Construction of Rize Wastewater Collection System (Lot 2) - Completion Works

Overview

Open procedure under the EU IPA Environment and Climate Action Sector OP for Türkiye seeks a contractor to complete the Rize wastewater collection system including approximately 3.039 km of collector pipeline, a c.€30 Mriver crossing, three prefabricated GRP package pumping stations, forced mains, about 87 manholes, CCTV/leakage testing and SCADA installation. The contracting authority is the Department of Project Implementation, General Directorate of EU and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change, place of performance Rize, governed by FIDIC Red Book 1999 with a maximum duration of 365 days. Submission is non-electronic with deadline 12/05/2026 14:30 Asia/Istanbul, award to the lowest priced technically compliant tender and tender validity 90 days. Key selection and security requirements include minimum average annual turnover €1,500,000, available liquid assets/credit €1,500,000, required recent similar works experience and a tender guarantee of €50,000.

Partner Search

Find collaboration partners for this call

Your Profile
👤
Your country

What You Offer

Describe your expertise here...

You Are Looking For

Describe what you seek here...

Sign In

Highlights

What the contract covers

Scope summary

Completion works for wastewater collection:about 3.039 km collector pipeline replacement, a c.€30 Mspecial river crossing (pipejacking/HDD), 3 prefabricated GRP package wastewater pumping stations, c.€12 Mforced mains, c.87 manholes, SCADA installation (operator workstation, software and licences), CCTV inspection of c.€6,920 Mof pipes, leakage testing, as-built documentation and corrective/completion tasks.

Procurement route and funder:Open procedure, award by lowest price; co-financed under Instrument for Pre-accession Assistance (IPA) EU Tender Notice 1

  1. 1Who can apply: legal persons and consortia meeting PRAG eligibility and exclusion rules; subcontracting allowed but subcontractors must be from Eligible Source Countries and meet selection criteria.
  2. 2Key technical/selection minima: average annual turnover (last 3 years) at least €1,500,000; available liquid assets/credit lines at least €1,500,000; proven experience in similar water/wastewater network projects (e.g., at least one project >= €1,000,000 or two >= €600,000) and at least one pumping station ≥250 m3/h; experience with FIDIC contracts.
  3. 3Tender submissions: non-electronic (physical delivery); only one tender per tenderer; tender validity 90 days; tender guarantee €50,000 (original).
ItemKey data
Tender ID / ReferenceEC-ENEST/ANK/2026/EA-LOP/0001 / TED ref 42/2026 144479-2026
Submission deadline (local)12/05/2026 14:30 Asia/Istanbul
Public opening15/05/2026 10:00 Asia/Istanbul
Contract duration365 days
Tender security€50,000
Main CPV45232400 - Sewer construction work
Award methodLowest price

Key administrative notes:submissions must follow instructions in Volume 1 Instructions to Tenderers (forms, financial statements, guarantees, certificates of experience, PIC not required but PIC may be used), multiple documents and templates provided in the tender dossier; contracting authority is the Department of Project Implementation (DoPI), General Directorate of EU and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change, Türkiye.

Footnotes

  1. 1Full tender dossier, submission terms, documents and Q&A are on the EU Funding & Tenders portal: Tender details.

Find a Consultant to Support You

Breakdown

This is an EU-funded works procurement tender to complete and commission key components of the Rize wastewater collection network in Türkiye under the Instrument for Pre-accession Assistance. The contract applies FIDIC Conditions of Contract for Construction (Red Book 1999) with detailed Particular and General Technical Specifications. Award criterion is the most economically advantageous tender based on the lowest price among technically compliant offers.

Procedure Identifier and References:Procedure ID: EC-ENEST/ANK/2026/EA-LOP/0001; TED reference: 144479-2026; Programme: Instrument for Pre-accession Assistance (IPA) EU Funding & Tenders Portal call page TED Notice

Scope of Works

  • Construction of approximately 3.039 km wastewater collector pipeline, including ground improvement works.
  • Construction of approximately €30 Mspecial river crossing by pipe jacking and/or horizontal directional drilling (HDD).
  • Construction and installation of 3 prefabricated GRP package-type wastewater pumping stations at Bağdatlı, Çiftekavak and Hal, including supply, installation, and interim operation until final acceptance.
  • Approximately €12 Mof forced mains and associated structures.
  • Construction of approximately 87 manholes, including related ground improvement works.
  • Installation of a complementary SCADA system (operator workstation, SCADA software and licences, related software/licences, and system accessories).
  • Preparation of as-built plans for constructed sewer mains and network.
  • Complementary works and documentation: CCTV inspection for approximately €6,920 Mof installed pipes; leakage tests for approximately €963 Mof installed pipes; leakage tests for approximately 44 manholes; completion of non-completed bridge crossing works; correction of non-conformities; provision of Certificates of Origin pursuant to Sub-Clause 7.9; preparation and submission of as-built plans.

