Pátek, 29. března 2024

EuropeAid - TACIS - Zařízení na úpravu radioaktivního odpadu pro jadernou elektrárnu v Zaporozhye

EuropeAid - TACIS - Zařízení na úpravu radioaktivního odpadu pro jadernou elektrárnu v Zaporozhye
* Referenční číslo CzechTrade: 
TE200764719
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - TACIS  
 
* Země: 
 
* Datum uzávěrky:  
03.01.2008 
 
* Zdroj informace:  
S 173 
 
* Obor dle celního sazebníku:
 
T160000 Blíže neurčeno - Stroje a mechanická zařízení; elektrická zařízení; jejich části a součásti; přístroje pro záznam a reprodukci zvuku, přístroje pro záznam a reprodukci televizního obrazu a zvuku a části, součásti a příslušenství k těmto přístrojům

 
 
 
Anotace tendru:

Konkrétním cílem projektu je příprava a následné zpracování radioaktivního odpadu s použitím špičkového technologického vybavení a s nasazením spalovacího a superzhutňovacího zařízení. Konečným produktem tohoto zpracování bude produkt o vysoké hustotě, který bude vhodný ke skladování ve střednědobém horizontu a který bude splňovat požadavky ukrajinských norem a předpisů. Použitím pokročilého vybavení s maximální úrovní mechanizace a automatizace dojde ke zkrácení doby, po kterou budou zaměstnanci vystaveni radioaktivnímu odpadu. Řídící systémy odpovídající stávajícímu stupni pokroku v daném oboru s minimálním množstvím regulovaných parametrů by měly umožnit účinnou reakci v případě nebezpečí. Systém by měl rovněž umožnit minimalizaci množství radioaktivního odpadu, jež bude shromaždován ve skladech v důsledku provozování a údržby JE.
Tato nová zařízení se budou sestávat z:
— spalovacího zařízení,
— superzhutňovacího zařízení,
— rozhraní s nezbytými pomocnými systémy.
Tato 2 zařízení budou doplněna řadou tříštících nástrojů, které se vymykají rámci tohoto výběrového řízení na obstarání veřejné zakázky.
V rámci dodávky bude zahrnut konkrétní návrh vybavení, jeho výroba v souladu s dohodnutým programem zajištění jakosti, vypracování dokumentu „Technické specifikace pro dodávku“ , certifikace v souladu s ukrajinskými regulačními požadavky, podpora pro proces udělování licence, realizace uvolňovacího zkoušení, doručení na místo instalace a dohled nad instalací, nad uvolňovacími zkouškami provedenými na místě instalace a nad zprovozněním; navíc zahrne poskytnutí návrhové dokumentace, pokynů k provozu a údržbě, zaškolení personálu uživatele, podporu údržby (poprodejní), dodání všech zvláštních nástrojů a vybavení pro běžný provoz a údržbu, náhradních dílů (v případě jejich zakoupení) a záruku dle smlouvy o dodávce.

Nabídky v angličtině je nutné doručit do 3. ledna 2008

 
Popis tendru (Angličtina):

UA-Kiev: Tacis — radwaste treatment complex at Zaporozhye nuclear power plant

Zaporozhye Region — Ukraine

Supply procurement notice
1. Publication reference:
EuropeAid/124921/D/SUP/UA
2. Procedure:
International open procedure.
3. Programme:
Tacis.
4. Financing:
Tacis nuclear safety action programme 2006.
5. Contracting authority:
Energoatom, Kiev, Ukraine.

Contract specifications

6. Description of the contract:
Aim of the project: the specific objective of the project is radwaste preparation and subsequent treatment with the use of high-technology equipment and with the application of incineration and supercompacting facility. The end product of treatment is high-density product suitable for intermediate-term storage or disposal and compliant with the requirements of the Ukrainian standards and regulations. The use of the advanced equipment with the maximal level of mechanisation and automation will reduce the time of the personnel contact with radwaste. The state-of-the art control systems with the minimum of controlled parameters should allow effective response in case of emergency. Also, the system should allow minimisation of the amount of radwaste accumulated at the storages as a result of the NPP operation and maintenance.
The new facilities will consist of:
— incinerator facility,
— supercompactor facility,
— interfaces with necessary auxiliary systems.
These 2 facilities will be complemented by a number of fragmentation tools, which are outside the present procurement procedure.
The scope of supply will include the specific design of the equipment, manufacturing in accordance with the agreed quality assurance programme, development of the `Technical Specification for Supply` document, certification in accordance with the Ukrainian regulatory requirements, support to licensing, performance of the acceptance testing, delivery to the site and the supervision of the installation, of the site acceptance tests and of the commissioning; furthermore, the provision of the design documentation, operating and maintenance instructions, training to the end user`s personnel, maintenance support (after-sales), all special tools and equipment for the normal operation and maintenance, spare parts (if purchased) and the warranty as per supply contract.
7. Numbers and titles of lots:
The tender will be divided into 2 lots.
Each tenderer may tender for 1 or more lots.
The evaluation will be performed lot by lot based on the evaluation criteria included in the tender dossier.
The scope of the supply is the following:
— Lot 1 `Incinerator facility`:
The incinerator facility for solid and liquid low activity radwaste serves for ecologically-safe treatment of the solid and liquid radwaste, produced during former and future ZNPP operation by thermal incineration with a capacity of 30 kg/h solid waste and about 12 kg/h liquid waste.
— Lot 2 `Supercompacting facility`:
The supercompactor has to be designed for a pressing capacity of not less than 6 drums/h, with a pressing force of not less than 1 500 tons.
It has to be designed for optional pressing of various drum diameters, 170 litre and 200 litre drums, filled with pre-compacted waste.

