Sobota, 20. dubna 2024

Zařízení pro výrobu ocelových sudů a železobetonových kontejnerů pro skladování radioaktivního odpadu v jaderné elektrárně Chernobyl

Zařízení pro výrobu ocelových sudů a železobetonových kontejnerů pro skladování radioaktivního odpadu v jaderné elektrárně Chernobyl
* Referenční číslo CzechTrade: 
TE200763973
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
EuropeAid - TACIS  
 
* Země: 
 
* Datum uzávěrky:  
11.10.2007 
 
* Zdroj informace:  
S 131 
 
* Obor dle celního sazebníku:
 
T168479 Stroje a mechanická zařízení s vlastní individuální funkcí, jinde v této kapitole neuvedené ani nezahrnuté

 
 
 
Anotace tendru:

Cílem tohoto projektu je projekt, výroba a instalace zařízení, jakož i výstavba a zprovoznění závodu na výrobu ocelových sudů/barelů a stíněných přepravních kontejnerů ze železobetonu určených pro skladování/likvidaci tuhého radioaktivního odpadu. Tento projekt je součásti celkového programu na nakládání s odpady na černobylské jaderné elektrárně.

Počet a názvy položek:
- položka č. 1: zařízení pro výrobu betonových kontejnerů;
- položka č. 2: zařízení na výrobu kovových barelů.


Lhůta pro doručení nabídek je 11.10.2007. Nabídka do tendru musí být zpracována v anglickém jazyce.

 
Popis tendru (Angličtina):

B-Brussels: Tacis — facility for production of steel drums and reinforced concrete containers for radioactive waste storage in Chernobyl nuclear power plant

Republic of Ukraine

Works procurement notice
1.Publication reference:
EuropeAid/125618/D/WKS/UA
2.Procedure:
Open.
3.Programme:
Tacis.
4.Financing:
Tacis action programme 2004 for nuclear safety.
5.Contracting authority:
The Ministry of Emergencies and Chernobyl Affairs of Ukraine, State Department Administration of Exclusion Zone and Zone of Absolute Resettlement.

Contract specifications

6.Description of the contract:
The aim of this project is the design, manufacture and installation of equipment, as well as the construction and commissioning of a fabrication plant for steel containers/drums and reinforced concrete shielded transport containers aimed at the storage/disposal of solid radioactive waste. This project is part of the overall waste management programme for the Chernobyl NPP.
7.Number and titles of lots:
2 lots:
lot 1: facility for production of concrete containers;
lot 2: facility for production of metallic drums.
In addition, an optional component related to general site works for which it is mandatory that tenderers submit an offer.

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 and by the regulations on access to Community external assistance: Armenia, Azerbaijan, Belarus, Georgia, Kazakhstan, Kyrgyzstan, Moldova, Mongolia, Russian Federation, Tajikistan, Turkmenistan, Ukraine and Uzbekistan as well as Croatia, FYROM, Iceland, Liechtenstein, Norway and Turkey (see also point 22 below).
All works, supplies and services under this contract must originate in 1 or more of these countries.
Participation is also open to international organisations.
The 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 works contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the `Practical Guide to contract procedures for EC external actions`.
10.Number of tenders:
Tenderers may participate for lot 1 and/or lot 2 or both lots, in any case they must also quote for the mandatory option included in this tender dossier. 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 works required in the tender dossier.
11.Tender guarantee:
Tenderers must provide a tender guarantee of at least EUR 40 000 for lot 1 and EUR 20 000 for lot 2. Tenderers tendering for both lots may present 1 unique (adding the values) or 2 different tender guarantees. 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.
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 second best compliant tender.
13.Information meeting and/or site visit:
An information meeting and site visit will be held on 28.8.2007 at the proposed location for the construction of the plant. Potential tenderers who wish to participate will have to confirm their attendance before 20.8.2007 to the address specified in item 18 in the procurement notice to receive the final agenda and instructions related to the organisation of the site visit and clarification meeting.
14.Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15.Period of implementation:
Implementation period is 24 months from contract signature. Additional details are given in the tender dossier.

