None

Procurement ref: 8686-IFT-42086 Country: Ukraine Business sector: Power & Energy Project number: 42086 Funding source: EBRD and EU loans Contract type: Project goods, works and services Notice type: Invitation for Tenders Issue date: 15 May 2017 Closing date: 30 June 2017 at 11:00 a.m. (local time) THE FOLLOWING APPLIES TO GOODS AND RELATED SERVICES TO BE PROCURED THROUGH TENDERING FOR THE PROJECT FINANCED UNDER THE COMPLEX CONSOLIDATED SAFETY UPGRADE PROGRAM OF POWER UNITS OF NUCLEAR POWER PLANTS SUPERVISED BY THE EUROPEAN BANK FOR RECONSTRUCTION AND DEVELOPMENT (EBRD). POTENTIAL TENDERERS DESIRING ADDITIONAL INFORMATION ON THE PROCUREMENT IN QUESTION OR THE PROJECT IN GENERAL, SHOULD CONTACT THE PROJECT MANAGEMENT UNIT AND NOT THE EBRD. 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 18, 2017 (8653-GPN-42086). The State Enterprise ‘National Nuclear Energy Generating Company “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 Program of Power Units of Nuclear Power Plants”. The Purchaser hereby invites Suppliers to submit their sealed tenders for the following contract to be funded from a part of the loan proceeds: Package 142: LOT 1 − Measure 14105 Modernise reactor building normal operation safety important systems (SNE VB RO) (Instrumentation and control, technological protection, interlocks and signaling (TZBiS), automatic regulation and remote control system (SARiDU), equipment of 3N Safety Class special buildings): • Supply of Equipment to Upgrade Nuclear Island Safety Related I&C Systems (Instrumentation and Control Equipment, Process Protections, Interlocks and Alarms, Automatic and Remote Control System), including submission of the technical documents, manufacturing, conduction of the Preliminary, Factory Acceptance and Handover Acceptance Tests, supply, participation in the incoming control, installation supervision and adjustment monitoring, special training of the Purchaser’s personnel, participation in the Preliminary Integrated Tests within the Nuclear Facility prior to commissioning into trial operation, participation in the Acceptance Tests within the Nuclear Facility prior to commissioning into commercial operation and warranty maintenance within the warranty period (for more detailed information see the Technical Requirements (Section VI, Supply Requirements)) – for SS Khmelnytska NPP power units No.1 and 2 of SE NNEGC “Energoatom”. LOT 2 − Measure 14106 Modernise turbine hall (TH) normal operation safety important systems (SNE VB TO) (Instrumentation and control, turbine mechanical parameters monitoring system (SKMVT), interlocks and signaling (TZBiS), automatic regulation and remote control system (SARiDU)): • Supply of Equipment to Upgrade Turbine Island Safety Related I&C System (Instrumentation and Control, Process Protections, Interlocks and Alarms, Automatic and Remote Control System) for Power Units 1 and 2 of SS Khmelnytska NPP, including submission of the technical documents, manufacturing, conduction of the Preliminary, Factory Acceptance and Handover Acceptance Tests, supply, participation in the incoming control, installation supervision and adjustment monitoring, special training of the Purchaser’s personnel, participation in the Preliminary Integrated Tests within the Nuclear Facility prior to commissioning into trial operation, participation in the Acceptance Tests within the Nuclear Facility prior to commissioning into commercial operation and warranty maintenance within the warranty period (for more detailed information see the Technical Requirements (Section VI, Supply Requirements)) – for SS Khmelnytska NPP power units No.1 and 2 of SE NNEGC “Energoatom”. Tendering for 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. Minimum average annual turnover, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years shall be: (1) For Tenders submitted for Lot 1 only: 10 213 000 (ten million two hundred thirteen thousand) Euro equivalent; (2) For Tenders submitted for Lot 2 only: 10 355 000 (ten million three hundred fifty five thousand) Euro equivalent; (3) For Tenders submitted for Lot 1 and Lot 2: 20 568 000 (twenty million five hundred sixty eight thousand) Euro equivalent. The requirements in accordance with the mentioned criteria to separated 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. The Tenderer shall demonstrate that it can access or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means to meet the cash flow for the contract: (1) For Tenders submitted for Lot 1 only: 10 076 000 (ten million seventy six thousand) Euro equivalent taking into account the applicant’s commitments for other contracts; (2) For Tenders submitted for Lot 2 only: 10 216 000 (ten million two hundred sixteen thousand) Euro equivalent, taking into account the applicant’s commitments for other contracts; (3) For Tenders submitted for Lot 1 and Lot 2: 20 292 000 (twenty million two hundred ninety two thousand) Euro equivalent taking into account the applicant’s commitments for other contracts. The requirements in accordance with 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 tenders. 