Contract notice. Works

Similar documents
Germany-Frankfurt-on-Main: ECB - Provision of travel services 2017/S Contract notice. Services

United Kingdom-Sheffield: Urban planning and landscape architectural services 2016/S Contract notice. Services

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Norway-Oslo: Architectural, construction, engineering and inspection services 2016/S Design contest notice

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: Town: København S Postal code: 2300 Country: Denmark (DK)

Romania-Timisoara: Medical equipments 2015/S Contract award notice. Supplies

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: Town: København S Postal code: 2300 Country: Denmark (DK)

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

APPLICATION PACKAGE Dutch Placement Days October - 9 October 2013 City Date

1 CONTRACTING ENTITY 1.1 Official name: Athens International Airport S.A. 1.2 Postal address: Administration Building (17)/ Procurement Department

1 CONTRACTING ENTITY 1.1 Official name: Athens International Airport S.A. 1.2 Postal address: Administration Building (17)/ Procurement Department

SERVICE CONTRACT NOTICE

PROCUREMENT PROCEDURE FOR A PROJECT INFORMATION MANAGEMENT SYSTEM

Incentive Guidelines Start-Up Finance

Incentive Guidelines Start-Up Finance

1.4 General internet address:

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

CONTRACT SPECIFICATION

Heritage Grants - Receiving a grant. Mentoring and monitoring; Permission to Start; and Grant payment

Innovative Public Procurement of Intelligent Transport Solutions City of Copenhagen

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

CONTRACT SPECIFICATION

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

Proposal Preparation Package

Implementing the 3rd Health Programme. Ingrid Keller Coordinator Health Programme Consumer, Health and Food Executive Agency

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

2014 to 2020 European Structural and Investment Funds Growth Programme. Call for Proposals European Social Fund. Priority Axis 2 : Skills for Growth

FEED-IN TARIFF POLICY APPLICATION AND IMPLEMENTATION GUIDELINES

Call for proposals 2013 for pilot projects EU AID VOLUNTEERS. Guidelines for Grant Applicants. Contents

Letter No: JA-204/JSDF/IV/2010 April 29, 2010

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

PREQUALIFICATION DOCUMENT

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

AMGROS REGIONAL AUTHORITIES PHARMACEUTICAL PROCUREMENT SERVICE

Method and procedure for evaluating project proposals in the first stage of the public tender for the Competence Centres programme

THE AUDIT REPORT ON DONATION FUNDS OF THE KINGDOM OF DENMARK

Invitation to Submit Expression of Interest and Proposal

Solar Energy Corporation of India Limited New Delhi

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012

UNSOLICITED PROPOSALS

CALL FOR TENDERS ATHENS 30 MAY 2003

Introduction to Call for FFU Proposals, Information meetings for applicants April-May 2014 Dar es Salaam, Kathmandu, Accra and Copenhagen

Connecting Europe Facility (CEF)

MINISTRY OF ENERGY KENYA ELECTRICITY MODERNIZATION PROJECT-IDA CR Terms of Reference Power Engineering Consultant

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

The Kingdom of Thailand Ministry of Transport State Railway of Thailand INVITATION FOR

PREQUALIFICATION DOCUMENT

Participation and funding in H2020 actions Ingrid Mariën-Dusak, DG CONNECT

BUSINESS MISSION INFORMATION GREEN ENERGY TECHNOLOGIES 28 OCTOBER 01 NOVEMBER 2018, INDONESIA SINGAPORE

PART II: GENERAL CONDITIONS APPLICCABLE TO GRANTS FROM THE NORWEGIAN MINISTRY OF FOREIGN AFFAIRS

Directorate for Educational Services Secretariat for Catholic Education

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

UNIVERSITY OF MALTA INSTITUTE FOR EUROPEAN STUDIES MASTER OF ARTS IN EUROPEAN POLITICS, ECONOMICS AND LAW

Incentive Guidelines Knowledge Transfer

Guidelines for InnoBooster

Agence pour l Enseignement Français à l Etranger (AGENCY FOR FRENCH TEACHING ABROAD) Tender Rules

