special conditions of tender introductionemits.sso.esa.int › emits-doc › estec › news ›...

21
ESA UNCLASSIFIED – For Official Use Appendix 3 to AO/1-7685/13/NL/SC Page 1  PFLP/SF/rh/13_045   SPECIAL CONDITIONS OF TENDER INTRODUCTION For the purposes of this Invitation to Tender (“the ITT”), the Agency’s “General Conditions of Tender for ESA Contracts (Annex IV to the ESA Procurement Regulations ESA/REG/001, rev 3"), available on http://emits.sso.esa.int/ under "Reference Documentation" "Administrative Documents" and referred to as the General Conditions of Tender (“the GCT”), shall apply as specified, amended or supplemented by these Special Conditions of Tender (“the SCT”). In the event of conflict between the GCT and the SCT, the SCT shall prevail. This document contains references to the “General Clauses and Conditions for ESA Contracts” available on http://emits.sso.esa.int/ under "Reference Documentation" ---> "Administrative Documents" and referred to as the General Conditions of Contracts (“the GCC”). The GCT are composed of the following parts: Part 1 : General Conditions for participation in a tender Part 2 : General Conditions for the presentation and submission of a tender Part 3 : General Conditions of the content of a tender Part 1 :GENERAL CONDITIONS FOR PARTICIPATING IN A TENDER Part 1 of the GCT shall apply in full and be strictly complied with. Part 1 of the GCT stems directly from the Agency’s Procurement Regulations regarding the eligibility of economic operators to participate in a tendering procedure and the obligation to satisfy information and registration requirements. Part 2 : GENERAL CONDITIONS FOR THE PRESENTATION AND SUBMISSION OF TENDERS Part 2 of the GCT applies subject to the amendments/additions contained in the sections below (numbering and referencing as per Part 2 of the GCT) : A. General standards of presentation Part 2A of the GCT is applicable with the following amendments: Length of Tender documents As a rough guideline, the length of tender documents shall not exceed : MAX N. OF PAGES CONTRACTUAL PRICE 50 below 200 K 75 200-500 K 100 Above 500K

Upload: others

Post on 27-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 1  

PFL‐P/SF/rh/13_045 

  

SPECIAL CONDITIONS OF TENDER

INTRODUCTION For the purposes of this Invitation to Tender (“the ITT”), the Agency’s “General Conditions of Tender for ESA Contracts (Annex IV to the ESA Procurement Regulations ESA/REG/001, rev 3"), available on http://emits.sso.esa.int/ under "Reference Documentation" "Administrative Documents" and referred to as the General Conditions of Tender (“the GCT”), shall apply as specified, amended or supplemented by these Special Conditions of Tender (“the SCT”). In the event of conflict between the GCT and the SCT, the SCT shall prevail. This document contains references to the “General Clauses and Conditions for ESA Contracts” available on http://emits.sso.esa.int/ under "Reference Documentation" ---> "Administrative Documents" and referred to as the General Conditions of Contracts (“the GCC”). The GCT are composed of the following parts:

Part 1 : General Conditions for participation in a tender Part 2 : General Conditions for the presentation and submission of a tender Part 3 : General Conditions of the content of a tender

Part 1 :GENERAL CONDITIONS FOR PARTICIPATING IN A TENDER Part 1 of the GCT shall apply in full and be strictly complied with. Part 1 of the GCT stems directly from the Agency’s Procurement Regulations regarding the eligibility of economic operators to participate in a tendering procedure and the obligation to satisfy information and registration requirements. Part 2 : GENERAL CONDITIONS FOR THE PRESENTATION AND SUBMISSION OF TENDERS Part 2 of the GCT applies subject to the amendments/additions contained in the sections below (numbering and referencing as per Part 2 of the GCT) : A. General standards of presentation Part 2A of the GCT is applicable with the following amendments: Length of Tender documents As a rough guideline, the length of tender documents shall not exceed :

MAX N. OF PAGES CONTRACTUAL PRICE 50 below 200 K 75 200-500 K

100 Above 500K

Page 2: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 2  

PFL‐P/SF/rh/13_045 

  

The quoted number of pages does not include standard company information or brochures which the tenderer wishes to append to demonstrate its background and experience. Language of Tender The tender and all correspondence relating to it shall be in English language. B. Formal conditions, commitments, undertakings Part 2B of the GCT is applicable with the following amendment(s):

- 5 : “Validity Period of the Tender” : For this particular tender, the validity period of the tender shall be of 6 months.

