Back to search results

Installation of the remote shutdown panel and post accident monitoring system' and 'strengthening the ANPP main control room function' for Armenian NPP, Unit 2.

1. Publication reference: EuropeAid/129258/D/SUP/AM.

2. Procedure: Open.

3. Programme: Instrument for Nuclear Safety Cooperation (INSC).

4. Financing: Action programme 2008.

5. Contracting authority: Armenian Nuclear Power Plant, Metsamor, REPUBLIC OF ARMENIA.

Contract specifications

6. Description of the contract:

Design, manufacture, testing, certification, support to the end-user during licensing, delivery, supervision of installation, supervision of testing and commissioning at site (including provision of special tools and equipment if required), acceptance tests, design documentation, operating and maintenance instructions, training, provision of after-sales service and warranty by the contractor for the following goods:

lot 'T3': remote shutdown panel (RSP) for operator use if the MCR becomes uninhabitable, and post accident monitoring system (PAMS) to enable operator actions to maintain the plant in a safe condition following accident conditions;

lot 'T4': major refurbishment of the main control room (MCR) involving improvement/replacement of physical security features, fire protection system, seismic capability, heating, ventilation, air conditioning and filtration systems and radiation monitoring, to be delivered to Armenia Nuclear Power Plant, DDU ((delivered duty unpaid) — Incoterms 2000 International Chamber of Commerce: http://www.iccwbo.org/incoterms/id3040/index.html) for installation during the outage 2011.

7. Number and titles of lots:

2 lots:

Lot 'T3' — installation of the remote shutdown panel and post accident monitoring system;

Lot 'T4' — strengthening the ANPP main control room function.


Terms of participation

8. Eligibility and rules of origin:

Participation is open to all legal persons (participating either individually or in a grouping (consortium) of tenderers) which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see item 22 below). All goods supplied under this contract must originate in one or more of these countries. Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.

9. Grounds for exclusion:

Tenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the 'Practical Guide to contracts procedures for EU external actions'.

10. Number of tenders:

Tenderers may submit only 1 tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.

11. Tender guarantee:

Tenderers must provide a tender guarantee of 12 500 EUR for lot 'T3' and 25 000 EUR for lot 'T4' when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.

12. Performance guarantee:

The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the contracting authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.

13. Information meeting and/or site visit:

A mandatory information meeting and site visit will be held on 13–14.7.2010 (for lot 'T4') and 15–16.7.2010 (for lot 'T3') at 10:00 local time at Armenian NPP site, Metsamor, Armavir region, 377766, REPUBLIC OF ARMENIA to answer any questions on the tender dossier which have been forwarded in writing or are raised at the meeting.

Tenderers must announce their visit, including names of their representative(s), via fax or e-mail by 7.7.2010 to:

Mr Leonti Chaloyan. Tel. +374 10283452. Fax +374 10280669. E-mail: [email protected] and [email protected] quoting: 'For the attention of Mr Leonti Chaloyan'.

Due to security reasons, tenderers are informed that the access to visited rooms could be limited to non-controlled areas only or even that access to the nuclear power plant premises could be refused.

Tenderers who have not taken part in the information meeting and site visit are not allowed to participate in this tender procedure.

14. Tender validity:

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.

15. Period of implementation of tasks:

From contract signature until the provisional acceptance.

Selection and award criteria

16. Selection criteria:

The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole:

1) Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract). In the case of the tenderer being a public body, equivalent information should be provided:

the average annual turnover of the tenderer for the last 3 completed accounting years (2007, 2008 and 2009) must exceed 2 times the financial proposal of the tender (for a specific lot). Please adapt the table in item 3 of the tender form so that '2009' replaces 'last year', '2008' replaces 'year before last year' and '2007' replaces '2 years before last year'.

2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract):

the tenderer has at least 10 staff working in the field related to the lot for which the tenderer applies.

3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract):

a) for each lot for which the tenderer applies: the tenderer must have successfully implemented (as contractor or consortium leader) at least 1 similar project in the past 3 years in the fields related to the supply/installation, at nuclear power plant(s), of components or system(s), including the successful passing of the qualification tests/certification applicable for a nuclear classified end-user;

b) for tenderers (leader and consortium members) and manufacturers: certification of quality assurance according to ISO 9001 standard or equivalent.

An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator.

17. Award criteria: Price.

Tendering

18. How to obtain the tender dossier:

The tender dossier is available from the following Internet address: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

The tender dossier is also available from the contracting authority. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and instructions must be strictly observed.

Please note that access to the technical specifications will be given to the applicants upon request in writing to:

Fax: +32 22979501.

[email protected]

mentioning the publication reference (EuropeAid/129258/D/SUP/AM) and the lot number ('T3' or 'T4').

Tenderers with questions regarding this tender should send them in writing to the above e-mail address and/or fax (mentioning the publication reference EuropeAid/129258/D/SUP/AM and the lot number) at least 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

19. Deadline for submission of tenders:

All tenders must be submitted before 25.8.2010 (16:00), CET (Central European Time), — either by recorded delivery (official postal service) to:

European Commission, EuropeAid Co-operation Office, Unit A5, Office J-54 2/244, avenue du Bourget 1, 1049Brussels, BELGIUM,

— or hand-delivered (including courier services) in return for a signed and dated receipt to:

European Commission, EuropeAid Co-operation Office, Unit A5, Office J-54 2/244, avenue du Bourget 1, 1140 Brussels, BELGIUM.

Opening hours: 9:00–17:00 Monday–Thursday, 9:00–16:00 Friday.

Any tender received after this deadline will not be considered.

20. Tender opening session:

The tenders will be opened in public session on 30.8.2010 (11:00), CET (Central European Time) at the following address:

European Commission, EuropeAid Cooperation Office, rue Joseph II 54, room 2/186, 1000 Brussels, BELGIUM.

21. Language of the procedure:

All written communications for this tender procedure and contract must be in English.

22. Legal basis:

Council Regulation (Euratom) No 300/2007 of 19.2.2007 establishing an Instrument for Nuclear Safety Cooperation.


Related Articles
SMRs under consideration for Idaho nuclear project
High hopes for hydride
Hyperion to build demo reactor at Savannah River
Hyperion to build small reactor assembly facility in the UK
Hyperion launches U2N3-fuelled, Pb-Bi-cooled fast reactor

Date: Monday, 14 June 2010
Original article: neimagazine.com/news/newscontrol-room-and-remote-shutdown-panel-works-at-armenian-npp-unit-2-armenia-deadline-28-august-2010