Selection and award criteria

16.Selection criteria:
The minimum selection criteria for each tenderer (single tenderer, joint venture or consortium as a whole), are as follows:
1. For lot 1: average annual turnover in the past 3 years (2004, 2005 and 2006) must be equivalent to at least EUR 10 000 000 for a joint venture or consortium as whole. The lead member must have a minimum annual turnover in the past 3 years of EUR 5 000 000.
For lot 2: average annual turnover in the past 3 years (2004, 2005 and 2006) must be equivalent to at least EUR 5 000 000 for a joint venture or consortium as whole. The lead member must have a minimum annual turnover in the past 3 years of EUR 2 500 000.
In case of tender for both lots: average annual turnover in the past 3 years (2004, 2005 and 2006) must be equivalent to at least EUR 15 000 000 for a joint venture or consortium as whole. The lead member must have a minimum annual turnover in the past 3 years of EUR 7 500 000.
2. A single tenderer must have a minimum annual turnover in the past 3 years (2004, 2005 and 2006) of EUR 5 000 000 for lot 1, EUR 2 500 000 for lot 2, and EUR 7 500 000 for both lots.
3. In the case of a consortium the leader must carry out at least 30 % of the contract works by his own resources, which means that he must have the equipment, materials, human and financial resources necessary to enable him to carry out that percentage of the contract.
Each partner must at least carry out a minimum of 10 % of the scope of works.
4. If he is a single tenderer he also must have access to sufficient credit and other financial facilities to cover the required cash-flow for the duration of the contract. In any case, the amount of credit available must exceed the equivalent of EUR 5 000 000 for lot 1; EUR 2 500 000 for lot 2 and EUR 7 500 000 for both lots.
5. He must have completed at least 1 similar project (as indicated in Article 4.1.5, fifth bullet point of the Instructions to Tenderers).
6. All requested key personnel (as indicated in the form 4.6.1.2 and 4.6.1.3) must have at least 10 years` appropriate experience and proven qualifications relevant to works of a similar nature to this project.
17.Award criteria:
The most economically advantageous tender satisfying the administrative and technical criteria. The most economically advantageous tender is identified taking into consideration the offered price and the costs of operation and maintenance for 5 years of full operation at current costs.

Tendering

18.How to obtain the tender dossier:
The tender dossier is available by sending a request by e-mail and/or fax to:

EuropeAid-ENPI-TENDERS@ec.europa.eu
, fax (32-2) 292 10 02 (mentioning the publication reference shown in point 1, i.e. EuropeAid/125618/D/WKS/UA).
Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.
Tenderers with questions regarding this tender must send them in writing to the same e-mail address and/or fax (mentioning the publication reference shown in point 1: EuropeAid/125618/D/WKS/UA) at least 21 days (i.e. 20.9.2007) before the deadline for submission of tenders given in point 19. The contracting authority must reply to all tenderers` questions at least 11 days (i.e. 28.9.2007) 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 The answers to the requests for clarifications submitted after the site visit and clarification meeting will be communicated to all potential tenderers.
19.Deadline for submission of tenders:
All tenders must be received at the EuropeAid Co-operation Office before 11.10.2007 (16:00), CET, by registered letter with acknowledgement of receipt or hand-delivered against receipt signed by EC or his/her representative.
The tender shall be sent to the following address:
— either by recorded delivery (official postal service) to:
European Commission, EuropeAid Co-operation Office, attn: Mrs Maryse Kuypers, J-54 2/217, Avenue de Bourget 1, B-1049 Bruxelles/Brussel,
— or hand-delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
European Commission, EuropeAid Co-operation Office, attn: Mrs Maryse Kuypers, J54 2/217, Avenue du Bourget 1, B-1140 Bruxelles/Brussel.
Opening hours: 09:00–17:00 Monday–Thursday, 09:00–16:00 Fridays.
Any tender received after this deadline will not be considered.
20.Tender opening session:
Tenders will be opened in public session on 15.10.2007 (14:00), CET, at the European Commission, EuropeAid Co-operation Offices, Rue Joseph II 54 (meeting room: 01/03) B-1049 Brussels, by the committee appointed for the purpose.
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:
Tomáš Kotiš
manažer projektu
tomas.kotis@czechtrade.cz

 
Tel.: 420224907538
Fax: 420224913813
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