Project ref.: Complex Consolidated Safety Upgrade Programme Country: Ukraine Business sector: Power & Energy Project ID: 8216-IFT-42086 Funding source: EBRD and EU loans Type of contract: Project goods, works and services Type of notice: Invitation for Tenders Issue date: 30 March 2016 Closing date: 31 May 2016 The present Invitation for Tenders follows the General Procurement Notice for this Project, which was published on the EBRD website in "Procurement Notices" (www.ebrd.com) on April 17, 2015 (7855-GPN-42086). The State Enterprise ‘National Nuclear Energy Generating Company “Energoatom”’ (SE NNEGC Energoatom), hereinafter referred to as “the Purchaser”, intends to use a part of the loan proceeds from the European Bank for Reconstruction and Development (hereinafter referred to as “EBRD” or “the Bank”) and the European Atomic Energy Community (hereinafter referred to as “Euratom”) to cover the costs of “Complex (Consolidated) Safety Upgrade Programme of Power Units of Nuclear Power Plants”. The Purchaser hereby invites Suppliers to submit their sealed tenders for the following contract(s) to be funded from a part of the loan proceeds: - Package № 149, Measure No 14401 “Modernisation of NPP Radiation Monitoring Systems (RMS)”, which includes the following: • Lot 1: Supply of Equipment for modernisation of Radiation Monitoring System (RMS) and Related Services for Power Unit 1 of SS Khmelnytska NPP and Power Unit 3 of SS Rivne NPP of SE NNEGC Energoatom, including submission of the technical documents, manufacturing, conduction of factory acceptance and handover acceptance tests, supply, participation in the incoming control, installation supervision, adjustment monitoring, participation in acceptance tests prior to commissioning into trial operation, special training of the Purchaser’s personnel at the Purchaser’s site, participation in acceptance tests prior to commissioning into commercial operation at the Purchaser’s site, and warranty maintenance within the warranty period (for more detail see the Technical Requirements). • Lot 2: Supply of Equipment of the Whole Body Scan Counter (WBSC) and Related Services for Power Unit 3 of SS Rivne NPP, Power Unit 1 of SS Khmelnytska NPP and SS Zaporizhzhya NPP of SE NNEGC Energoatom, including submission of the technical documents, manufacturing, conduction of factory handover acceptance tests, supply, participation in the incoming control, installation supervision, adjustment monitoring, participation in the WBSC tests after installation and adjustment at the Purchaser’s site, special training of the Purchaser’s personnel at the Purchaser’s site, participation in the WBSC acceptance tests prior to commissioning into commercial operation, and warranty maintenance within the warranty period (for more detail see the Technical Requirements). Tenders are invited for one or more lots. Each lot must be priced separately. Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders. Tendering for fulfilment of the contracts financed with the proceeds of a loan from the Bank is open to firms from any country. To be qualified for the award of a contract, tenderers shall satisfy the following minimum criteria: 1 Financial Situation The tenderer shall meet the following minimum criteria: 1.1 Average annual turnover Minimum average annual turnover calculated as total certified payments received for contracts in progress or completed, within the last three (3) years shall constitute (1) For Tenders submitted for Lot 1 only – 4 615 000.00 (four million six hundred fifteen thousand) Euro equivalent; (2) For Tenders submitted for Lot 2 only - 2 100 000.00 (two million one hundred thousand) Euro equivalent; (3) For Tenders submitted for Lots 1 and 2 – 6 715 000.00 (six million seven hundred and fifteen thousand) Euro equivalent. The requirements according to the mentioned criteria to separate legal entities and any combination of such entities acting in the legal organisational form of a joint venture of legal and/or natural persons, consortium or association (JVCA) are as follows: • Single entity or individual: must meet the requirements; • Joint venture, consortium or association (JVCA) of legal entities and/or individuals: − All partners combined: must meet the requirements; − Each partner individually: must meet at least twenty five percent (25%) of the requirements; − At least one partner: must meet at least thirty percent (30%) of the requirements. 