- 12 :“Responsiveness of the Tender” : replaced by the relevant conditions contained in section 1 of Part 3 of the GCT (see the corresponding section of the present SCT).

- 13 :“Use of Test Facilities”: does not apply.

C. Conditions relating to intellectual property rights (IPR) Treated in the frame of section 6.3 of Part 3 of the GCT (see the corresponding section of the present SCT) D. Conditions relating to Export/Import licences/authorisations and related documentation Treated in the frame of section 6.4 of Part 3 of the GCT (see the corresponding section of the present SCT). E. Conditions relating to subcontracts Part 2E of the GCT is applicable with the following amendment(s):

- For the purpose of this ITT, it is not required to place subcontracts on a competitive basis. The Agency does not intend to participate in subcontractor evaluation.

F. Amendments to documents and communications Part 2F of the GCT is applicable.

Page 3: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 3  

PFL‐P/SF/rh/13_045 

  

G. Dispatch and receipt conditions Part 2G of the GCT is applicable with the following amendments:

- The original of the signed cover letter shall be contained in a separate envelope marked “COVER LETTER - TO BE OPENED BY THE TENDER OPENING BOARD ONLY” and bearing the number and title of the Invitation to Tender. This envelope shall be opened by the Tender Opening Board in order to verify that the applicable “Key Acceptance Factors” as specified in ESA’s cover letter have been complied with. In case of negative assessment the tender will not be accepted for evaluation and the other packages constituting the tender shall remain unopened and be returned to tenderer.

- In addition, a copy of the cover letter (including its Annexes 1 and 2 as defined in

the present SCT) shall be included in each of the individual copies of the tender. H. Non benefits requirements

Part 2H of the GCT is applicable. I. Conditions relating to security screening of tenderers personnel

Part 2I of the GCT is not applicable to this tender as its purpose is not the provision of on-site personnel on ESA establishments, sites or stations.

Page 4: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 4  

PFL‐P/SF/rh/13_045 

  

Part 3 : GENERAL CONDITIONS FOR THE CONTENTS OF A TENDER Part 3 of the GCT is fully replaced by the sections below (subject to some very limited cases of explicit cross references). While the tenderer is invited to consult the said Part 3 and the Annexes to the GCT for background information, the present section is meant to provide tenderers, to the maximum possible extent, with a complete set of tender requirements to be addressed in each part of its proposal. Tenderer’s attention is drawn to the fact that they must present a proposal for the Baseline of the project (WP2 & WP3). Interested Tenderers are encouraged to submit, in addition to the Baseline proposal, proposals for one, two or all the option Work Packages (WP1, WP4 and WP5).

1- Cover letter The tender Cover Letter should not go into detail but should be a brief introduction to the contents of the proposal as a whole.

The Cover Letter of your bid must contain the information stipulated in the checklist here below. The absence of the said information in the Cover letter and/or its Annexes may result in the tender not being accepted for evaluation by the Agency’s Tender Opening Board. Any compliance statement made in the Cover Letter and its Annexes which would contradict the content of the tender may result in the subsequent elimination of the tender by the Agency’s Tender Evaluation Board. Tenderers’ attention is drawn to the fact that failure to comply with any of the Key Acceptance Factors stated in Form A (see Annex 2 of the present SCT) shall result in the non-admissibility of the tender for evaluation. Checklist for Cover Letter contents

Very brief summary of the key points of the bid, explaining the contents and the layout of the proposal with traceability of the proposal versus the Agency’s ITT and identification of the major critical areas of the activity.

The Cover Letter shall clearly indicate the quotation for the baseline proposal (see Table I here-bellow). Proposals which do not contain an offer for the baseline of the project will not be accepted for evaluation.

