Overview
Open tender EC-ENEST/ANK/2026/EA-OP/0040 financed under IPA II (85 percent EU, 15 percent national) for Lot 2 to supply, deliver, install, commission, train and warrant 1 250 passenger counting sensors and 668 mobile network video recorders DDP to Mersin Metropolitan Municipality. Key deadlines include clarification requests by 29 May 2026 and tender submission by 19 June 2026, with public opening on 22 June 2026. Tenders must be submitted in English in paper form with a €30,000 tender guarantee and a performance guarantee of 10 percent of the contract price, payments in euro and a 40 percent pre-financing tranche. The award criterion is the lowest price among technically and administratively compliant offers and the contractor will be responsible for installation, training, warranty and after-sales service per Turkish and EU requirements.
Partner Search
Find collaboration partners for this call
What You Offer
Describe your expertise here...
You Are Looking For
Describe what you seek here...
Highlights
What is being procured
Scope summary
Open tender for supply, delivery, testing, siting, installation, commissioning, training and warranty of traffic management system equipment for Mersin Metropolitan Municipality (ITS SAP). Lot 2 covers Passenger Counting Sensors (1 250 units) and Mobile Network Video Recorders MNVR (668 units).
Who runs the procurement:Government of Türkiye, Directorate General for European Union Affairs and Foreign Relations (Ministry of Transport and Infrastructure). Contract financed under the EU IPA II Pre-Accession programme 1.
Who can apply
Suppliers and consortia of suppliers (legal persons) established in eligible countries for IPA II procedures (EU Member States and other eligible source countries as specified in the tender documents). Subcontracting is allowed; consortium members are jointly and severally liable.
Key financial & contractual facts
Tender is a unit-price supplies contract (Delivered Duty Paid DDP to Mersin). Contract implementation period: 90 calendar days from commencement. Tender guarantee required: €30 000. Performance guarantee: 10% of contract value. Warranty and training obligations specified in tender dossier 1.
- 1Items: 1 250 passenger counting sensors; 668 MNVR units
- 2Submission method: non-electronic (paper) only; see tender documents for postal/hand-delivery address
- 3Award criterion: lowest compliant price (open procedure)
| Procurement milestones | Date / note |
|---|---|
| Deadline for clarifications | 29/05/2026 (local time) |
| Tender submission deadline | 19/06/2026 12:00 (Ankara local time) |
| Public opening | 22/06/2026 14:30 (Ankara local time) |
Practical notes:submit original plus required copies, include tender guarantee and all specified forms (tender form, declarations, technical and financial offers, identification form). Paper submission address and full procurement dossier are on the EU Funding & Tenders Portal and the IPA Programme web page F&T Portal IPA Transport Programme 1.
Footnotes
- 1Official procurement dossier and documents (Invitation to Tender, Instructions to Tenderers, Special and General Conditions, Technical Specifications, financial templates and annexes) available from the Funding & Tenders portal opportunity page and from the IPA Transport Programme website. See the tender reference EC-ENEST/ANK/2026/EA-OP/0040.
Find a Consultant to Support You
Breakdown
Key facts and timeline
Opportunity type:Open call for tenders (procurement). Contracting authority: Government of Turkey (Ministry of Transport and Infrastructure, Directorate General for European Union Affairs and Foreign Relations, Department for European Union Investments). Programme / funding: IPA Pre-accession (PreAccession Countries / New Member States). TED reference: 272503-2026. Procedure identifier: f5ed80dd-91ab-4456-a526-cb25fc3e186c (internal EC-ENEST/ANK/2026/EA-OP/0040).
Deadlines:Deadline for questions: 29 May 2026 (16:00 local). Deadline for submission of tenders: 19 June 2026, 12:00 local (Ankara / Türkiye). Tender opening (public): 22 June 2026, 14:30 local. Provisional award/notification: provisionally 10 August 2026. Contract signature (provisional): 10 September 2026.
What is being procured
Main scope:supply, delivery, testing, siting and installation, commissioning, trainings and warranty services for traffic management system equipment for Mersin Metropolitan Municipality (Mersin ITS SAP). Contract nature: supplies. Incoterm: DDP (Delivered Duty Paid) to Mersin address indicated in tender dossier.
- 1Lot 2: Traffic Management System Equipment — items required in this lot: Passenger counting sensors (quantity 1 250) and Mobile Network Video Recorder units (MNVR) (quantity 668).
- 2Implementation period for Lot 2: 90 calendar days from contract commencement.
- 3Works to include spare parts/consumables list (to be provided by tenderer, for information/pricing), trainings, commissioning, warranty and after-sales obligations.
How to apply and submission details
Application type and method:Open tender (call for tenders). Submission method: Non-electronic (paper) submission only — tenders must be delivered by post/courier or hand-delivery to the address shown in the tender dossier and Invitation letter. All tender documents, technical and financial offers, supporting documents and guarantees must be included as specified in the Instructions to Tenderers. Electronic portal is used for documentation and Q&A, but final tenders are non-electronic.
Address for submission and contact:Tender submissions and correspondence are addressed to: Ministry of Transport and Infrastructure, Directorate General for European Union Affairs and Foreign Relations, Department for European Union Investments, Hakkı Turayliç Caddesi No:€5 BBlok Kat:10, Emek 06490 Ankara, Türkiye. Functional e-mail for questions and Q&A: euid@uab.gov.tr. Procurement documents and subscription available on the EU Funding & Tenders Portal (opportunity details page).