1.2 Financial resources The Tenderer shall demonstrate that it can have access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means to meet the cash flow for the contract implementation: (1) For Tenders submitted for Lot 1 only: for a period of 11 (eleven) months, estimated as not less than EUR 5 536 000.00 (five million five hundred thirty six thousand) equivalent, taking into account the Tenderer’s commitments for other contracts. (2) For Tenders submitted for Lot 2 only: for a period of 8 (eight) months, estimated as not less than EUR 840 000.00 (eight hundred forty thousand) equivalent, taking into account the Tenderer’s commitments for other contracts. (3) For Tenders submitted for Lot 1 and Lot 2: for a period of 15 (fifteen) months, estimated as not less than EUR 6 376 000.00 (six million three hundred seventy six thousand) equivalent, taking into account the Tenderer’s commitments for other contracts. The requirements according to the mentioned criteria to separate legal entities and any combination of such entities acting in the legal organisational form of a joint venture of legal and/or natural persons, consortium or association (JVCA) are as follows: • Single entity or individual: must meet the requirements; • Joint venture, consortium or association (JVCA) of legal entities and/or individuals: − All partners combined: must meet the requirements; − Each partner individually: must meet at least twenty five percent (25%) of the requirements; − At least one partner: must meet at least forty percent (40%) of the requirements. In case the tenderer uses other currency, the calculations shall be based on the exchange rate set by the National Bank of Ukraine as of the date of the invitation for tender publication. 2. Experience The Tenderer shall meet the following minimum criteria: (1) For Tenders submitted for Lot 1 only: Successful experience as a Supplier in the execution and completion of at least two (2) similar contracts for the supply of radiation monitoring systems (including equipment, systems and components) to the nuclear power plants within the last five (5) years for the amount of at least 4 152 000.00 (four million one hundred fifty two thousand) Euro equivalent per contract similar to the contracts for the proposed Goods. The similarity shall be based on the physical size, complexity, methods/technologies and other characteristics as described in Technical Requirements (Sub-sections 1 and 2 in Section VI “Supply Requirements”). (2) For Tenders submitted for Lot 2 only: Successful experience as a Supplier in the execution and completion of at least two (2) contracts for the supply of whole body spectrometers or similar spectrometric equipment (equipment, systems and components) within the last five (5) years for the amount of at least 630 000 (six hundred thirty thousand) Euro equivalent per similar contract. The similarity shall be based on the physical sizes, complexity, methods/technologies and other characteristics as described in Technical Requirements (Sub-sections 3 and 4 in Section VI “Supply Requirements”). (3) For Tenders submitted for Lot 1 and Lot 2: The Tenderer shall cumulatively meet the qualification requirements for experience as a Supplier set forth for Lot 1 and Lot 2 above. The requirements according to the mentioned criteria to separate legal entities and any combination of such entities acting in the legal organisational form of a joint venture of legal and/or natural persons, consortium or association (JVCA) are as follows: • Single entity or individual: must meet the requirements; • Joint venture, consortium or association (JVCA) of legal entities and/or individuals: − All partners combined: must meet the requirements; − Each partner individually: not applicable; − At least one partner: not applicable. Tender documents may be obtained by a Tenderer’s duly authorised representative from the office at the address below upon payment of the non-refundable fee of EUR 500.00 (five hundred) or its equivalent in Hryvnias (UAH). By payment in UAH, the rate of NBU is used as set for 00:00 of the issue date of the invoice, which may be applied for at the belowmentioned address, or NBU rate as set for 00:00 of the UAH amount