and alternative transport modes.

4. Benchmarking with the best practices of the Femern Belt fixed link project: Aim of this study is to benchmark transnational coordination frameworks and their function in coordinating transport development and policies applied in infrastructure planning in Femern Belt area in comparison to that of Helsinki and Tallinn Region. Benchmark study report should make suggestions/recommendations for future strategic process and focus areas for developing the fixed link, including implementation and management frameworks for strategies and action programmes in the cross-border area. 5. Conclusions of the output (Summary) depending on the result: 5.1. Preliminary Terms of Reference for the full scale feasibility study: the choice of the methodology for the feasibility study and a plan on how to complete the study, including suggestions for partnership and budget plan. 5.2. Justifications to the negative result and analysis of perquisites making the Helsinki- Tallinn fixed link viable. 6. A report of funding possibilities and steps to be taken after the project. Time Scedule The suggested time schedule and contents for the study is the following: 1 st month Start of the project and clarification of the tasks 1. Collection of existing material - geographical studies - economic studies - traffic (passenger and cargo flow) studies - EU policies and supportive actions 2. Plan/start of the missing studies - socio-economic analysis - integration to existing transport network - alternatives of the structure and functions of fixed link - benchmarking with Femern Belt fixed link 2 nd and 3 rd month Summary of previous studies New studies (see point 2. above) 4 th month Report on previous studies First result of new studies, first indicative results on: - structure of the fixed link - integration to existing network and location and structure of the link - methodology of the actual feasibility study 5 th month and 6 th month Finalising the new studies Plan for the main feasibility study Report on funding possibilities 7 th month Final report(s) PowerPoint presentations Final adjustments 8 th month Project end 5. Organisational Issues Relating to the Study Project Management Structure The organisational scheme of the study has to take into account that it will be conducted in 2 countries (Estonia and Finland). The Contractor is required to propose a Project Management Structure which is adequate to that scheme to ensure a smooth and efficient conduct of the Study and include sufficient expertise of relevant mattes from both regions.

Steering Group The study will be supervised by a Steering Group which will include representatives of all partners of the TALSINKIFIX project and relevant stakeholders, e.g. Harju County Government, City of Helsinki, the City of Tallinn and Femern Belt Development Fund. The main functions of the Steering Group include supervision of the work of the Contractor during the preparation of the Study, carrying out common meetings in order to discuss the contents of the studies and reports submitted by the Contractor, approval of the reports submitted by the Contractor in terms provided by the TOR and the Contract, approval of change of experts, if such shall take place during the performance of the Study, providing the Contractor with the information necessary for performance of the Study as provided herein. Co-operation between the Steering Group and the Contractor once the Study is started is described in more detail in the Contract concluded between the Contractor and the representatives of all project partners. 6. Personnel Key experts Contractor must provide the required personnel, possessing the relevant experience, in order to ensure the quality implementation of the tasks under this specification. Contractor must propose the type of personnel, positions, quantity and duration of their involvement in the proposal. Personnel must also represent expertise and local knowledge from both Estonia and Finland. Project working language is English. However the Contractor must have at least one key expert with Estonian language skills on the level of native speakers and at least one key expert with Finnish language skills on the level of native speakers in order to guarantee smooth interaction with client, and for the purposes of presenting the study to client and wider public. For implementation of the tasks Contractor must appoint Project Manager and experts team that includes experts and ability to conduct expertise on economics, logistics, traffic analysis and forecasting, geology, economic geography, transport, environment, civil engineering, territorial (spatial) planning, urban and regional social and economic development, business development and other necessary fields needed to complete the Study and other tasks described within this tender and by project partners. The key experts CVs shall be required together with the proposal and the estimations for the keyexperts contribution (time estimations and level of commitment). Contractor will be obliged to comply with the following rules: 1. Regarding the key experts: a) Replacement of key expert must be approved by the Steering Group; b) A key expert might cover several fields of expertise, provided that his qualifications and experience complies with the requirements. 2. Withdrawal, replacement and involving of experts other than those listed in the proposal, must be approved by the Steering Group. 3. Replacement of experts shall be made, using persons with at least equivalent experience and skills. 4. Replacement of experts and involving additional experts (including support staff), may not, under any circumstances, serve as reason for request and receiving of any payment other than the price Contracted. Project Manager Contractor must appoint Project Manager responsible for the general management and coordination work of the candidate or tenderer who will comply with following tasks: 1) communicating with Harju County Government, TALSINKIFIX project partners and other related