Eligibility, selection and award
Eligible applicants:natural or legal persons and consortia legally established and effectively established in eligible countries for IPA II procurement (Member States, IPA eligible/partner countries — see CIR/notice and tender dossier). International organisations may participate where allowed. Specific nationality and origin rules and documentary evidence requirements are set out in the tender dossier (origin of goods must be declared and certified on delivery).
- 1Selection criteria include minimum economic/financial capacity and technical/professional capacity. Example for Lot 2: minimum average annual turnover requirement and proof of relevant prior supplies (details in tender dossier).
- 2Exclusion and integrity checks: declarations on honour and documentary evidence required. Entities subject to EU restrictive measures or in exclusion situations (fraud, corruption, terrorism, etc.) are ineligible.
- 3Subcontracting is allowed but subcontractors must satisfy the eligibility requirements.
Award criterion:Sole award criterion is lowest price among technically compliant tenders. Technical compliance is assessed first using the technical specification and administrative/technical grids; only compliant offers are compared on price.
Financial and contract conditions
Funding mechanism and co-financing:This is a procurement financed under the IPA II Pre-Accession instrument. Visibility requirements state EU co-funding and national co-financing on supplied equipment labels (example label text indicates EU contribution 85% and national contribution 15%). Tender documents include tax and customs arrangements: goods and services connected to the contract are exempt from VAT and import/customs duties in Türkiye under the IPA framework agreement (detailed guidance and national procedures in annexes).
| Financial instrument | Procurement contract financed from IPA II (PreAccession) — general budget co-financing with national contribution; VAT/customs exemptions applied under framework agreement. |
|---|---|
| Currency | Euro (EUR) — tenders must be presented in EUR. |
| Price basis for evaluation | DDP to Mersin (Delivered Duty Paid) — Incoterms 2020. |
| Tender guarantee | €30 000 (tender guarantee must be provided with tender and remain valid 45 days beyond tender validity). |
| Performance guarantee | 10% of contract value (provided on contract signature), released 60 days after final acceptance, except amounts retained for after-sales. |
| Payment profile (standard in dossier) | Pre-financing 40% after signature and on provision of pre-financing guarantee; balance 60% against provisional acceptance and invoice. Specific payment deadlines and conditions in Special Conditions. |
| Price revision | Unless otherwise specified contract at fixed prices (no revision), see Special Conditions. |
Procurement documents and templates (what to download and use)
All mandatory tender documents and templates are published on the opportunity page in the Funding & Tenders Portal and via the procurement documents link. Key mandatory templates and documents included in the tender dossier:
- Invitation letter and Instructions to Tenderers (c4a; c4b) — includes full submission rules, administrative compliance and evaluation procedure.
- Tender form for a supply contract (Annex c4l) — mandatory completed and signed form for each legal entity and each consortium member.
- Technical specifications (Annex II + III, c4f) — detailed technical requirements and the contractor's technical offer template (column-by-column).
- Budget breakdown / Model financial offer (Annex IV, c4g) — financial offer format and unit pricing template (DDP).
- Draft main and special conditions and General Conditions (c4c, c4d, c4e) — contractual terms, delivery, warranty, performance guarantees, insurance, intellectual property and dispute resolution.
- Tender guarantee form and performance / pre-financing model guarantees (c4n, c4h, c4i) — prescribed templates for guarantees.
- Evaluation and administrative grids (c4k, c4j) — used by evaluators and provided for tenderers to understand assessment.
- Declaration on honour on exclusion and selection criteria (Annex A14a in c4l) — mandatory signed declarations for each legal entity.
- VAT and tax & customs arrangements (c4m) — detailed rules for VAT exemption, customs facilitation under IPA framework agreement.
- Warranty obligations form (annex published in dossier) — warranty commitments and service requirements.
- Identification forms (natural person and legal entity) and banking details templates (IFIND / IFCOMPANY / IFPUBLIC) for contracting and payment purposes.
Assessment and process stages
Number of application stages:The procedure follows the single-stage open procedure typical for supply tenders in IPA/EC practices: (1) submission of full tender (technical + financial + supporting documents), (2) public opening, (3) administrative & technical compliance checks, (4) technical evaluation, (5) financial evaluation and award to lowest price among compliant tenders, followed by award notification, contract signature and performance guarantees. For planning assume 2 principal decision stages (administrative/technical compliance then financial/award).
Success rates:No published tender-specific success rate. Typical competitive procurement success rates vary widely; prospective tenderers should treat award as competitive and prepare fully compliant, lowest-price technically compliant offers.
Risk management, compliance and legal
Integrity and exclusions:Tenderers must submit statements on honour and may be excluded if in situations listed in the PRAG and tender dossier (fraud, corruption, money laundering, terrorist financing, sanctions lists, bankruptcy, professional misconduct). The contracting authority may apply financial penalties and exclusion measures (including publication) under the Financial Regulation in cases of serious breaches. Contracting authority reserves the right to suspend/cancel procedures in cases of irregularities. Two-factor authentication: to access the F&T Portal for Q&A and document downloads, EU Login two-factor may be required — the Portal provides methods and guidance for registration (mobile EU Login app, security key, passkey, eID).