The Cover Letter shall clearly indicate, if applicable, the quotation for the quotation for the optional WP. (see Table I here-bellow)

Completed Tables “Tenderer’s Information and Statements” to be contained in an Annex 1 to the Tenderer’s cover letter (the reference tables are found in Annex 1 to the present SCT):

o Table i) – Bidding Team and Price Breakdown Information for the Baseline (WP2 & WP3) and each applicable optional WP. Proposals which do not contain an offer for the baseline of the project will not be accepted for evaluation.

o Table ii) – Geographical Distribution within bidding consortium o Table iii) –Contact Details, Representatives

Page 5: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 5  

PFL‐P/SF/rh/13_045 

  

Completed and signed Forms to be contained in an Annex 2 to the Tenderer’s cover letter (the reference Forms are found in Annex 2 to the present SCT):

o Form A – Declarations on Key Acceptance Factors o Form B – Declarations on Compliances

2- Technical proposal The level of detail requested for the baseline proposal shall be the same for the option proposals.

‐ The Tenderer shall submit a statement of compliance to the ESA Statement of Work, clearly defining any proposed deviation with the relevant justification in matrix form.

‐ The Tenderer shall demonstrate a complete understanding of the requirements set down in this Statement of Work, the applicable & reference documents, and the drawings in the Annex. The Tenderer shall outline the main problems and his proposed solutions to solve them. Comments on the work activities as specified are invited.

‐ The Tenderer shall submit a detailed first elaboration, as far as practicable, of the activities described in the Statement of Work, including if possible the selection of a preferred concept, together with the technical evidence of its validity in terms of feasibility and development risk. Mere repetition of the Agency’s requirements should be avoided.

‐ The Tenderer shall submit a study plan, in the form of a flow chart, showing the logic of the envisaged work to be undertaken, when the works can begin and approximate duration of the activities.

‐ The Tenderer shall demonstrate the preservation of a safe working environment.

‐ The Tenderer shall prepare all necessary documentation required to obtain permits to carry out these activities from the Dutch governing bodies. The submission of the permits will be done by ESA-ESTEC. All restrictions in these permits shall be followed by the Contractor. The contractor shall obey all Dutch national and local laws including directives from the Noordwijk fire department. All modifications to the works and all cost incurred due to obtaining these permits shall be covered by the contractor.

‐ Description of civil, mechanical and electrical elements, and material specifications, that the Tenderer intends to use in their final design. The Tenderer must supply enough information to allow the agency to fully evaluate the Tenderer’s intended design solution.

Page 6: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 6  

PFL‐P/SF/rh/13_045 

  

‐ Confirmation that the Tenderer’s final design shall comply with all relevant Dutch legislation and applicable codes of practice.

In addition, the attention of the Tenderer is drawn to the following: ‐ The Tenderer shall suggest the type of cladding to be used during the bidding

phase.

‐ The execution of the works shall not prohibit access to other areas,

‐ The Tenderer is requested to adopt a sustainable, pollution free strategy for both the design and execution of these works. The use of high performance thermal insulation materials for instance, as well as sustainable and environmentally friendly products shall be given preference,

3- Management & Administrative proposal 3.1 The Tenderer shall present the company(ies) and their organisational structure

including key company details such as number of employees, turnover and ownership.

The Tenderer shall also describe the background of the companies and the relevant experience that the bidding team has for the performance of the work. The tenderer shall clearly demonstrate that they have the relevant experience, competence and skills within their team to design and carry out these works, especially with regards to safety in general, in storage building construction, security, road safety and in road traffic reorganisation works In case any company of the bidding team has been involved in relevant ESA contracts, the Tenderer shall provide a summary description of the direct and indirect results achieved through such activities and lessons learned.

3.2 Organisation and Management of the activity 3.2.1 The Tenderer shall present the project team and the structure of the project

organisation, and where it is proposed to subcontract part of the work, the structure of the industrial group. Lines of communication and reporting, and means for settling disagreements shall be described.

3.2.2 The Tenderer shall provide a statement of compliance with the management requirements of the ITT. The Tenderer shall present his management plans, policies and procedures for this activity including a description of the management control organisation, the procedures that will be used to exercise control over the project and the proposed subcontracting control (if any).