parties; 2) coordinating the work of the experts (project team) and be responsible for the results of the work; 3) participate in all the meetings relating to the study and public discussions; 4) present and introduce the results and interim reports of the study; 5) carry out other tasks that prove necessary in the course of the preparation of the study. Project manager must be able to communicate with the project partners in English. It is practical to be able to communicate additionally in Estonian and Finnish. The Contractor shall provide the CV and information about the project manager's experience and qualifications and a list of other projects (experience) of similar complexity and volume that the person has participated in. Key- Experts or other experts within the team can be appointed as Project manager. Non-key experts Contractor may hire other experts for the needs of the Study, providing he considers it necessary for implementation of tasks under this specification. Their CVs shall not be required together with the proposal. At moment of signing the awarding Contract, Contractor should submit list of these experts as well. All experts must be independent and no conflict of interest should occur in fulfilment of their obligations under the Contract. Contractor should pay attention to the necessity of providing the active participation of local experts, and appropriate team of international and local experts. Selection procedures, used by the Contractor for the non-key experts, must be transparent and based on pre-defined criteria, including professional qualification, work experience, etc.. Civil servants and other state or local administration staff may not be recruited as experts. All costs for the key experts, non-key experts and support staff shall be included into the price offered for implementation of the procurement, and shall not, at any circumstances, be subject of any other payment on behalf of the Contracting Authority. Support Staff Contractor s team shall include adequate support staff to assist the Key and Non-key experts in the performance of the Study. Support staff shall perform the necessary technical, administrative and secretarial duties, including translation services for Study related documentation, and simultaneous translation during meetings, if necessary. Office accommodation Contractor shall provide adequate office accommodation for its team for the duration of the Study. All office costs shall be at his expense. Facilities to be provided by the Contractor Contractor shall cover all administrative and logistics costs, as well as consumables and other materials required for performance of the Study, including but not limited to: Computer hardware, software and other office facilities; All courier, postal and similar services; All other communication expenses; 7. Practicalities and timetable The Study should be carried out in June 2014 - December 2014, but so that the first indicative results of the study are available already in September 2014. The final report must be delivered to Harju County Government by the December 31 st 2014 at the latest. The report must be handed

over in editable digital format (preferably MS Word) as well as printed out material and main parts of the report should be also collected to a PowerPoint presentation. Final presentation to project partners is planned to be held by 15th of January 2015 and presentation of result to public is held on January 29th 2015. Duration of the performance of the Study depends of the date of signing of the Contract. The tentative time schedule is as follows: End Output Meeting Month May 2014 Negotiations for the procurement??? June 2014 Inception meeting Sept 2014 Interim report Presentation and discussion of results Nov 2014 Interim report (revised) Presentation and discussion of results Dec 2014 Final report delivered Jan 2015 Revised final report presented to partners Presentation and discussion of results Jan 2015 Final report presented to public Presentation and discussion of results Contractor shall start the work on the Study and start preparation of the Inception Report as of the date of signing the Contract with the Contractor. The price of the tender must not exceed 90 000 (incl. VAT). Price must be presented with and without VAT. The price should include all the cost of the work, including travels and material acquisitions. As a result of the project, the Contractor should deliver a report including presentation of the background material, analysis framework, results and suggestions, in printed and electronic format. Harju County Government, City of Tallinn, City of Helsinki and Femern Belt Development Fund have all the rights for distribution and use of all of the material. Project working language is English. Contractor must be able to conclude and present the study and interact in Estonian and Finnish. 8. The Offer The evaluation will be done using information from the documents included in the tender. The Offer should represent tenderers understanding of the purpose of the Study and issues that suit the needs of Client best. Offer must include: Initial description of the methodology and action plan for the Study. Detailed description and a schedule of works. Suppliers vision of cooperation with the Client (coordination of the project). List of the related studies/analyses conducted by the provider within last three years. Description of the project team members with the tasks and responsibilities within project and description of professional competence and previous experience, CV-s of Key- Experts, description of team-members previous experience with similar topics and analysis. Price of the offer. Confirmation of compliance with the qualification requirements in written Tenderer can only be eligible if there are no grounds for exclusion from the procurement procedure described in Estonian Public Procurement Act, 38 subsection 1, paragraphs 1-4. 9. Costs of the Tender

Tenderer shall bear all costs and expenses associated with the preparation and submission of the tender the contracting authority does not under any circumstances can be considered responsible or obligated to compensate costs and damages arised by the preparation of tender. 10. Contact Contact person for this tender is Kaarel Kose kaarel.kose@mv.harju.ee +372 611 8616, Harju County Government, Roosikrantsi 12, 15077 Tallinn, Estonia