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 point 22 below). All goods supplied under this contract must originate in 1 or more of these countries. 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 EC 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 EUR 80 000 for lot 1 and EUR 50 000 for lot 2, 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 best compliant tender.
13. Information meeting/site visit:
A clarification meeting/site visit will be held on 22.10.2007 and 23.10.2007 at Zaporozhye NPP site, to answer for both lots any question on the tender dossier which has been forwarded in writing or will be raised at the meeting.
Tenderers who intend to participate are requested to announce their visit, including the passport particulars of their representative(s), via fax or e-mail, at the latest on 28.9.2007 (12:00), Ukrainian time to:
Mr A. Shavlakov, Chief Engineer, Zaporozhye NPP, c/o Tacis Office/RWE-LI, Mrs V. Smetanina, Training Centre, Room 318, 71500 Energodar Zaporozhye Region, Ukraine. Tel. (380) 613 95 53 79. Fax (380) 613 95 53 80. E-mail: SmetaninaVG@mgw.nppzap.zaporizhzhe.ua.
Due to security reasons, tenderers are informed that in case of late confirmation of attendance, 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.
Visits by individual prospective tenderers during the tender period other than this site visit for all prospective tenderers cannot be permitted.
14. Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation:
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):
(a) the average annual turnover for the last 3 completed accounting years (2004, 2005 and 2006) must exceed the amount of the offer.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract):
(a) has a minimum of 20 staff working in the field related to this project.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract):
(a) for lot 1: has successfully implemented (as contractor or consortium leader) at least 1 similar project for components or system(s) to be installed in the past 10 years, including the successful passing of the qualification tests/certification tests applicable for a nuclear classified end-user (NPP or radwaste treatment installation), therefore the equipment to be supplied under this contract shall not require head sample/type qualification tests;
(b) for lot 2: has successfully implemented (as contractor or consortium leader) at least 2 similar projects for components or system(s) to be installed in the past 10 years, including the successful passing of the qualification tests/certification tests applicable for a nuclear classified end-user (NPP or radwaste treatment installation), therefore the equipment to be supplied under this contract shall not require head sample/type qualification tests;
(c) the tenderer (leader and consortium members if any) and the manufacturer must be QA certified according to ISO 9000 series 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. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
17. Award criteria:
Price.

Tendering

18. How to obtain the tender dossier:
The tender dossier is available from the following Internet address:
ec.europa.eu 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:
EuropeAid-ENPI-TENDERS@ec.europa.eu
or by fax (32-2) 292 10 02,
mentioning the publication reference shown in point 1, EuropeAid/124921/D/SUP/UA.
Tenderers with questions regarding this tender should send them in writing to the above address (mentioning the publication reference shown in point 1: EuropeAid/124921/D/SUP/UA) at least 21 days before the deadline for submission of tenders given in point 19. The contracting authority must reply to all tenderers` questions at least 11 days before the deadline for submission of tenders. Eventual clarifications to the tender dossier shall be published on the EuropeAid web site at ec.europa.eu
19. Deadline for submission of tenders:
All tenders must be submitted before 3.1.2008 (16:00), Central European Time, at the following address:
either by recorded delivery (official postal service) to the address below:
European Commission, EuropeAid Co-operation Office, (Ms Maryse Kuypers — Office J54 02/217), Avenue du Bourget 1, B-1049 Bruxelles/Brussel,
or hand-delivery (including courier services) directly in return for a signed and dated receipt to the address below:
European Commission, EuropeAid: Co-operation Office, (Ms Maryse Kuypers — Office J54 02/217), Avenue du Bourget 1, B-1140 Bruxelles/Brussel.
Opening hours: 9:00–17:00 Mondays–Thursdays, 09:00–16:00 Fridays.
Any tender received after this deadline will not be considered.
20. Tender opening session:
The tenders will be opened in public session on 28.1.2008 (11:00), CET at the following address:
European Commission, EuropeAid Cooperation Office, Rue Joseph II 54, B-1049 Bruxelles/Brussel.
21. Language of the procedure:
All written communications for this tender procedure and contract must be in English.
22. Legal basis:
Council Regulation (EC) No 99/2000 of 29.12.1999 concerning the provision of assistance to the partner States in eastern Europe and central Asia, as amended by Council Regulation (EC) No 2112/2005 of 21.11.2005 on access to Community external assistance.

 

Kontaktní informace:
* Kontakt:
Miroslava Dvořáková
asistentka manažera projektu
miroslava.dvorakova@czechtrade.cz

 
Fax: 420224913813
Tel.: 420224907571
Sdílet článek na sociálních sítích

Partneři

Asekol - zpětný odběr vysloužilého elektrozařízení
Ekolamp - zpětný odběr světelných zdrojů
ELEKTROWIN - kolektivní systém svetelné zdroje, elektronická zařízení
EKO-KOM - systém sběru a recyklace obalových odpadů
INISOFT - software pro odpady a životní prostředí
ELKOPLAST CZ, s.r.o. - česká rodinná výrobní společnost která působí především v oblasti odpadového hospodářství a hospodaření s vodou
NEVAJGLUJ a.s. - kolektivní systém pro plnění povinností pro tabákové výrobky s filtry a filtry uváděné na trh pro použití v kombinaci s tabákovými výrobky
E.ON Energy Globe oceňuje projekty a nápady, které pomáhají šetřit přírodu a energii
Ukliďme Česko - dobrovolnické úklidy
Kam s ním? - snadné a rychlé vyhledání míst ve vašem okolí, kde se můžete legálně zbavit nechtěných věcí a odpadů