Page 7: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 7  

PFL‐P/SF/rh/13_045 

  

3.3 Facilities

The Tenderer shall submit a brief description of all facilities which are proposed to be used for the work offered, including those facilities which are still to be developed/built and/or purchased, with a statement whether the costs of developing/ building/purchasing the facility are to be directly or indirectly charged to the Contract. Modifications to existing facilities are also to be described. For this purpose facilities may include, as applicable, hardware, computer software, manufacturing, test equipment, production and integration lines, service centres and infrastructures hosting the user communities. The Tenderer shall also describe what means of access to information resources it has, if these are required for the work proposed. Where tests are requested or proposed the Tenderer shall be responsible for the procurement of the test facilities and for managing the related contract(s). The cost for the use of the test facilities shall be included in the quoted price. The Tenderer shall, where applicable, supply the following information:

Identification of proposed/selected test facilities; Verification of compatibility of test requirements with facility capabilities; Availability of facility; and Identification of possible back-up facilities.

3.4 Key Personnel Key personnel are defined as persons who, because of their individual qualifications and positions are proposed for the work and indicated as such in the tenderer's Organisation Breakdown Structure (“OBS” for further information on OBS concept please see GCT Annex C item C). As a minimum, each person assigned as Work Package Manager shall be nominated as Key Personnel. Key personnel should be proposed to one level below the study/project manager, both for the main contractor and any sub-contractors. The Tenderer shall clearly identify the project leader for the contractor and provide the name and contact detail information of all key personnel from the contractor and subcontractors, if any. The tenderer shall clearly demonstrate that they have the relevant experience, competence and skills within their team to design and carry out these works, especially with regards to safety in general, in storage building construction, security, road safety and in road traffic reorganisation works The provisions of Clause 9 of the GCC as amended in the Draft Contract shall apply to all key personnel.

Page 8: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 8  

PFL‐P/SF/rh/13_045 

  

For each key person identified, the tenderer shall: 1. Provide a comprehensive curriculum vitae, giving in particular the work

experience of the person concerned, a brief description of the person's present job and responsibilities and the precise assignment of the person to the present activity;

2. Indicate his position in the tenderer's organisation and his role in the project;

3. Provide the average percentage of his/her total working time the key personnel will dedicate to the present activity;

4. Provide the number of man-hours dedicated by each key personnel broken down per Work Package.

3.5  Management Processes / Quality Assurance

The tenderer shall provide: 3.3.1. a description of the management processes implemented within his company; 3.3.2. a description of the company’s quality assurance system to undertake services and works of this nature, and shall clearly indicate how this fulfils the requirements of the Statement of Works and the national legislations concerning quality aspects; 3.3.3. evidence of ISO 9000 Quality Management Certification.

 

3.6 Registration with the Chamber of Commerce

The Tenderer shall attach to the offer an extract of the registration with the Chamber of Commerce (not older than 1 month at the time of submission of the offer).

Page 9: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 9  

PFL‐P/SF/rh/13_045 

  

4- Implementation proposal 4.1 Planning

The expected total duration of the contract is 12 months. The Tenderer is encouraged to evaluate the requested schedule and justify any

deviation. The Tenderer shall submit his planning proposal in accordance with Annex D of the GCT (section F points 1 and 2 (excluding sub points b) and c)), in the form of a Gantt chart. The Gantt chart shall duly reflect the relevant Work Package title and number as per Work Breakdown Structure and Work Packages Description. In establishing his planning, the Tenderer shall take account of the need of the Agency to review and/or approve intermediate deliverables and shall include sufficient time for the Agency to do this. The Tenderer shall identify the schedule planning constraints and assumptions on which the proposed schedule is based. The Tenderer is informed that the final documentation of the results achieved during the activity may be coordinated with other presentations and that it, as a consequence, might be scheduled after the end of the activity.

4.2 List of Deliverable Items The bid shall contain a List of Deliverables compliant with the one described under the Statement of Work. The bid shall contain a List of Deliverables items that are to be delivered under a resulting contract. The List of Deliverable, items shall be grouped in Hardware, Software, and Documentation, indicating how many copies or units will be delivered of each item. For software, the offer shall indicate in which format it will be delivered and if any licenses/third party licenses will be delivered to ESA.

4.3 WBS A management section showing a suitable work breakdown structure (“WBS” see Annex D of the GCT for background information) and explaining how the work will be managed with details of the previous relevant experience of the Tenderer’s and any of his Subcontractors’ proposed staff and their position in this Contract shall be provided. The team build-up and structure shall be defined.