Eligible applicant types
Legal persons, natural persons where permitted, SMEs and large enterprises, consortia / joint ventures, public bodies, NGOs and international organisations where allowed by the procurement documents and Cir. Subcontractors and capacity-providing entities are allowed but must meet eligibility, non-exclusion and selection criteria. (Specific nationality/establishment rules are in the tender dossier).
Funding type
Procurement / supply contract (tender). This is not a grant, loan or equity instrument — this is a public procurement financed from IPA II budget lines with national co-financing.
Consortium requirement
Not mandatory. A single tenderer may apply. Consortia / joint ventures are permitted. If a consortium is formed, members are jointly and severally liable; one member must be designated as leader and must sign the tender form and declarations for the consortium.
Beneficiary scope (geographic eligibility)
Primarily Türkiye (place of delivery/performance). Eligibility for tenderers follows IPA II rules (EU Member States, IPA partner countries and other eligible source countries as stated in the tender dossier and CIR/Regulation references). Origin rules for goods: subject to conditions in tender dossier and EU rules; certificate of origin required on delivery.
Target sector
Transport and Intelligent Transport Systems (ITS) — cross-cutting ICT / mobility sector:passenger counting sensors and vehicle MNVRs for traffic management, public transport monitoring and operations.
Mentioned countries
Türkiye (Mersin, delivery/performance); contracting authority:Government of Turkey (Ankara). Tender published via EU Funding & Tenders portal; funding via EU IPA II Pre-Accession instrument (European Union).
Project stage
Procurement and implementation (equipment supply, installation, commissioning, training, testing) — readiness for delivery/installation (manufactured equipment, deployment and operational commissioning).
Funding amount
Tender documents do not publish an overall estimated contract value. Known financial thresholds/values in the dossier: tender guarantee required €30 000; performance guarantee 10% of contract value; payment schedule uses 40% pre-financing and 60% on provisional acceptance. Visibility text references EU contribution 85% / national 15% on equipment labels. No explicit total contract sum published in notice.
Application type
Open call, single-stage open procedure. Submission is non-electronic (paper). Questions must be submitted via F&T Portal Q&A by the stated question deadline.
Nature of support
Commercial payment under a procurement supply contract — monetary consideration for delivery of goods and services (supply, installation, commissioning, training, warranty).
Application stages
Main stages:1) Preparation and document download, Q&A; 2) Non-electronic submission by deadline; 3) Tender opening (public); 4) Administrative and technical compliance checks; 5) Technical evaluation and financial evaluation; 6) Award decision and notification; 7) Contract signature and performance guarantee deposit; 8) Delivery, commissioning, provisional acceptance; 9) Warranty / after-sales and final acceptance.
Success rates
Not provided in the documents. Success probability depends on market competition and the tenderer's ability to produce a fully compliant technical offer and the lowest price among technically compliant tenders.
Co-funding requirement
Yes — national co-financing applies under IPA II projects. Visibility guidance on equipment label references EU contribution 85% and national contribution 15% (confirm in tender dossier). Tenderers must price VAT, but VAT exemption procedures are applied under the IPA framework agreement and national implementation rules described in the Tax and Customs Arrangements annex.
Templates and application forms (structure and practical guidance)
The tender dossier provides mandatory templates and forms. Key application structure and documents to include in your submission (follow order requested in Instructions to Tenderers):
- 1Technical offer (Annex II+III technical specifications + technical offer template) — completed line-by-line comparisons, datasheets, manufacturer declarations, spare parts lists and training plan. Provide an electronic version as requested and the completed technical offer template, with clear mapping to each technical requirement (no generic 'compliant' answers).
- 2Financial offer (Annex IV budget breakdown / model financial offer) — prices in EUR, DDP Mersin; itemised pricing for items, training, spare parts (informative list pricing for spare parts/consumables for 5 years). Clearly separate taxes — VAT to be shown separately. Submit original and copies as specified.
- 3Tender guarantee — original signed guarantee (€30 000) in the required form (Annex c4n) and valid for the required duration.
- 4Tender form for a supply contract (Annex c4l) — fully completed and signed by legal representative(s). For consortia, leader and all members sign. Include Declaration on Honour (Annex A14a) for each legal entity.
- 5Identification forms and bank details (IFIND/IFCOMPANY/IFPUBLIC) — official IDs, extract of registration, VAT and banking details for payments. Provide copies of supporting official documents (registration certificates, statutes, powers of attorney) no older than specified (typically within 1 year).
- 6Performance guarantee — note template is available (Annex V) for contract signature (10% of contract value) and pre-financing guarantee form (Annex c4i) for pre-financing if required.
- 7Administrative, evaluation and compliance checklists are provided for tenderers to ensure all documents are included. Follow the precise ordering requested in Section 11 of the Instructions to Tenderers otherwise non-conformities may lead to rejection.
Additional practical notes:register on the Funding & Tenders portal and subscribe to the call to get automatic notifications for any addenda/Q&As. Submit questions via the Portal Q&A by the stated deadline (29 May 2026). For non-electronic submission ensure correct number of original and copies (one original + three copies). Use registered mail or courier for proof of postage. Hand-deliver submissions to the stated address during working hours if required, retain receipt acknowledgement.