The design involves, in most cases, complete replacement of live existing pipelines and operation within live pumping stations. The contractor must maintain service continuity as a first priority, planning temporary system rearrangements and pricing accordingly. Package pumping stations must be supplied, installed, and operated during the transition until final acceptance.

Key Procedure Facts

Procedure typeOpen procedure
Submission methodNon Electronic (by post/courier or hand delivery)
Address for submissionGeneral Directorate of EU and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change, Mustafa Kemal Mahallesi 2082. Cadde No:52 Çankaya - Ankara/Türkiye (consult procurement documents for exact instructions)
Award methodLowest price among technically compliant tenders
Main CPV45232400 Sewer construction work
Place of performanceTürkiye (Rize province and indicated sites)
Contract durationMaximum 365 days
Contract formFIDIC Red Book 1999 with Particular Conditions

Milestones and Timing

TED publication date02/03/2026
Clarification meeting (optional)10/04/2026 10:00 (local time of contracting authority)
Site visit (optional)10/04/2026 11:00 (local time of contracting authority)
Deadline for questions21/04/2026 23:59 Asia/Istanbul
Deadline for submitting tenders12/05/2026 14:30 Asia/Istanbul
Public opening of tenders15/05/2026 10:00 Asia/Istanbul
Provisional notification of award13/07/2026 (indicative)
Provisional contract signature28/08/2026 (indicative)

Funding and Programme Context

The project is co-financed by the European Union under the Instrument for Pre-accession Assistance (Environment and Climate Action Sector Operational Programme for Türkiye) and by the Republic of Türkiye. The contracting authority is the Department of Project Implementation (DoPI), General Directorate of EU and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change, Türkiye. EUD refers to the Delegation of the European Union to Türkiye. Payments are in EUR, with tax arrangements per Annex VII of the contract; non-exonerated duties to be handled as specified in the financial offer templates and ITT.

Eligibility, Origin, and Participation

  • Nationality and eligibility: As per PRAG and Additional Information (Annex a5f), participation is open to eligible nationalities under IPA II rules. Exclusion, rejection, and restrictive measures per PRAG Section 2.4 apply to the tenderer, JV members, capacity-providing entities, subcontractors, and suppliers.
  • Rules of origin: All goods incorporated in or required for the works must originate in eligible source countries as defined for IPA II. Supplies below €100,000 may originate in any country. Official Certificates of Origin must be submitted at the latest before Taking-Over; copies recommended with each interim payment.
  • Subcontracting: Allowed; contractor retains full liability. Subcontractors must comply with eligibility and origin rules. Limits on the value of permanent works subcontracted are as per the Appendix to Tender if stated.
  • Joint ventures/consortia: Permitted. Requirements for leading and other members are defined (see Selection Criteria). All members are jointly and severally bound throughout execution.

Selection Criteria and Tender Securities

  • General: Registered firm or natural person legally capable of carrying out the specified works.
  • Economic and financial capacity (applies to single tenderers or JV/consortia collectively unless stated): Average annual turnover in the past 3 years at least €1,500,000; liquid assets/credit lines available for construction cash flow at least €1,500,000; positive profit account in at least 2 of the last 3 financial years.
  • Technical and professional capacity (within 5 years before tender deadline): At least one completed water supply and/or wastewater and/or stormwater collection network contract with a value of at least €1,000,000, or two such contracts each at least €600,000; at least one completed pumping station for water/wastewater/stormwater with average capacity of 250 m3/h within a single contract (rehabilitation/extension not accepted as similar works); at least one completed construction contract under FIDIC conditions.
  • Proof: Provisional/Final Acceptance or Taking-Over Certificates signed by the supervising Engineer/Contracting Authority; if implemented in a JV, provide evidence of the tenderer’s share.
  • JV/consortia particular criteria: Leader must meet at least 50% of turnover and financial resources criteria; each member must meet at least 10% of turnover and financial resources criteria; JV collectively must be in positive profit for at least 2 of the last 3 financial years and must satisfy similar works, annual turnover, and financial resources criteria.
  • Tender security: €50,000 tender guarantee required, valid for 45 days beyond the tender validity period; forms and QES signature rules provided. Performance security: 10% of contract amount, with provisions for adjustment on significant variations. Retention money and optional retention guarantee per specimen form.
  • Tender validity: 90 days after submission deadline; extendable upon request, with corresponding extension of tender security.