For each Work Package, the Tenderer shall clearly specify:

‐ The Work Package inputs and outputs ‐ The responsible person(s) ‐ The start date and end date ‐ The required effort

Page 10: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 10  

PFL‐P/SF/rh/13_045 

  

Duly completed Work Package descriptions (PSS A20) for each Work Package shall be provided. The following shall be shown for each Work Package: title, Work Package identification, company assignment, duration, start-event, end criteria, the responsible manager, objectives of the Work Package, input needed from the Agency, tasks to be performed, output to be produced and, in particular, planned effort for the Work Package in man-hours.

4.4 Assessment of Major Areas of Risk :

A risk management plan shall be submitted as part of the tender.

5- Financial proposal

5.1 Cost Price Data*

5.1.1 The Tenderer shall submit a full set of PSS forms for the baseline and for each of the optional Work Package the Tenderer wishes to bid for. The following PSS forms are available on EMITS (http://emits.sso.esa.int/) under “Reference Documentation” “Administrative Documents” PSS Forms. They shall be completed and signed for the Prime Contractor and for each Subcontractor proposed, per company and per phase - if any - and for the total study/development programme: - PSS A1 - PSS A2 (including its Exhibit A specifically for external services and equipment) - PSS A8 - PSS A15.1

5.1.2 In addition to filling the PSS forms mentioned above, it is mandatory that tenderers make use of the table here under and to include it in their tender (in excel for the delivery of the proposal on USB Sticks): http://emits.sso.esa.int/emits-doc/ESTEC/AO7685_etcCostBreak-downTemplate.xlsx

The Tenderer must present a complete and separate costing for the Baseline and for each of the optional Work Package the Tenderer wishes to bid for.

5.1.3 Tenderers are shall include a separate prices for the following options:

Install empty/full pipe routing for the access control requested in section 8.1

Your ideas to reduce heating costs as requested in section 10.4.3

Direct sewage connection option in section 10.4.6.3

Flashing orange light at Zc, section 9.5.3.1

(* This costing shall not absolve the contractor from responsibilities under the terms of this contract to fully complete each work package).

Page 11: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 11  

PFL‐P/SF/rh/13_045 

  

5.1.5 The Tenderer is invited to propose the applicable discount in case ESA wish to order the Baseline part of the project and one of all optional WP.

5.1.6 The price type(s) applicable are set out in Article 3. of the Draft Contract. 5.1.7 The fee (profit) shall not exceed eight (8) % of the “base amount”, indicated in item

nine (9) of the Company Price Breakdown Form PSS A2 and shall not be applied to overheads or handling fees for any cost items which are inserted in rows referenced 3.1 / 3.10 / 5 / 7 of the PSS A2.

5.1.8 The Tenderer shall submit a summary table showing the price in EURO per company

and for the total.

5.1.9 The Tenderer shall indicate whether licences of Intellectual Property Rights owned by any Third Party are to be purchased for the execution of the activity. The fees of these licences shall be included in the total price and itemised in Exhibit A to the PSS-A2 form.

5.1.10 Currency and conversion rates:

It is a binding requirement that tenders be presented in EURO.

The Agency will NOT enter into negotiations which are aimed at adjusting the prices proposed in order to account for fluctuations in exchange rates for companies in countries not participating in the EURO.

Should the countries to which the Tenderer or proposed subcontractors belong adopt the EURO following submission of the tender, the applicable conversion rates shall be those adopted then by the appropriate European Authorities.

5.1.11 Quotations free of taxes and customs duties:

Prices shall be quoted free of taxes and customs duties. In cases where the Tenderer considers that he will remain subject to the payment of taxes or customs duties, he shall indicate separately the applicable rates, the corresponding estimated total tax or customs duty amount, and the reason why he believes exemption from tax or customs duties cannot he obtained. Attention is drawn to Clause 29 of the GCC. The tenderer is reminded that if a Prime is entitled to a VAT exemption form from ESA (or similar procedure) it is only the Prime which will have the benefit of the VAT exemption, and not the subcontractors. All subcontractors invoices should be addressed to the prime and must include VAT or any other taxes or duties required by the relevant national rules for the companies involved. Any VAT costs which are payable under such subcontracts shall not be included in the price charged to ESA.