Concluding summary — what this opportunity is about
This is an open public procurement (tender) launched by the Government of Turkey and financed under the EU IPA II Pre-Accession programme to procure and install traffic management system equipment in Mersin. The contract covers supply, delivery (DDP Mersin), testing, siting/installation, commissioning, training and warranty services for passenger counting sensors (1 250 units) and Mobile Network Video Recorders (668 units) as part of a broader ITS/SAP deployment. It is a supplies contract under an open procedure where tenders are evaluated first for administrative and technical compliance and then by price (the lowest price among technically compliant offers will be awarded). Submission is non-electronic (paper) to the contracting authority address in Ankara; the F&T Portal is used for downloading full procurement documents, Q&A and subscription. Tenderers must provide a EUR-denominated financial offer, mandatory guarantees (tender guarantee €30 000 at submission; performance guarantee 10% on contract signature), and comply with IPA tax and customs exemptions. The procurement timetable requires questions by 29 May 2026, tender submission by 19 June 2026 and public opening on 22 June 2026. The tender dossier contains the full technical specifications, contractual terms, templates and guidance; prospective bidders should download and follow the mandatory templates (technical offer, financial offer, tender form, guarantees and Annexes) exactly and ensure they meet the selection and exclusion criteria that are described in the tender documents.
Short Summary
Impact Deploy and operationalise intelligent transport system equipment to improve urban mobility, real‑time passenger data collection and vehicle surveillance in Mersin, increasing transport system efficiency and safety. | Impact | Deploy and operationalise intelligent transport system equipment to improve urban mobility, real‑time passenger data collection and vehicle surveillance in Mersin, increasing transport system efficiency and safety. |
Applicant Companies able to manufacture/supply ITS hardware and deliver full lifecycle services (DDP delivery, installation, integration, commissioning, training and warranty), with required technical certifications and experience in passenger counting sensors and mobile NVR systems. | Applicant | Companies able to manufacture/supply ITS hardware and deliver full lifecycle services (DDP delivery, installation, integration, commissioning, training and warranty), with required technical certifications and experience in passenger counting sensors and mobile NVR systems. |
Developments Procurement, delivery and on‑site integration of 1,250 passenger counting sensors and 668 mobile network video recorders for the Mersin ITS SAP, plus training, spare parts and after‑sales support. | Developments | Procurement, delivery and on‑site integration of 1,250 passenger counting sensors and 668 mobile network video recorders for the Mersin ITS SAP, plus training, spare parts and after‑sales support. |
Applicant Type Profit-making suppliers and technology vendors (SMEs/startups and large corporations) specialising in ITS hardware, vehicle electronics and system integration. | Applicant Type | Profit-making suppliers and technology vendors (SMEs/startups and large corporations) specialising in ITS hardware, vehicle electronics and system integration. |
Consortium Not mandatory — single applicants may bid; consortia/joint ventures are permitted and members are jointly and severally liable if formed. | Consortium | Not mandatory — single applicants may bid; consortia/joint ventures are permitted and members are jointly and severally liable if formed. |
Funding Amount No overall contract value published; tender guarantee required €30,000 at submission; performance guarantee 10% of contract value on signature; payments in EUR with 40% pre‑financing and 60% on provisional acceptance. | Funding Amount | No overall contract value published; tender guarantee required €30,000 at submission; performance guarantee 10% of contract value on signature; payments in EUR with 40% pre‑financing and 60% on provisional acceptance. |
Countries Türkiye is the place of delivery/performance (Mersin); eligible bidders include entities from EU Member States and countries eligible under the IPA II programme (origin requirements apply). | Countries | Türkiye is the place of delivery/performance (Mersin); eligible bidders include entities from EU Member States and countries eligible under the IPA II programme (origin requirements apply). |
Industry Transport — Intelligent Transport Systems (ITS) under the Instrument for Pre‑Accession Assistance (IPA II), Sectoral Operational Programme for Transport (SOPT). | Industry | Transport — Intelligent Transport Systems (ITS) under the Instrument for Pre‑Accession Assistance (IPA II), Sectoral Operational Programme for Transport (SOPT). |
Additional Web Data
Funding Opportunity Overview
This is an open tender procedure for the supply, delivery, testing, siting, installation, commissioning, training and warranty services of traffic management system equipment for Mersin Metropolitan Municipality in Turkey. The contract is financed under the Instrument for Pre-Accession Assistance (IPA II) through the Sectoral Operational Programme for Transport (SOPT), with 85 percent EU contribution and 15 percent national contribution. The procedure identifier is EC-ENEST/ANK/2026/EA-OP/0040 and the TED reference is 77/2026 272503-2026.
Tender Scope and Deliverables
Lot 2 comprises two main items:1250 Passenger Counting Sensors and 668 Mobile Network Video Recorders (MNVR). These supplies are designed to support Mersin city's urban mobility and intelligent transport systems. All equipment must be delivered to Mersin Büyükşehir Belediyesi, Mertelkom Veri ve Teknoloji Merkezi, Demirtaş Mah., 77081. Sk., No:1, 33090 Toroslar/Mersin, Turkey on a Delivered Duty Paid (DDP) basis.