Technical Specifications Highlights

  • Pipelines and crossings: HDD and pipe jacking where specified; river/creek crossing methods include excavated trench with concrete encasement or hanging on bridges subject to method statements and approvals; environmental and hydraulic controls required.
  • Pipe materials and classes: HDPE (PE100) corrugated gravity pipes and reinforced concrete pipes for gravity sewers; minimum ring stiffness SN8 kN/m2 unless superseded by approved variations. For collector lines installed in trenches deeper than €4.00 M, Type-5 Spiral Wound Corrugated Pipes with defined minimum ring stiffness values are required (e.g., Ø800 mm ≥ 59.03 kN/m2; Ø1000 mm ≥ 43.30–48.13 kN/m2 depending on trench depth).
  • Trench support and safety: Shoring systems per depth and geotechnical conditions (spaced timber, fully cased timber, steel panel, sheet piling). Compliance with TS EN 1610 and local safety regulations. Special provisions for uncontrolled fill, groundwater ingress, and deep sections, including Engineer approval for alternative shoring where necessary.
  • Embedment, bedding, and backfill: Imported granular bedding and surround; compaction targets typically 95% standard Proctor or 70% relative density for cohesionless materials; impermeable clay plugs at intervals to limit continuity of granular zones.
  • Testing and QA/QC: CCTV inspections, leakage tests for pipes and manholes; hydrotesting for pressure lines; factory acceptance testing of pipe batches; documentation of as-builts and HDD guidance logs.
  • Mechanical works: Package-type wastewater pumping stations, centrifugal/submersible pumps, valves (gate, butterfly, non-return, PRV/PCV/PRV relief as applicable), Y-type strainers, dismantling and expansion joints, electric actuators, and SCADA integration.
  • SCADA: Operator workstation, licensed SCADA software and associated licences, accessories; integration and commissioning per dossier.
  • Roads, landscaping, and reinstatement: Road base and asphalt per Turkish Highway standards; kerbs, walkways, fencing for facilities; landscaping with topsoil and planting plans; temporary and final reinstatement of public highways as required.
  • Quality standards: Extensive references to DIN, TSE/TS EN, ISO methods for materials and works; corrosion protection, galvanizing, painting systems; welding procedures and qualifications.
  • Health, safety, and environment: Zero tolerance for unsafe acts; confined space protocols; environmental protection during HDD and trenching (silt fences, berms, mud management); compliance with EU environmental commitments and core labour standards; data protection obligations.

Submission Package and Templates

Tenders must be prepared in English and submitted as one original and three copies in sealed envelopes by the stated deadline. The complete dossier defines all required forms and documentary evidence, including the following core components:

  1. 1Tender Form with Annex 1 Declaration on honour on exclusion and selection criteria and Annex 2 Appendix (signed originals).
  2. 2Volume 1 Section 4 forms and questionnaires, including: Form 4.1 General Information; Form 4.2 Organisation Chart; Form 4.3 Power of Attorney; Form 4.4 Financial Statement (with audited financials for the last 3 years, cash flow statements, financial projections, bank references on credit lines); Forms 4.6.x for organisation and staffing, CVs of key personnel, plant list and ownership status with manufacturer documentation, work plan and method statements with milestone bar chart, subcontractor data and percentages, experience sheets for similar works, QA systems, JV details, litigation history, supervisor accommodation, eligibility statement, and any further information.
  3. 3Volume 4 Preamble and fully priced Bill of Quantities (electronic copy of the priced BoQ to be included). Currency: EUR.
  4. 4Tender security (€50,000) using the provided Tender Security Form; retention money guarantee specimen and performance security will apply post-award.
  5. 5Evidence of eligibility of nationality and rules of origin compliance; Certificates of Origin to be provided before Taking-Over; undertaking on origin compliance within the Tender Form.
  6. 6Pay slip/proof of purchasing tender documents (if applicable under the dossier).
  7. 7Signed copy of Vol. 2 Section 2 FIDIC General Conditions first page, acknowledging acceptance.
  8. 8Administrative and identification forms: Identification Form for Company (private law body) and Identification Form for Natural Person (as applicable).
  9. 9Any modifications and clarifications issued via the F&T Portal and the contracting authority’s website must be integrated.