Page 12: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 12  

PFL‐P/SF/rh/13_045 

  

5.1.12 Royalties and licence fees:

The Agency will only accept to pay licence fees or royalties on the condition that:

‐ They are clearly identified in the tender with the financial basis for their calculation, method of application and total amount (see also 5.1.6 above) and,

‐ They are demonstrated to be of direct and necessary benefit to the work to be performed,

‐ They are not merely the consequence of a general agreement or commitment to a third party,

‐ They are applied only to that part of the effort to be performed by a contractor or subcontractor that is directly related to the subject matter of the licence or royalty agreement.

A copy of the documents justifying the request for the payment of a licence fee or royalty, or the appropriate part thereof, may be requested at any time during the evaluation or negotiation phases.

5.2 Payments

The Tenderer shall propose a Milestone Payment Plan (MPP), broken down per phase if applicable, in the form shown in the relevant appendix of the Draft Contract, taking in consideration Article 3 of the draft Contract and Clause 28 of the GCC. All claims for payment shall be linked to the achievement of defined schedule milestones. These milestones are to be in the form of significant events in the programme to be selected on the basis of providing a check point for progress in the work performed. Examples of such milestones are the satisfactory completion of Design Reviews, satisfactory completion of tests, hardware deliveries, acceptance of produced documentation, etc.. It should be noted that the commencement of an activity is not deemed to be a suitable milestone. Please also note that a milestone payment plan, broken down by sub-contractor, is also requested. In establishing the payment plan, the Tenderer shall comply with the conditions shown in the draft contract payment plan and in the present conditions.

The proposed milestone(s) should reflect the “economic reality” of the project (i.e. the monetary value of the technical achievement).

The Tenderer shall not propose more than 2 payments per year unless it can provide satisfactory justification for it in its tender.

Page 13: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 13  

PFL‐P/SF/rh/13_045 

  

6- Contractual proposal 6.1 Compliance with contract conditions

The Tenderer shall explicitly state that the contract conditions have been read, are understood and accepted, and that any sales conditions of his own do not apply. In case, exceptionally, that he wishes to propose modifications or amendments, the full text of such modifications or amendments shall be given and the reasons for their being requested shall be clearly explained. Any proposed modifications or amendments to the contract conditions will be taken into account in the evaluation. Acceptance of a tender containing reservations, or proposed modifications or amendments is not construed as acceptance of these, unless and until such modifications or amendments are confirmed in a contract. Any proposed modifications or amendments to the contract conditions shall either be rejected by the Agency or shall be the subject to negotiation prior to award of the contract.

6.2 Insurance The tenderer shall present evidence of his insurance policy or policies. The tendered shall explicitly state that the contract conditions have been read, are understood and accepted and that the insurance coverage comply with Article 5 clause 18 of the draft Contract attached in Appendix 2 to the present ITT.

6.3. Statement concerning the use of existing intellectual property rights of the Tenderer and third party commitments

For the purpose of this Contract, the Contractor shall not make use of any Background Intellectual Property. The Tenderer shall explicitly state that the all Intellectual Property Rights arising from the work shall be vested with the Agency and that no Background Intellectual Property Rights will be used in the frame of the activity.

6.4 Statement relating to Export/Import licences/authorisations and related documentation The Tenderer shall address in the contractual proposal any particular conditions related to Export/Import licences/authorisations and related documentation. The Tenderer (or his subcontractors) shall indicate any export or import restrictions he is subject to in accordance with national legislation and state the necessary licences, authorisations or preliminary authorisations and related Documentation:

- he (or his subcontractors) has obtained in order to submit a tender; and/or - he (or his subcontractors) has or will need to obtain prior to placing of the

Contract; and/or, - he (or his subcontractors) has or will need to obtain for the implementation of the

Contract.

Page 14: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 14  

PFL‐P/SF/rh/13_045 

  

List of Annexes to the present SCT ANNEX 1: Tender cover letter - Tables to be provided as part of its Annex 1

Table i) : Bidding team and Price breakdown Information for the Baseline (WP2 & WP3) and each applicable optional WP. Proposals which do not contain an offer for the baseline of the project will not be accepted for evaluation.