1.3. The Tenderer shall provide information on the obligations under current contracts and pending contract awards (сurrent and pending commitments on all contracts that the Tenderer has been awarded, for which a letter of intent or acceptance have been received) to be carried out in parallel with Contract under this Tender. Annual (for calendar year) commitment value under indicated contracts shall not exceed Tenderer’s Turnover for the last year more than time and half (1,5). If the annual commitment value exceeds more than time and half (1,5) the Tender shall be rejected. 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 three (3) contracts for the supply of similar Goods (including equipment, systems and components) within last five (5) years for the amount of at least 7 557 000 (seven million five hundred fifty seven thousand) Euro equivalent per each contract similar to the contracts for the proposed Goods. (2) For Tenders submitted for Lot 2 only: Successful experience as a Supplier in the execution and completion of at least three (3) contracts for the supply of similar Goods within last five (5) years for the amount of at least 7 662 000 (seven million six hundred sixty two thousand) Euro equivalent per each contract similar to the contracts for the proposed Goods. (3) For Tenders submitted for Lot 1 and Lot 2: The Tenderer shall cumulatively meet the qualification requirements for experience as a Supplier for Lot 1 and Lot 2. The similarity shall be based on the physical sizes, complexity, methods and technologies and other characteristics as described in Technical Requirements (Section VI, Supply Requirements). The requirements in accordance with 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 Hryvnas (UAH) at the rate of National Bank of Ukraine established as of 00 hr 00 min on the date of payment. By payment in UAH, the rate is set for 00 hr 00 min of the issue date of the invoice, which may be applied for at the below mentioned address, or for 00 hr 00 min 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.: 26002230019275 (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: 127 Gorkogo Str., Kyiv, Ukraine, 03150 S.W.I.F.T.: EXBS UA UX http://eximb.com For payments in EUR: 56: Correspondent Bank: DEUT DEFF, DEUTSCHE BANK AG, FRANKFURT AM MAIN, GERMANY 57: Receiving Bank: EXBSUAUX «THE STATE EXPORT-IMPORT BANK OF UKRAINE» THE JOINT STOCK COMPANY, Kyiv, Ukraine, CORRESPONDENT ACCOUNT NUMBER: 949876710 59: Beneficiary: Account, Name and Address of Beneficiary Note: You are kindly asked to verify the details of correspondent bank prior to payment for Tender Document in EURO using the website of JSC “THE STATE EXPORT-IMPORT BANK OF UKRAINE”, Section “List of Correspondent banks” (http://www.eximb.com/ukr/financial/list/) Purpose of the payment: “Payment for Tender Document RFP-14105-14106-142-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 Tender Document 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. Lot #; Description; Tender Security, in EUR: Lot 1; Supply of Equipment to Upgrade Nuclear Island Safety Related I&C Systems (Instrumentation and Control Equipment, Process Protections, Interlocks and Alarms, Automatic and Remote Control System) for Power Units 1 and 2 of SS Khmelnytska NPP; 252 000.00; Lot 2; Supply of Equipment to Upgrade Turbine Island Safety Related I&C System (Instrumentation and Control, Process Protections, Interlocks and Alarms, Automatic and Remote Control System) for Power Units 1 and 2 of SS Khmelnytska NPP; 256 000.00; Lot 1 and Lot 2; In case Tender is submitted for both lots; 508 000.00. The Tenders shall be delivered to the office at the below address on 30 th of June 2017, 11.00 a.m. (Kyiv local time) latest. Immediately after this, 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 languages. If either Russian or English version is missing, such Tender may be rejected. A register of potential Tenderers who have purchased the Tender Document 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”’ . To the attention of Mr. Gennadii 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: “Ref. RFP-14105-14106-142-GOODS-1”
CPV-Code: 38424000
Abgabefrist: 30.06.2017
Typ: Contract notice
Status: Not specified
Aufgabe: None
Vergabestelle:
name: The State Enterprise ‘National Nuclear Energy Generating Company “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: 11. Juni 2020 21:06
udate: 11. Juni 2020 21:06
doc: 188212_2017.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:188212-2017:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Supplies
Prozedur: Open procedure
Nuts: None
Veröffentlichung: 19.05.2017
Erfüllungsort: Kiew - UA
Link:
Lose:
Name Los Nr 1 Ukraine__Kiew__EBWE - Komplexes (konsolidiertes) Programm für die Erhöhung der Sicherheit der Blöcke von Kernkraftwerken — Paket/Maßnahme Nr. 142/14105-14106
Gewinner None
Datum
Wert None
Anzahl Angebote None