Evaluation Grids and Award:Administrative compliance is verified against the Administrative Compliance Grid. Economic/financial and technical capacity are assessed as pass/fail per Evaluation Grids I and II. Financial evaluation confirms arithmetic and discount treatments and identifies the lowest evaluated price among compliant tenders per Evaluation Grid III. Errors are corrected per ITT Clause 23.

Contract Conditions and Payments

  • Contract agreement: FIDIC Red Book (1999) with Particular Conditions redefining document precedence and procedures.
  • Commencement: Engineer’s notice not less than 7 days; generally within 42 days after Employer receives signed Contract and Performance Security.
  • Programme: Includes a detailed cash-flow estimate and sequencing consistent with permit timelines and weather constraints.
  • Performance security: 10% of contract amount; adjustable where variations exceed 10% or due to cost/legislation changes.
  • Advance payment: As per Sub-Clause 14.2 (specifics in the contract); timing per Sub-Clause 14.7 (e.g., within 42 days after documents).
  • Interim payments: Certified amounts paid within 77 days after the Engineer’s receipt of the Statement and supporting documents; final payment within 70 days of receipt of the Final Payment Certificate.
  • Delayed payments: Financing charges calculated at ECB main refinancing rate for EUR plus 3.5 percentage points, per month of delay basis as specified.
  • Retention: Two-stage release with option to substitute a retention guarantee for the second half; proportional release upon sectional Taking-Over where applicable; return of retention guarantee within 21 days of Performance Certificate copy.
  • Rules of origin and warranty: Certificates of Origin mandatory before Taking-Over; mechanical equipment minimum 2-year warranty after delivery, with 10-day intervention on notice for defects.
  • Insurances: Construction All Risks and others per Appendix to Tender; payments for rectification in EUR; works cease if CAR insurance is invalid until rectified.

Clarifications, Site Visit, and Communications

Tenderers are strongly advised to attend the optional clarification meeting and site visit. Questions must be submitted in writing by the deadline to the named contact at the contracting authority. Answers and any addenda will be published on the EU F&T Portal and the contracting authority’s website Contracting Authority website. Representatives wishing to attend the public opening must pre-register by email as instructed in the ITT.

Categorisation and Structured Information

Eligible Applicant Types:Construction companies and civil engineering contractors; infrastructure EPC firms; SMEs and large enterprises; joint ventures/consortia; natural persons legally capable of executing works; specialised mechanical/electrical/SCADA integrators as main tenderers or subcontractors; manufacturers and plant suppliers as subcontractors or capacity providers. Public-sector bodies may participate only if acting as economic operators meeting PRAG eligibility and capacity criteria.

Funding Type:Procurement of works contract financed under the EU Instrument for Pre-accession Assistance (co-financed by the Republic of Türkiye). Beneficiaries receive contract payments for executed works; not a grant.

Consortium Requirement:Single tenderer or joint venture/consortium permitted. A consortium is not mandatory, but if formed must meet leader and member thresholds and remain in place for the full execution period.

Beneficiary Scope (Geographic Eligibility):Participation is open to eligible nationalities under PRAG for IPA II programmes. Goods must originate from eligible source countries for IPA II (with an exception for supplies under €100,000). Place of performance is Türkiye.

Target Sector:Environment and water infrastructure; wastewater collection and pumping; civil works and construction; mechanical and electrical installations; SCADA and industrial control (ICT/automation); roads and reinstatement; landscaping and fencing.

Mentioned Countries:Türkiye (Turkish Republic); European Union (as funding source). Specific localities referenced include Rize and the Bağdatlı, Çiftekavak and Hal pumping station sites.