Table ii) : Geographical distribution within bidding consortium Table iii) : Contact details, Representatives

ANNEX 2: Tender cover letter - Forms / Letters to be provided as part of its Annex 2

Form A : Declarations on Key Acceptance Factors Form B : Declarations on Compliances

ANNEX 3 : Evaluation Criteria and Weighting Factors]

Page 15: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 15  

PFL‐P/SF/rh/13_045 

  

ANNEX 1: Tender cover letter - Tables to be provided as part of its Annex 1

TABLE i) - Bidding Team and Price Breakdown Information :

The following table shall be provided for the Baseline Proposal and for each optional WP the tenderer is wishing to bid for. Please not that proposals which do not contain an offer for the baseline of the project will not be accepted for evaluation.

Prime Contractor

Sub-Contractor 1

Sub-Contractor 2

Economic Operator Complete Name and Legal Nature (1)

SME (indicate YES or NO)

EMITS Bidder Code

esa-p Bidder Code (60000xxxxx) (2)

esa-p Vendor Code (10000xxxxx) (3)

Country

Price Type

Currency

Price for Phase 1 (design)

Price for Phase 2 (construction)

Total Price per Prime/Sub

GRAND TOTAL Phase 1

GRAND TOTAL Phase 2

GRAND TOTAL Phases 1 + 2

                                                             

1 Specify here the type of business entity to which the company belongs (e.g Limited Company, Société Anonyme, AG etc) 2 For the purpose of invoicing under a resulting Contract, the tenderer will be expected to use the ESA-P system of the Agency. For those tenderers who have already entered into contracts with the Agency this tool is known and the ESA-P tenderer and vendor numbers are in principle known. For tenderers who have not yet entered into a contract with the Agency, an ESA-P Vendor Number is not available and will only be provided at the time of finalisation of the resulting contract. 3 idem

Page 16: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 16  

PFL‐P/SF/rh/13_045 

  

TABLE ii) - Geographical Distribution within bidding consortium (for prime and subcontractors only, not for suppliers) :

Country (2-letter ISO code)

Percentage of total amount % Phase 1 Phase 2 Total

country 1 xx % xx % xx % country 2 xx % xx % xx % country 3 xx % xx % xx %

TABLE iii) - Contact Details, Representatives

For the Prime Contractor:

Contact person to whom all communication related to the bid should be addressed

Name: Telephone nr.: Fax nr.: Email address: Postal address:

Author(s) of bid Name: Job Title:

Person who will be responsible for the Technical management of any resulting contract, and who would be nominated as such in the contract:

Name: Telephone nr.: Fax nr.: Email address: Postal address:

Person who will be responsible for the Contractual management of any resulting contract, and who would be nominated as such in the contract:

Name: Telephone nr.: Fax nr.: Email address: Postal address:

Person that will sign any resulting contract

Name: Job Title:

For each subcontractor:

Name of subcontractor Name: Address:

Contact person for the purposes of their bid to the prime contractor

Name: Telephone nr.: Fax nr.: Email address:

Page 17: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 17  

PFL‐P/SF/rh/13_045 

  

ANNEX 2: Tender cover letter - Forms to be provided as part of its Annex 2

Form A: Declarations on Key Acceptance Factors

ITT Reference: AO/1-7685/13/NL/SC

Subject: Construction of the new Zd Good Inwards Building By submitting this Form A as Annex to the cover letter of the tender reference [insert reference of your tender……], I/we the undersigned herewith officially declare that the tender fulfills the Key Acceptance Factors as listed hereunder: Key Acceptance Factors:

Please tick all the boxes to confirm that you meet the requirements

The tenderer and any subcontractor(s) satisfy/ies the qualification requirements established under Part 1 A “ Eligibility requirements” paragraph s b) to i) of the Agency’s General Conditions of Tender (see Part 2B-1 of the GCT).

The tenderer confirms, on his behalf and on behalf of its subcontractors, to be compliant with the requirements listed in the “Certification of Free Competition” (see Part 2B-3 of the GCT).