REQUEST FOR PROPOSAL

Application Form for Business Expansion Grant

Final. Technical Assistance of Solar PV Project Pipeline in India

2011 Call for proposals Non-State Actors in Development. Delegation of the European Union to Russia

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

Biodiversity & Health: Research Scholarship Programme for PhD Students and Postdocs 2016

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3

ISTANBUL AYDIN UNIVERSITY European Union Education and Youth Programs Lifelong Learning Programme - Erasmus Student Exchange Programme Directive

Vacancy announcement Information and Communication Officer Reference: JS-SB/05/2017

Procurement at ESS and the ILO Network

Application Form for Priming Grant

Ocean Energy Prototype Research and Development. Programme Application Guide

This programme is financed by the European Union, the Russian Federation and the Republic of Finland

EU-INDONESIA BUSINESS DIALOGUE 2017

JOB DESCRIPTION AND PERSON SPECIFICATION

ELENA TECHNICAL ASSISTANCE

GENERAL TENDER CONDITIONS

Pre-Qualification Document External Audit Services

Health and Safety Roles, Responsibilities and Organisation

Contracting Authority: European Commission (EuropeAid) PRO INVEST. Guidelines for grant applicants

2016 Tailored Collaboration Research Program Request for Preproposals in Water Reuse and Desalination

Education, Audiovisual and Culture Executive Agency

The EU Integration Centre coordinates activities of the Chamber of Commerce and Industry of Serbia (CCIS) in the field of European integration for

General terms and conditions of Tempo funding

FRAMEWORK BRIEF. Wholesaler Pharmaceuticals

SFI Research Infrastructure Call 2018 FAQs

HONG KONG SCIENCE AND TECHNOLOGY PARKS CORPORATION

Capital Grant Scheme application guidelines

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Projecte IMAILE. Information session Viladecans

Title: UK-Harrogate: computer equipment and supplies Document Ref: Published By:

GUIDELINES ON PARTICIPATION IN EU EXTERNAL AID PROGRAMMES

Promotion of Renewable Energy Sources in the Domestic Sector PV Grant Scheme 2016/PV/ERDF - Application Part A

«Research on Data Analytics & IoT analytics» (position code no PR02)

Terms of Reference for the production of a Brand Visual Identity Manual for the Nigerian National Accreditation Body

Call for Submission of Proposals

COPY REGULATION OF THE MINISTER OF FINANCE OF THE REPUBLIC OF INDONESIA NUMBER 223/PMK.011/2012

Council, 25 September 2014

Basic organisation model

FEED-IN TARIFF LICENSEE TRANSFER

USAID Cooperative Agreement No. AID-OAA-A

NDOT Civil Rights DBE Program Small Business Element

Guidance Notes for Applying for a Licence to Generate Electricity

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

Transcription:

1 / 5 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:29148-2017:text:en:html Indonesia-Jakarta: Landfill-gas electricity generating plant construction work 2017/S 018-029148 Contract notice Works Directive 2014/24/EU Section I: Contracting authority I.1) Name and addresses Royal Danish Embassy Menara Rajawali 25th floor, Jl. Dr Ide Anak Agng Gde Agung Kawasan mega Kuningan Jakarta 12950 Indonesia Contact person: Jacob Stensdal Hansen E-mail: jacoha@um.dk NUTS code: 00 Internet address(es): Main address: www.esp3.org I.2) I.3) I.4) I.5) Joint procurement Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: www.esp3.org Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions Main activity General public services Section II: Object II.1) Scope of the procurement II.1.1) II.1.2) II.1.3) II.1.4) Title: Landfill gas recovery and conversion at Jati Barang Landfill, Semarang, Central Java, Indonesia. Reference number: 2015/S 248-452016-P01 Main CPV code 45251240 Type of contract Works Short description: The contract concerns recovery and conversion of landfill gas from Jati Barang landfill in Semarang, Central Java for generation of electricity to be feed into the public grid. The works include closure of one landfill cell of 1 / 5