Project Stage:Implementation of construction works, installation, commissioning, testing, and preparation of as-built documentation, leading to Taking-Over and performance certification. Not research or pilot; mature infrastructure deployment.

Funding Amount:Estimated total value is not disclosed in the notice extract. Financial capacity thresholds (€1,500,000 average turnover and liquidity) and scope suggest a multi-million-euro works contract, but no formal range is provided in the procurement documents.

Application Type:Open call for tenders. Non-electronic submissions only, by post/courier or hand delivery to the contracting authority, in one original and three copies, sealed and labelled as instructed.

Nature of Support:Monetary payments for works performed under the contract, subject to certification and contractual conditions (advance, interim, and final payments). No non-financial services are awarded under this tender beyond standard contract management.

Application Stages:Single-stage submission and evaluation: administrative compliance; selection criteria verification; technical compliance; financial evaluation; award to the lowest-priced technically compliant offer.

Success Rates:No success rate data is provided. As an open competitive works tender awarded on lowest price among technically compliant offers, success depends on meeting strict eligibility and capacity criteria, full technical compliance, and offering the most competitive price.

Co-funding Requirement:No co-funding by the contractor is required beyond contractual securities and standard delivery costs. The project itself is co-financed by the EU and the Republic of Türkiye. Taxes are treated as specified; prices exclude exonerated taxes and duties.

How to Apply: Practical Checklist

  1. 1Download and study the complete tender dossier from the EU Funding & Tenders Portal, including Volumes 1–5 and all annexes and addenda.
  2. 2Attend the optional clarification meeting and site visit (recommended); collect minutes and updates from the portal and contracting authority website.
  3. 3Prepare the Tender Form with Declaration on honour and appendices; compile all Volume 1 Section 4 forms and supporting evidence (audited financials, bank lines, CVs, plant documentation, work plan, QA/QC plan, method statements, similar references with acceptance certificates).
  4. 4Price all BoQ items in EUR; prepare and include the electronic BoQ file.
  5. 5Obtain and include the original Tender Security of €50,000 using the prescribed form; plan for performance security and insurances post-award.
  6. 6Sign the first page of FIDIC General Conditions acknowledging acceptance; include proof of purchase of tender documents if applicable.
  7. 7Assemble one original and three copies, sign where required, package and label per instructions, and submit by post/courier or hand delivery before the deadline. Keep proof of dispatch or receipt.
  8. 8Monitor the portal for Q&A and corrigenda up to 8 days before the deadline; reflect any modifications in your submission.
  9. 9Ensure compliance with rules of origin; prepare to provide Certificates of Origin before Taking-Over.

Document Set and Templates Available

  • VOLUME 1: Section 1 Instructions to Tenderers; Section 2 Tender Form and declarations; Section 3 Tender Security Form; Section 4 Forms (e.g., Form 4.1–4.6.10 including Organisation Chart 4.2 and Financial Statement 4.4); Section 5 Evaluation Grids; Administrative Compliance Grid.
  • VOLUME 2: Conditions of Contract (FIDIC Red Book 1999, General Conditions); Particular Conditions; specimen Retention Money Guarantee.
  • VOLUME 3A: General Technical Specifications, including Control of Works; Mechanical Works; Roads, Landscaping, and Fences; and other sections.
  • VOLUME €3B: Particular Technical Specifications, including Earth and Pipe Works; Concrete and Steel Works.
  • VOLUME 5: Design Documentation (drawings) referenced in the Particular Conditions order of precedence.
  • Identification Forms: Private Law Body (company) and Natural Person.
  • Contracting Authority communications and addenda; minutes of clarification meeting/site visit; Q&A published on the portal.