transfer date (if the invoice was not issued). The issued invoice is valid within 5 (five) banking days. The payment expenses are covered by the Sender. For Payment in EUR and UAH: Recipient: SE NNEGC ENERGOATOM Code of the Recipient: 24584661 Address of the Recipient: 3, Nazarovskaya Str., Kyiv, 01032, Ukraine. Account No.: 26009200019275 (currency code: 978-EUR, 980- UAH) Bank: THE JOINT STOCK COMPANY «THE STATE EXPORT-IMPORT BANK OF UKRAINE»; MFO (Bank ID Code): 322313; Bank’s address: Ukraine, 03150, Kyiv, 127 Gorkogo Str.; S.W.I.F.T.: EXBSUAUX; http://eximb.com For payments in EUR: 56: Account with Institution:; COBADEFF, COMMERZBANK AG, FRANKFURT AM MAIN, GERMANY; 57: Beneficiary Bank:; EXBSUAUX «THE STATE EXPORT-IMPORT BANK OF UKRAINE» THE JOINT STOCK COMPANY Kyiv, Ukraine CORRESPONDENT ACCOUNT NUMBER: 400886636000; 59: Beneficiary:; Account No., Name and Address of the Recipient. Purpose of the payment: Please specify “Payment for Tender Documentation RFP-14401-149-GOODS-1». Without evidence of the abovementioned amount payment, the Tender Document will not be dispatched. Upon receiving an appropriate evidence of the non-refundable fee payment, the documents will be promptly dispatched by a courier service; however, no liability can be accepted by the sender for their loss or late delivery. If requested the documents can also be dispatched electronically after the presentation by the prospective tenderer of appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail. All tenders should be supported with a tender security in the below amount in EUR or its equivalent in UAH. No; Description; Tender Security, in EUR: 1; For tender submitted for Lot 1 only “Equipment for modernisation of Radiation Monitoring System (RMS) for SS Khmelnytska NPP Power Unit 1 and SS Rivne NPP Power Unit 3”; 139 000.00; 2; For tender submitted for Lot 2 only “Equipment of the Whole Body Scan Counter for SS Khmelnytska NPP, SS Rivne NPP and SS Zaporizhzhya NPP”; 21 000.00; 3; For tender submitted for Lot 1 “Equipment of the Radiation Monitoring System (RMS) for SS Khmelnytska NPP Power Unit 1 and SS Rivne NPP Power Unit 3” and for Lot 2 “Equipment of the Whole Body Scan Counter for SS Khmelnytska NPP, SS Rivne NPP and SS Zaporizhzhya NPP”; 160 000.00. The tenders shall be delivered to the office at the below address on “_31_” May 2016, 11:00 a.m. (Kyiv local time) latest. Immediately after that, they will be opened in the presence of those tenderers’ representatives who choose to attend. Please note that tenders shall be submitted in the English and Russian language. If the Russian version is missing, the tender may be rejected. A register of potential tenderers who have purchased the tender documents may be checked at the address below. Prospective tenderers may obtain further information, as well as get acquainted with and acquire the tender documents at the following address: The State Enterprise ‘National Nuclear Energy Generating Company “Energoatom”’ (SE NNEGC Energoatom) . To the attention of Mr. Gennady SAZONOV, CCSUP PMU Manager , Office 410, 6 Gaidara Street , Kyiv 01033 , Ukraine, tel. +380 (44) 277 79 87, +380 (44) 206 97 97 , e-mail: pmu@direkcy.atom.gov.ua Please specify the following reference in all correspondence “Re RFP-14401-149-GOODS-1”
| CPV-Code: |
35113210
|
| Abgabefrist: |
31.05.2016 |
| Typ: |
Contract notice |
| Status: |
Submission for one or more lots |
| Aufgabe: |
None |
| Vergabestelle: |
| name: |
The State Enterprise ‘National Nuclear Energy Generating Company “Energoatom”’ (SE NNEGC Energoatom) |
| address: |
Office 410, 6 Gaidara Street |
| postal_code: |
01033 |
| city: |
Kyiv - UA |
| country: |
UA |
| email: |
None |
| phone: |
+380 (44) 277 79 87, +380 (44) 206 97 97 |
| contact_point: |
|
| idate: |
29. Juni 2020 07:37 |
| udate: |
29. Juni 2020 07:37 |
| doc: |
124985_2016.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:124985-2016:TEXT:DA:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Supplies |
| Prozedur: |
Open procedure |
| Nuts: |
None |
| Veröffentlichung: |
13.04.2016 |
| Erfüllungsort: |
Kiew - UA |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Ukraine__Kiew__EBWE - Komplexes (konsolidiertes) Programm für die Erhöhung der Sicherheit der Blöcke von Kernkraftwerken |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|