2 / 5 II.1.5) II.1.6) II.2) II.2.1) II.2.2) II.2.3) II.2.4) II.2.5) II.2.6) II.2.7) II.2.9) approx. 7.5 ha by levelling, installation of a gas collection system, and final cover system, in addition to provision and installation of equipment to convert gas to electricity by a motor/generator unit. Estimated total value Value excluding VAT: 20 000 000.00 DKK Information about lots This contract is divided into lots: no Description Title: Additional CPV code(s) 45221117 45222110 Place of performance NUTS code: 00 Main site or place of performance: Jati Barang Landfill, Semarang, Central Java, Indonesia. Description of the procurement: The contract concerns recovery and conversion of landfill gas from Jati Barang landfill in Semarang, Central Java for generation of electricity to be feed into the public grid. The works include closure of one landfill cell of approx. 7.5 ha by levelling, installation of a gas collection system, and final cover system, in addition to provision and installation of equipment to convert gas to electricity by a motor/generator unit. Award criteria Criteria below Price Estimated value Value excluding VAT: 20 000 000.00 DKK Duration of the contract, framework agreement or dynamic purchasing system Start: 06/08/2017 End: 14/10/2018 This contract is subject to renewal: no Information about the limits on the number of candidates to be invited Envisaged number of candidates: 6 Objective criteria for choosing the limited number of candidates: The Tenderer shall meet the following minimum criteria: a. Average annual turnover over the last 3 years of 75 000 000 DKK equivalent. b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 20 000 000 DKK and of two projects with the value of minimum 8 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. c. Successful experience as main designer (himself or a nominated design consultant) of at least one project with the value of minimum 8 000 000 DKK and of two projects with the value of minimum 4 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. Economic and financial capacity of Candidate: 2 / 5

3 / 5 II.2.10) II.2.11) II.2.12) II.2.13) II.2.14) a. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 15 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts. b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years. Information about variants Variants will be accepted: no Information about options Options: no Information about electronic catalogues Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no Additional information If more than 6 eligible candidates meet the above selection criteria, the 6 best applications for the tender procedure will be selected. The only factors which will be taken into consideration during this re-examination are: a. Value and number of relevant reference projects as described under General Experience, point b above. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) III.1.2) III.1.3) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers Economic and financial standing List and brief description of selection criteria: A. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 15 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts. b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years. Technical and professional ability Minimum level(s) of standards possibly required: a. Average annual turnover over the last 3 years of 75 000 000 DKK equivalent. b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 20 000 000 DKK and of two projects with the value of minimum 8 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. 3 / 5

4 / 5 III.1.5) III.2) III.2.2) III.2.3) c. Successful experience as main designer (himself or a nominated design consultant) of at least one project with the value of minimum 8 000 000 DKK and of two projects with the value of minimum 4 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. Information about reserved contracts Conditions related to the contract Contract performance conditions: Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure IV.1) Description IV.1.1) IV.1.3) IV.1.4) IV.1.6) IV.1.8) IV.2) IV.2.1) IV.2.2) IV.2.3) IV.2.4) IV.2.6) IV.2.7) Type of procedure Restricted procedure Information about a framework agreement or a dynamic purchasing system Information about reduction of the number of solutions or tenders during negotiation or dialogue Information about electronic auction Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no Administrative information Previous publication concerning this procedure Time limit for receipt of tenders or requests to participate Date: 28/02/2017 Local time: 10:00 Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/03/2017 Languages in which tenders or requests to participate may be submitted: English Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) Conditions for opening of tenders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) VI.3) VI.4) VI.4.1) Information about electronic workflows Additional information: Procedures for review Review body Klagenævnet for udbud Toldboden 2 Viborg 8800 4 / 5

5 / 5 VI.4.2) VI.4.3) VI.4.4) VI.5) Denmark E-mail: klfu@erst.dk Internet address:https://erhvervsstyrelsen.dk/om-klagenaevnet-for-udbud Body responsible for mediation procedures Review procedure Service from which information about the review procedure may be obtained Date of dispatch of this notice: 23/01/2017 5 / 5