Contact and Portals

Summary and Explanation

This tender seeks a qualified works contractor to complete critical sections of the wastewater collection infrastructure in Rize, Türkiye, including gravity collectors, a river crossing, three prefabricated GRP package pumping stations, a short section of force mains, approximately 87 manholes, and a site-wide SCADA layer to monitor and control the new assets. Because the existing system is live, the contractor must maintain uninterrupted service during construction through careful sequencing, temporary overpumping, and staged commissioning. Designs are largely provided, with FIDIC Red Book (1999) governing contract administration. The dossier sets clear financial and technical entry thresholds: bidders must demonstrate at least €1.5 million average annual turnover and liquidity, positive profitability in 2 of 3 recent years, and recent delivery of comparable network and pumping station contracts under FIDIC terms. Subcontracting and JVs are permitted within defined eligibility and share thresholds, with strict compliance to PRAG nationality and rules of origin. Evaluation is binary on compliance followed by award to the lowest-priced technically compliant tender. Tenderers must submit a non-electronic package in English, including a €50,000 bid guarantee, a comprehensive set of Volume 1 forms and evidence, and a fully priced BoQ in EUR. The technical specifications are detailed, covering trench safety and shoring, HDD execution and fluid management, materials and compaction standards, mechanical equipment and corrosion protection, and road reinstatement and landscaping. Payments follow FIDIC mechanisms with advance, interim, and final certificates, adjusted by particular conditions (e.g., payment timelines, retention and guarantees, ECB-based late interest), and the contract duration is capped at 365 days. In essence, this is a turnkey completion and commissioning assignment for wastewater collection assets under EU IPA co-financing, suited to experienced civil infrastructure contractors with proven water/wastewater track records and the capacity to manage live-system continuity, SCADA integration, and FIDIC-based contract delivery within a one-year timeframe.

Short Summary

Impact

Complete and commission the Rize wastewater collection network to ensure continuous, reliable wastewater conveyance, improved environmental protection and regulatory compliance, and reduced leakage and service disruptions.

Applicant

A contractor with proven civil works and M&E capability in water/wastewater networks, including pipeline replacement in live systems, river crossings (HDD/pipejacking), prefabricated pumping-station supply and installation, SCADA integration, and FIDIC contract management.

Developments

Completion works for the wastewater collection system in Rize province, including ~3.039 km collector pipeline, a ~€30 Mriver crossing, three GRP package pumping stations, ~€12 Mforced mains, ~87 manholes, CCTV and leakage testing, SCADA installation and as-built documentation.

Applicant Type

Profit construction and civil engineering companies (SMEs and large contractors) experienced in water and wastewater infrastructure and turnkey works delivery.

Consortium

Single tenderers are permitted but joint ventures/consortia are allowed; if a JV is formed the leader must meet at least 50% of financial thresholds and each member at least 10%, with the JV collectively meeting all selection criteria.

Funding Amount

Contract value is not disclosed in the notice (expected multi‑million euro scale); mandatory tender security €50,000 and performance security 10% of the contract amount are required.

Countries

Place of performance and primary beneficiary:Türkiye; eligible bidders: entities from IPA‑II eligible source countries as defined in the procurement rules, with the European Union providing co‑financing.

Industry

Environment and climate action sector targeting water/wastewater infrastructure under the EU Instrument for Pre‑accession Assistance (IPA).

Additional Web Data

This is an open procedure call for tenders under the Instrument for Pre-accession Assistance (IPA) programme, specifically the Environment and Climate Action Sector Operational Programme (ESOP) for Türkiye. The project involves completion works for the wastewater collection system in Rize, Turkey, focusing on replacing existing live pipelines while maintaining service continuity. The lead contracting authority is the Department of Project Implementation (DoPI), General Directorate of European Union and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change.

Scope of Works

  • Construction of approximately 3.039 km wastewater collector pipeline, including ground improvement works.
  • Construction of approximately €30 Mspecial crossing of river by pipejacking and/or horizontal directional drilling.
  • Construction of 3 prefabricated GRP (Glass Reinforced Plastic) package type wastewater pumping stations (Bağdatlı, Çiftekavak and Hal).
  • Approximately €12 Mforced mains and associated structures.
  • Construction of approximately 87 manholes, including relevant ground improvement works.
  • Installation of complementary SCADA system (operator workstation, SCADA software and licences, other relevant software and system accessories).
  • Preparation of wastewater collection system network as-built plans for constructed sewer mains.
  • Complementary works and documentation: CCTV inspection for €6,920 Mpipes, leakage tests for €963 Mpipes and 44 manholes, completion of non-completed bridge crossing works, correction of non-conformities, provision of Certificate of Origin per Sub-Clause 7.9, preparation and submission of as-built plans.

The works involve complete replacement of existing live pipelines, requiring careful planning to maintain wastewater services. Temporary rearrangements for service continuity must be priced accordingly. Package pumping stations shall be supplied and installed during new construction and remain operational until final acceptance.