Key Deadlines
- Deadline for requesting clarifications: 29 May 2026 at 16:00 (Asia/Istanbul time)
- Last date for clarifications to be issued: 11 June 2026
- Tender submission deadline: 19 June 2026 at 12:00 (Asia/Istanbul time)
- Tender opening session: 22 June 2026 at 14:30 (Asia/Istanbul time)
- Notification of award: 10 August 2026 (provisional)
- Contract signature: 10 September 2026 (provisional)
Eligibility and Participation Requirements
This is an open procedure with no reserved participation. Eligible tenderers include natural and legal persons from EU Member States and eligible countries under IPA II. Tenderers must comply with legal, technical and financial requirements and demonstrate capacity to execute the contract effectively. Participation is open to individual companies, consortia, and joint ventures. All consortium members must be jointly and severally liable for contract performance. Subcontracting is permitted with prior written authorization from the contracting authority.
Exclusion Criteria:Tenderers must not be subject to EU restrictive measures, bankruptcy, insolvency proceedings, grave professional misconduct, fraud, corruption, money laundering, terrorist financing, child labour, human trafficking, or circumvention of fiscal or social obligations. Tenderers must provide declarations on honour confirming they are not in any exclusion situation as defined in the practical guide (PRAG) Section 2.4.2.
Technical Specifications and Requirements
Item 2.1 - Passenger Counting Sensors (Quantity:1250) must detect and count boarding and alighting passengers with at least 90 percent accuracy. Specifications include: 1080p 30 fps resolution (1920x1080), power consumption less than 24W, operating temperature -20°C to +55°C, IP65 or higher protection, support for HTTP/HTTPS and IPv4 protocols, Web Interface capability, real-time data transmission via wired or wireless connection, and compliance with privacy regulations through data anonymization. Sensors must have at least 1/2.4 inch €2Mpixel CMOS type with M12 lens (2.2-2.7mm), minimum 120° field of view, 50dB signal-to-noise ratio, and 3 meters infrared support. Global shutter feature is required. Compliance with EN50155, IEC60068-2-7EH, IP66, EN50102, ROHS, FCC, EMC and CE standards is mandatory.
Item 2.2 - Mobile Network Video Recorders (Quantity:668) must support 8 IP channels with H264/H265 video compression, 3G/4G network connectivity and optional WiFi. Each unit requires 1 x M.2 SSD with minimum 1TB capacity, 1 x SIM card slot, USB2.0 or better, RS232, 2 x RS485, 4-channel input and 1-channel output. Operating temperature range -30°C to +55°C with 10-90 percent humidity tolerance. Units must be shock-proof and vibration-resistant with built-in GPS module, 12V or 24V DC compatibility, EN50155 and E-Mark certifications, and ISO 16750-3 compliance. Remote access via mobile applications or web-based interfaces with role-based permissions is required. Software development kit and API support for third-party integration is mandatory. Event-based recording triggered by motion detection, G-force impact or external alarm signals must be supported. Integration with 112 Emergency Call Center is required. Remote updates and secure encrypted storage without interruption are essential. Pre-alarm (30 seconds before) and post-alarm (5 minutes after) recording with adjustable parameters is required. Ignition detection with recording start within 1 minute and 15-minute default post-ignition operation is mandatory. Unicast and multicast video transmission, USB Type-C port and SD card feature are required. Static and dynamic IP support is necessary.
Installation, Commissioning and Training
The contractor is fully responsible for supply, installation, configuration, integration with existing systems and commissioning of all equipment. Installation and calibration of passenger counting sensors in buses, minibuses and Dolmuş vehicles must ensure accurate passenger detection and data transmission to central software platforms. Mobile NVR units must be integrated with existing surveillance camera systems and configured for remote access and monitoring. All tools, materials, equipment and trained personnel required for transport, assembly, installation and commissioning shall be provided by the contractor at no additional cost to the contracting authority. Consumptions on site during installation and commissioning are borne by the contractor. Full assembly and complementary engineering related to installation and system operation, including integration with existing software and hardware, are contractor responsibilities. Connection to main electrical, mechanical, water, air and gas supplies must comply with Turkish regulations. Any damage to building structure during installation must be repaired by the contractor.
Training must be provided following installation and commissioning. Minimum 2 training days are required for maximum 10 participants covering theoretical and applied training on overview and terminology, basic usage, maintenance and troubleshooting, user interface and health and safety requirements. Trainings shall be conducted in Turkish or English with simultaneous translation when necessary by qualified instructors. All necessary accessories, materials and documentation shall be provided by the contractor. Trainings shall be recorded and provided as separate media to the municipality for future use.
Warranty and After-Sales Service
The contractor must provide warranty in accordance with Turkish Law on Consumer Rights (dated 07/11/2013, Law No. 6502) and relevant regulations. Commercial warranty of at least 2 years is required for all equipment in addition to the contractor-provided warranty. The warranty period is 1 year after provisional acceptance. The contractor must make good any defects in or damage to supplies appearing during the warranty period resulting from defective materials, faulty workmanship, design defects or contractor acts or omissions. Defects must be remedied at contractor cost as soon as practicable. Warranty periods for replaced or repaired items recommence from the repair date. If defects are not remedied within stipulated timeframes, the contracting authority may remedy them at contractor expense or terminate the contract. Only original or manufacturer-approved spare parts shall be used in repair services. After-sales support services and spare parts will be available pursuant to Turkish consumer protection law provisions.