The tenderer confirms, on his behalf and on behalf of its subcontractors, to be compliant with the requirements listed in the “Certification of non-benefit” (see Part 2H of the GCT)

The tenderer confirms, on his behalf and on behalf of its subcontractors, the acceptance of the conditions listed in the “Non commitment of the Agency” (see Part 2B-11 of the GCT)

The tender cover letter and the tender contain a binding price.

The tender cover letter and the tender contain a price type compliant with the one requested in the ITT

The tender cover letter contains a confirmation that the validity period is 6 months from the date of tender submission with implicit extensions as per Article 37 points 3 &4 of the GCC .

The tender contains a proposal for the Baseline of the project.

The tender contains a proposal for the following optional proposal

WP 1 WP 4 WP 5

Page 18: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 18  

PFL‐P/SF/rh/13_045 

  

The tender cover letter and its Annex 2 (Forms A and B) are signed by authorised representative(s) of the Tenderer.

It is understood that :

- failure to provide this Form A, as an Annex to the tender cover letter, fully completed and signed will result in the tender non admissibility for evaluation.

- if the analysis of the full tender reveals that the offer is not in line with any of the declarations given in the present Form, the tender will be excluded from further evaluation.

Name: Current position in the Tenderer’s organisation : Signature: Date:

Page 19: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 19  

PFL‐P/SF/rh/13_045 

  

Form B: Declarations on Compliances

ITT Reference: AO/1-7685/13/NL/SC

Subject: Construction the new Zd Good Inwards Building By submitting the present Form B as Annex to the cover letter of the tender reference [insert reference of your tender ………..]

I/we the undersigned herewith officially declare that the tender is compliant with the following requirements as listed hereunder:

Indicate : “Compliant” or “Partially Compliant“ or “Non Compliant“ (in the last 2 cases give reference of the cover letter specific section containing detailed information on the matter and relevant cross references to the applicable parts of the offer)

The information provided to ESA for registration as potential supplier (individually for all entities involved in the tender) has been updated in the last 12 months;

With regard to the technical requirements of the ITT, the tender is:

With regard to the managerial requirements of the ITT, the tender is:

With regard to the financial requirements of the ITT, the tender is:

With regard to the contract conditions of the ITT (Special Conditions of Tender: section 6.1 of General Conditions for the contents of a tender; and draft contract), the tender is:

With regard to the Insurance requirements (see Special Conditions of Tender: section 6.2 of General Conditions for the contents of a tender), the tender is:

With regard to the IPR requirements (see Special Conditions of Tender: section 6.3 of General Conditions for the contents of a tender), the tender is:

With regard to the Export/Import requirements (see Special Conditions of Tender: section 6.4 of General Conditions for

Page 20: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 20  

PFL‐P/SF/rh/13_045 

  

the contents of a tender), the tender is:

With regard to the Agency’s Right of Audit (GCT Part 2 B7) the ITT/RFQ, the tender is:

It is understood that :

- The absence of a Form B, as an Annex to the tender cover letter, fully completed and signed or any compliance statement or justification for partial compliance referred to in the present Form that would be contradicted by the detailed content of the tender may result in the subsequent elimination of the tender from the evaluation process.

Name:

Current position in the Tenderer’s organisation :

Signature:

Date:

Page 21: SPECIAL CONDITIONS OF TENDER INTRODUCTIONemits.sso.esa.int › emits-doc › ESTEC › News › etc7685.pdf · PFL‐P/SF/rh/13_045 G. Dispatch and receipt conditions Part 2G of the

ESA UNCLASSIFIED – For Official Use

Appendix 3 to AO/1-7685/13/NL/SC

Page 21  

PFL‐P/SF/rh/13_045 

  

ANNEX 3 : Evaluation Criteria and Weighting Factor]

In evaluating the tender(s) ESA will use the following criteria:

No. Evaluation Criterion Weighting Factor 1. Background and experience (general and related to the

particular field concerned) of the company (ies) and staff (including adequacy of proposed facilities)

20%

2. Understanding of the requirements and objectives and discussion of problem areas

20%

3. Quality and suitability of proposed programme of work, compliance to SOW and list of deliverables, adequacy of engineering approach and build standard

30%

4. Adequacy of management, costing and planning for the execution of the work

20%

5. Compliance with administrative tender conditions and acceptance of contract conditions

10%