Key Dates and Procedure

  • TED publication date: 02/03/2026.
  • Deadline for requesting additional information: 21/04/2026 23:59 Asia/Istanbul.
  • Clarification meeting and site visit (optional): 10/04/2026 10:00 and 11:00.
  • Deadline for receipt of tenders: 12/05/2026 14:30 Asia/Istanbul.
  • Date and time of public opening: 15/05/2026 10:00 Asia/Istanbul.
  • Notification of award (provisional): 13/07/2026.
  • Contract signature (provisional): 28/08/2026.

Procedure type:Open procedure. Award method: Lowest price. Submission method: Non-electronic. Tenders must be sent to Dr. İsmail Raci Bayer, General Directorate of EU and Foreign Relations, Ministry of Environment, Urbanisation and Climate Change, Mustafa Kemal Mahallesi 2082. Cadde No:52 Çankaya - Ankara/Türkiye. Procedure identifier: EC-ENEST/ANK/2026/EA-LOP/0001. TED reference: 42/2026 144479-2026.

Eligibility and Participation

Open to legal persons from eligible IPA-II countries. Subcontracting allowed, but contractor retains full liability. Only one tender per tenderer. Joint ventures/consortia permitted with specific qualification criteria for leading member and others.

Economic and Financial Capacity

  • Average annual turnover (past 3 years): min. €1,500,000 (JV as a whole).
  • Liquid assets/access to credit: min. €1,500,000 for contract cash flow.
  • Positive profit account in at least 2 of last 3 years.
  • For JV: Leading member min. 50% of turnover/financial resources; each member min. 10%; JV collectively meets all criteria.

Technical and Professional Capacity

  • At least one water/wastewater/stormwater collection network project min. €1,000,000 or two min. €600,000 each (last 5 years).
  • One pumping station (water/wastewater/stormwater) avg. capacity €250 M³/h (new construction, last 5 years).
  • One FIDIC contract (last 5 years).
  • Evidence: Taking-over/provisional acceptance certificates.

Contract Conditions

Maximum duration:365 days. Place of performance: Turkey (Rize). CPV: 45232400 - Sewer construction work. Governing conditions: FIDIC Red Book 1999. Estimated total value: Not specified in notice. Currency: EUR. Tender security: €50,000 (valid 45 days beyond tender validity). Performance security: 10% of contract amount. Retention money guarantee applicable.

Tender Guarantee:€50,000 required using form in Volume 1, Section 3.

Documentation

42 documents available on EU Funding & Tenders Portal, including Invitation to Tender (ITT), technical offer forms, evaluation grids, Bills of Quantities (Volume 4), General/Particular Conditions, Technical Specifications (Volumes 3A/€3B). Full tender dossier downloadable from EU Funding & Tenders Portal. Questions via abyd.ihale@csb.gov.tr or IPA Website.

Submission Requirements

  1. 1Tender form with signed Declaration on Honour (exclusion/selection criteria).
  2. 2Forms from Volume 1 Section 4 (organisation chart, financial statements, technical qualifications, etc.).
  3. 3Priced Bill of Quantities (Volume 4) and electronic copy.
  4. 4Tender security (original).
  5. 5Proof of purchase of tender documents.
  6. 6Signed FIDIC General Conditions.
  7. 7One original + 3 copies in sealed envelope marked with reference and 'Not to be opened before tender opening'.

Additional Applicant Information

Tender validity:90 days. Language: English. Site visit/clarification meeting recommended. No variant solutions. Compliance with EU rules on origin (eligible IPA countries; Certificate of Origin required). Questions/answers published on portal and IPA Website. No electronic submission; PIC not required.

Footnotes

  1. 1Full tender dossier and updates available at EU Funding & Tenders Portal and IPA Website. Contact: abyd.ihale@csb.gov.tr.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentPDF documentPDF documentPDF documentPDF documentPDF documentPDF documentPDF documentPDF document

Discover with AI

Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.

Try AI Agent →

EU Grant Database

Explore European funding opportunities in our comprehensive, up-to-date collection.

Browse Database →

Stay Informed

Get notified when grants change, deadlines approach, or new opportunities match your interests.

Configure Notifications →

Track Your Favorites

Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.