Submission Requirements and Documentation
Tenders must be submitted in English in one original marked 'original' and 3 copies marked 'copy', all signed identically. Submission is by post, courier service or hand-delivery to: Ministry of Transport and Infrastructure, Directorate General for European Union Affairs and Foreign Relations, Department for European Union Investments, Hakkı Turayliç Caddesi No: €5 BBlok Kat: 10, Emek 06490 Ankara, Turkey. Working hours are 8:30 AM to 5:00 PM local time. All tenders must be in sealed envelopes bearing the address, reference code EC-ENEST/ANK/2026/EA-OP/0040, lot number, 'Not to be opened before the tender opening session' in English and Turkish, and tenderer name.
Tenders must include:Part 1 - Technical offer with detailed description of supplies conforming to technical specifications, list of spare parts and consumables, training proposal, and electronic version; Part 2 - Financial offer on DDP basis with financial proposals for spare parts for 5-year use and training, all amounts excluding taxes with VAT mentioned separately, and electronic version; Part 3 - Documentation including original signed tender guarantee, completed tender form with Declaration on Honour on exclusion and selection criteria, completed identification form with supporting documents, warranty conditions description, commercial warranty organization description, origin statement, proof of authorization to sign, and manufacturers' catalogues and declarations.
Financial Terms and Payment
Payment Schedule:40 percent of total contract price as pre-financing after contract signature against provision of performance guarantee and pre-financing guarantee; 60 percent balance after receipt of invoice and provisional acceptance certificate. Final payment shall be made within 90 days after receipt of invoice and provisional acceptance application. Pre-financing guarantee must remain valid until 30 days after provisional acceptance. All payments in euro.
Tender Guarantee:€30,000 tender guarantee required when submitting tender, valid for 45 days beyond tender validity period. Guarantee released to unsuccessful tenderers upon procedure completion and to successful tenderer upon contract signature after performance guarantee submission.
Performance Guarantee:10 percent of total contract price required, submitted with countersigned contract. Released within 60 days of final acceptance certificate issuance except for after-sales service portions. May be waived for contracts of €150,000 or below based on objective criteria.
Contract Duration and Implementation
Maximum contract duration is 3 months. Implementation period is 90 calendar days. Delivery must occur 15 days before end of implementation period. Contractor shall submit detailed programme of implementation within 14 days of contract signature showing completion dates for manufacture, shipping, customs clearance, arrival at delivery location, installation completion, commissioning and acceptance. Contracting authority shall provide comments within 7 calendar days; absence of comments deems programme approved. At least 2 weeks before inspection and testing, contractor must inform contracting authority and municipality of schedule. Mersin Metropolitan Municipality shall be present throughout inspection and testing procedures.
Award Criteria and Evaluation
The sole award criterion is price. The contract will be awarded to the lowest compliant tender. Evaluation comprises three stages: administrative conformity examination to verify compliance with tender dossier requirements; technical evaluation to assess technical admissibility and minimum qualifications; financial evaluation to identify lowest price among technically compliant tenders. Tenders must comply with all conditions, procedures and specifications without substantial departures or restrictions. Arithmetical errors in technically compliant tenders will be corrected by evaluation committee. Variant solutions are not accepted.
Origin Requirements
All goods must originate in eligible source countries as defined under EU Regulation (EU) No 236/2014. Origin means the place where goods are mined, grown, produced or manufactured. Origin determination follows EU Customs Code or relevant international agreements. Tenderer must provide certificate of origin for goods at latest when requesting provisional acceptance. Failure to comply may result in contract termination and/or payment suspension.
Tax and Customs Arrangements
The contract is exempt from value added tax (VAT), Special Consumption Tax (SCT), motor vehicle tax, special communication tax, inheritance and transfer tax, customs and import duties, and equivalent charges pursuant to the IPA Framework Agreement between the European Commission and Republic of Turkey (signed 11 February 2015, adopted by Turkish Parliament as Law No. 6647 on 4 April 2015, published in Turkish Official Gazette No. 29340 on 28 April 2015, enforced by Government Decrees No. 2015/7708 and No. 2015/8085). Contractor shall complete necessary formalities with relevant authorities to ensure tax and duty exemptions. Further information available from Ministry of Finance and Ministry of Customs and Trade websites and communiques.
Visibility and Communication Requirements
Contractor must ensure visibility and communication of EU-financed project in accordance with Communication and Visibility Manual for External Actions and EU Delegation to Turkey visibility guidelines. Labels on equipment must include: Co-funded by the European Union (in English and Turkish), Instrument for Pre-Accession Assistance (IPA II), Sectoral Operational Programme for Transport (SOPT), Supply of Equipment for Mersin ITS SAP, EC-ENEST/ANK/2026/EA-OP/0040, item number, serial number, and statement that equipment was purchased by EU Contribution (85 percent) and National Contribution (15 percent). Proper material and size compatible with equipment specifications shall be offered by contractor and approved by contracting authority after contract commencement.