Use the Follow button above ↑

Procurement of equipment for the Establishment of the Regional Waste Management System for the city of Novi Sad and municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas

TenderOpen

Open tender (EC-ENEST/BEG/2026/EA-OP/0027) funded by the EU IPA III for supply, delivery, installation, commissioning, testing, training and warranty of waste management equipment and vehicles to establish a Regional Waste Management Sys...

May 15th, 2026

Fornitura a noleggio di distributori d'acqua potabile per il sito del CCR di Ispra, compresa installazione, manutenzione e controlli periodici della qualità dell'acqua erogata.

TenderOpen

The European Commission Joint Research Centre (JRC) at Ispra, Italy, has published an open procurement (EC-JRC/IPR/2025/OP/5342) for the rental supply, installation, maintenance and water-quality testing of drinking water dispensers acro...

April 13th, 2026

NL-Petten: Diensten kadercontract voor het uitvoeren van legionella controle en beheersmaatregelen waaronder legionellamonsterneming, temperatuurmeting en controles.

TenderForthcoming

This is an ex ante publicity notice EC-JRC/PTT/2026/LVP/1216-EXA announcing the European Commission's intention to launch a negotiated procedure for a services framework contract for drinking water management and legionella control at th...

April 30th, 2026

NL-Petten: Diensten kadercontract voor onderhoud en kleine werken betreffende werktuigbouwkundige installaties van het GCO Petten waaronder sanitair, verwarming en ventilatie, inclusief levering van materiaal

TenderOpen

The European Commission Joint Research Centre (JRC) in Petten is tendering a single-award framework agreement for maintenance and minor works on mechanical installations (sanitary, heating, ventilation, cooling, compressed air, drainage,...

May 8th, 2026

Environmental Coordinator services at JRC-Geel

TenderForthcoming

Planned negotiated procedure for Environmental Coordinator services (Level A) at JRC Geel in Belgium, led by the European Commission DG JRC. The contract is a services procurement under CPV 90700000 with a maximum duration of 48 months a...

April 21st, 2026

APPEL D’OFFRES N° 06D20/2025/M056 Parlement européen - Mission de Bureau de Contrôle - Contrat-cadre

TenderOpen

The European Parliament (DG INLO) invites tenders for a mono-award framework agreement (EP-INLO/2026/OP/0002) to provide independent technical control and advisory services for acquisition projects, real estate works and building managem...

May 18th, 2026

Remplacement des tours de refroidissement du bâtiment Charlemagne

TenderForthcoming

Planned negotiated procurement by the European Commission Office for Infrastructure and Logistics in Brussels (OIB) to replace five existing cooling towers at the Charlemagne building (170 rue de la Loi, Brussels) with two high-performan...

April 13th, 2026

Technical Assistance for Climate Change Adaptation Planning and Improved Response

TenderOpen

Restricted tender under the Instrument for Pre-accession Assistance (IPA III) for technical assistance on climate change adaptation addressing river and torrential floods in Bosnia and Herzegovina, estimated value EUR 3,000,000 (excludin...

April 27th, 2026

Servizi di Manutenzione Integrata degli Impianti Tecnici

TenderOpen

The European Commission Joint Research Centre (JRC) has published an open tender (EC-JRC/IPR/2025/RP/5268) for integrated preventive and corrective maintenance services at the JRC Ispra site, including work in classified nuclear zones co...

May 4th, 2026

NL-Petten: Integrated Petten entrance (IPE), exterior security measures

TenderOpen

Open tender EC-JRC/PTT/2026/OP/0492 invites bids for delivery, installation, testing and commissioning of exterior security measures for the Integrated Petten Entrance (IPE) at JRC Petten, including hostile vehicle mitigation bollards, v...

May 4th, 2026

Contrôles de sécurité, coordination de sécurité et santé et analyse de risques aux postes de travail.

TenderOpen

Tender EC-OIL/2025/OP/0005 issued by the European Commission, Office for Infrastructures and Logistics in Luxembourg (OIL), seeks framework agreements for safety, health, environmental controls, safety and health coordination, workplace...

April 13th, 2026

Travaux de câblage pour les réseaux structurés

TenderOpen

The European Commission (OIL Luxembourg) has published an open tender EC-OIL/2025/OP/0011 for structured network cabling and fit-out of sensitive telecommunications premises in Commission buildings in Luxembourg, organised as a single fr...

May 5th, 2026