Data Protection and Compliance
All data shall be stored in Turkey in accordance with Presidential Decree No. 2019/12 (published in Official Gazette No. 30823 on 6 July 2019). All user data entered, collected or produced shall be sole property and ownership of Mersin Metropolitan Municipality. Processing of personal data by contracting authority complies with national legislation and financing agreement provisions. Personal data transferred to European Commission is processed in accordance with Regulation (EU) 2018/1725. Contractor must ensure respect of human rights, EU values, environmental legislation and core labour standards including ILO conventions on freedom of association, elimination of forced labour, elimination of discrimination and abolition of child labour. Contractor must comply with anti-bribery and anti-corruption laws and regulations. Zero tolerance policy applies to sexual exploitation, abuse, harassment and other forms of intimidation. Contractor must respect data protection rules and comply with multilateral environmental agreements.
General Conditions and Obligations
Contractor shall execute contract with due care, efficiency and diligence in accordance with best professional practice and highest quality standards. Contractor responsible for all supplies, equipment, supervision, labour and facilities required for implementation. Contractor must comply with administrative orders from project manager and all laws and regulations in force in Turkey. Contractor shall indemnify contracting authority against claims arising from infringement of Turkish laws and regulations. Contractor must maintain records for 5 years after final payment. Contractor shall inform contracting authority of any change in postal and electronic addresses during 5-year period following final payment (3 years for funding €60,000 or below). Contractor must treat contract information in strictest confidence and not divulge to third parties without prior consent. Contractor shall ensure highest visibility to EU financial contribution. Contractor must comply with ethics clauses including absence of conflict of interest, respect for human rights and EU values, environmental legislation compliance, core labour standards compliance, anti-corruption and anti-bribery compliance, and prohibition of unusual commercial expenses.
Delays, Amendments and Termination
If contractor fails to deliver goods within implementation period, contracting authority entitled to liquidated damages of 5/1000 of undelivered supplies value daily to maximum 15 percent of total contract price. If non-delivery prevents normal use of supplies, liquidated damages calculated on total contract price basis. If contracting authority entitled to claim at least 15 percent of total contract price, it may seize performance guarantee and/or terminate contract and enter into contract with third party at contractor expense. Contracting authority may vary quantities by plus or minus 100 percent at contracting time and during contract validity; total value may not rise or fall more than 10 percent of original financial offer. Unit prices quoted in tender apply to varied quantities. Contractor may request extension of implementation period for exceptional weather, unforeseen physical conditions, administrative orders, contracting authority failure to meet obligations, suspension not due to contractor default, force majeure, extra supplies ordered or other causes not due to contractor default. Extension requests must be notified within 15 days of event awareness with detailed particulars submitted within 30 days. Project manager shall grant justified extension or inform contractor of non-entitlement within 30 days of detailed particulars receipt.
Contracting authority may terminate contract immediately in cases of serious breach, failure to comply with project manager notices, refusal to carry out administrative orders, unauthorized assignment or subcontracting, bankruptcy or insolvency, organizational modifications changing legal personality or control, legal disability hindering performance, failure to provide required guarantees or insurance, grave professional misconduct, fraud or corruption, involvement in criminal organization or money laundering, terrorist financing or related offences, child labour or human trafficking, circumvention of fiscal or social obligations, serious breach in other EU-financed contracts, breach of obligations or irregularities or fraud in award or performance procedures, subject to EU restrictive measures, failure to perform Article 9a and €9Bobligations, failure to comply with origin requirements, breach of data protection obligations, or application of Regulation (EU, Euratom) 2020/2092 on budget conditionality. Termination notice of 7 days required except for immediate effect cases. Upon termination, contractor shall bring implementation to close promptly and reduce expenditure to minimum. Project manager shall certify value of supplies and sums due at termination date. Contracting authority shall recover extra completion costs or pay balance due to contractor.
Dispute Resolution and Applicable Law
Parties shall make every effort to settle disputes amicably. Upon dispute, party shall notify other party stating position and requesting amicable settlement. Other party shall respond within 30 days; maximum settlement period is 120 days from notification unless parties agree otherwise. If amicable settlement fails, party may request conciliation by third person; other party shall respond within 30 days with maximum 120-day conciliation period. If amicable settlement and conciliation fail, disputes referred to exclusive jurisdiction of Courts of Ankara, Turkey in accordance with national legislation of contracting authority. Contract governed by law of contracting authority (Turkey).
Administrative Decisions and Exclusion
Decision of exclusion from all EU-financed contracts and grants may be adopted after adversarial procedure for contractors guilty of grave professional misconduct, irregularities, significant deficiencies in main obligation compliance, circumvention of fiscal or social obligations (exclusion duration not exceeding final judgment duration or 3 years absent judgment) or fraud, corruption, criminal organization participation, money laundering, terrorist-related offences, child labour, human trafficking or investigation resistance (exclusion duration not exceeding final judgment duration or 5 years absent judgment). Financial penalties up to 10 percent of total contract price may be imposed in addition to or instead of exclusion. Decisions may be published on dedicated internet site explicitly naming contractor. Contracting authority entitled to deduct financial penalties from sums due or call on appropriate guarantee.
Verification, Audits and Inspections
Contractor shall allow European Commission, European Anti-Fraud Office, European Public Prosecutor's Office and European Court of Auditors to verify implementation by examining documents, making copies, conducting on-the-spot checks including document checks (original or copies). EU bodies allowed to conduct full audits on supporting documents, accounting documents and any relevant project financing documents. Contractor shall ensure on-the-spot access at reasonable times to offices, computer data, accounting data and all audit-needed information including individual salaries of project-involved persons. Information shall be readily available at audit moment and provided in appropriate form if requested. Inspections may occur up to 5 years after final payment. Contractor shall allow European Anti-Fraud Office on-the-spot checks per EU legislation for financial interest protection against fraud and irregularities. Contractor shall give appropriate access to European Commission, European Anti-Fraud Office, European Public Prosecutor's Office and European Court of Auditors staff or agents to contract implementation sites and locations including information systems, plus all documents and databases concerning technical and financial project management. Access given on confidentiality basis respecting third-party confidentiality without prejudice to public law obligations. Documents must be easily accessible and filed for examination facilitation with contractor informing contracting authority of precise location. Contractor guarantees equal audit, check and verification rights applicability to subcontractors and other EU budget/EDF fund beneficiaries under same conditions and rules. Failure to comply constitutes serious breach of contract.
Contact Information and Submission Address
Contracting Authority:Mr. Adem KOÇ, Ministry of Transport and Infrastructure, Directorate General for European Union Affairs and Foreign Relations, Department for European Union Investments, Hakkı Turayliç Caddesi No: €5 BBlok Kat: 10, 06490 Emek, Çankaya, Ankara, Turkey. Telephone: +90 312 203 22 69. Email: euid@uab.gov.tr. For clarifications, questions must be submitted via F&T Portal at EU Funding & Tenders Portal with copies to euid@uab.gov.tr. Clarifications published on F&T Portal and IPA UAB Website at latest 8 days before tender submission deadline.
Footnotes
- 1The tender procedure is governed by the practical guide (ePRAG) available at ePRAG which provides detailed guidance on EU procurement procedures, selection criteria, exclusion criteria and contract management for external actions.
Update Log
No updates recorded yet.
Discover with AI
Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.
EU Grant Database
Explore European funding opportunities in our comprehensive, up-to-date collection.
Stay Informed
Get notified when grants change, deadlines approach, or new opportunities match your interests.
Track Your Favorites
Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.
Construction of Trabzon Water Supply System - Completion Works
This is an EU-financed works tender (EC-ENEST/ANK/2026/EA-OP/0011) for completion of the Trabzon Water Supply System in Türkiye covering pipelines, approximately 2,600 house connections, PRV chambers, flowmeters, residual chlorine equipm...
Learning by doing – Science and IT equipment for the Turkish Cypriot schools
Open public tender EC-REGIO/2026/EA-OP/0024 (TED ref. 57/2026 199079-2026) issued by the European Commission DG REGIO to procure IT, AV and science laboratory equipment for schools in the northern part of Cyprus under the EU Aid Programm...
NL-Petten: Integrated Petten entrance (IPE), exterior security measures
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...
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
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...
Meteorological Data and Visualisation
Frontex (European Border and Coast Guard Agency) has published an open tender FRONTEX/2026/NP/0026 for meteorological and oceanographic information and visualisation services covering European sea basins to the Atlantic. The service cont...
Hydrogen Generation Demonstration Facility
Open tender EC-ENEST/BEG/2026/EA-OP/0022 for the supply, delivery, installation and commissioning of a hydrogen generation demonstration facility at the Vinča Institute of Nuclear Sciences in Belgrade, Serbia, financed under IPA III. The...
Transportation car rental services for Albania, Bosnia and Herzegovina, Bulgaria, Croatia, Cyprus, Greece, Kosovo, Montenegro, North Macedonia, Serbia and Slovenia (3 lots)
Frontex has published an open tender (FRONTEX/2026/OP/0010, TED ref 77/2026 271695-2026) to establish framework contracts for transportation car rental services across three independent lots covering 11 countries with an estimated total...
T-AIS data service in specific regions
The European Maritime Safety Agency (EMSA) invites open tenders under procedure EMSA/2026/OP/0008 for a framework contract to provide Terrestrial AIS (T-AIS) data feeds covering ten specified maritime regions, with a maximum contract val...
Provision of portable devices to measure sulphur content in marine fuels to SAFEMED beneficiaries
EMSA tender EMSA/2026/OP/0014 seeks a supplier under a Framework Supply Contract to provide portable EDXRF sulphur analysers and associated services including delivery, calibration, training, warranty and insurance to SAFEMED beneficiary...
Supervision of the Works Contract for Connection of Vinica to WWTP Kocani Including Partial Rehabilitation and Extension of Sewerage and Stormwater Systems in the Municipality of Vinica
This restricted tender procures construction supervision services for connecting Vinica municipality to the Kocani WWTP, including partial rehabilitation and extension of sewerage and stormwater systems, financed under IPA III. The estim...
Construction of Rize Wastewater Collection System (Lot 2) - Completion Works
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 m river crossing, th...
Stationary document readers with warranty, training, and maintenance support
FRONTEX/2026/OP/0016 is an open tender to establish a single framework contract for the supply of stationary document readers, including warranty, maintenance and train‑the‑trainer and beneficiary training, for Frontex, EU Member States...