Back to tenders & grants page
Ukraine-Kyiv: EBRD - Complex (Consolidated) Safety Upgrade Program of Power Units of Nuclear Power Plants — Package /Measure No.155/14406 Machinery & Equipment Ukraine-Kyiv: EBRD - Complex (Consolidated) Safety Upgrade Program of Power Units of Nuclear Power Plants — Package /Measure No.155/14406
Receive Tenders like this by email

Ukraine-Kyiv: EBRD - Complex (Consolidated) Safety Upgrade Program of Power Units of Nuclear Power Plants — Package /Measure No.155/14406

Ukraine-Kyiv: EBRD - Complex (Consolidated) Safety Upgrade Program of Power Units of Nuclear Power Plants — Package /Measure No.155/14406 has been closed on 05 Nov 2017. It no longer accepts any bids. For further information, you can contact the The State Enterprise ‘National Nuclear Energy Generating Company “Energoatom”’

Bellow, you can find more information about this project: 

Location: Ukraine

General information

Donor:

The State Enterprise ‘National Nuclear Energy Generating Company “Energoatom”’

Industry:

Machinery & Equipment

Status:

Closed

Timeline

Published:

15 Mar 2017

Deadline:

05 Nov 2017

Value:

Not available

Contacts

Description

INVITATION FOR TENDERS

Ukraine

Modernise automatic demineralisation monitoring (ACC-1, 2) systems

Improve and automate water demineralisation for primary and secondary circuits

Request for Proposal (RFP) No.RFP-14406-155-GOODS-1

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 (HEREINAFTER ALSO TO AS “EBRD” OR “BANK”). 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, 2016 (8250-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 and the European Atomic Energy Community (hereinafter referred to as “Euratom”) to cover the costs of the Project “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 No.155, Measure No.14406 “Modernise automatic demineralisation monitoring (ACC-1, 2) systems. Improve and automate water demineralisation for primary and secondary circuits” which includes:

For LOT 1:

• Supply of atomic emission spectrometers with inductively coupled plasma (ICP), including technical documentation, manufacturing, Factory Acceptance and Handover Acceptance Tests at the Manufacturer’s site, supply, participation in the incoming control, special training of the Purchaser’s personnel, installation supervision and adjustment monitoring, participation in the preliminary integrated tests at the Purchaser’s site, participation in the acceptance tests within the Nuclear Facility and commissioning into commercial operation, and warranty maintenance within the warranty period (for more detailed information see the Technical Requirements – for SS KhNPP unit 1, SS ZNPP unit 3, SS SUNPP unit 3, SS RNPP unit 3 of SE ‘NNEGC “Energoatom”’.

For LOT 2:

• Supply of lower and middle level automated chemistry control equipment, retrofit adaptation kit, upper level automated chemistry control equipment, lower level automated chemistry control equipment, upper and middle level automated chemistry control equipment including technical documentation, manufacturing, Factory Acceptance and Handover Acceptance at the Manufacturer’s site, supply, participation in the incoming control, special training of the Purchaser’s personnel, installation supervision and adjustment monitoring, participation in the preliminary integrated tests at the Purchaser’s site 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 for SS KhNPP unit 1 and SS ZNPP units 3-5 of SE ‘NNEGC “Energoatom”’.

Tendering for contracts financed with the proceeds of the loan from the Bank is open to firms from any country.

To be qualified for the award of the 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 of:

(1) for tenders submitted for only Lot 1:

1 500 000 (one million five hundred thousand) EUR equivalent

(2) for tenders submitted for only Lot 2:

2 300 000 (two million three hundred thousand) EUR equivalent

(3) for tenders submitted for both Lot 1 and Lot 2:

3 600 000 (three million six hundred thousand) EUR equivalent

calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

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 (hereinafter referred to as “JVCA”) are as follows:

• Single entity or individual: must meet the requirements.

• JVCA:

– 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 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 estimated as not less than:

1) for tenders submitted for only Lot 1:

1 850 000 (one million eight hundred and fifty thousand) EUR equivalent, taking into account the applicant’s commitments for other contracts.

2) for tenders submitted for only Lot 2:

3 100 000 (three million one hundred thousand) EUR equivalent, taking into account the applicant’s commitments for other contracts.

3) for tender submitted for both Lot 1 and Lot 2:

4 900 000 (four million nine hundred thousand) EUR equivalent, taking into account the applicant’s commitments for other contracts.

The requirements according to the mentioned criteria to separate legal entities and JVCA are as follows:

• Single entity or individual: must meet the requirements;

• JVCA:

– 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 to be carried out in parallel with contract under this Tender. Annual commitment value under indicated contracts shall not exceed Tenderer’s turnover for the last year more than time and half (1,5).

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

2. Experience:

The Tenderer shall meet the following minimum criteria:

1) for tenders submitted for only Lot 1:

Successful experience as a Supplier in the execution and completion of at least three (3) contracts for the supply of similar Goods (equipment, systems and components) within last five (5) years for the amount of at least 1 400 000 (one million four hundred thousand) Euro equivalent per each contract similar to the contracts for the proposed Goods.

2) for tenders submitted for only Lot 2:

Successful experience as a Supplier in the execution and completion of at least three (3) contracts for the supply of similar Goods (equipment, systems and components) within last five (5) years for the amount of at least 2 300 000 (two million three hundred thousand) Euro equivalent per each contract similar to the contracts for the proposed Goods.

3) for tenders submitted for both Lot 1 and Lot 2:

The Tenderer shall satisfy all qualification requirements for general experience as a Supplier indicated in this Table 2.4 for Lot 1 and Lot 2 above.

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 according to the mentioned criteria to separate legal entities and JVCA are as follows:

• Single entity or individual: must meet the requirements;

• JVCA:

– 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 Ukrainian Hryvnas (UAH) at the exchange rate of National Bank of Ukraine for 00 hr 00 min on payment day.

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 during 5 (five) banking days.

The payment expenses are incurred by the fee sender.

For Payment in EUR and UAH:

Recipient: SE ‘NNEGC “ENERGOATOM”’

Code of the Recipient: 24584661

Address of the Recipient: 3, Nazarovskaya Str., Kiev, 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., Kiev, 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, Kiev, 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 documents 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:

Please specify “Payment for Tender Documentation RFP-14406-155-GOODS-1”.

Without evidence of the above mentioned amount payment, the Tender Document will not be dispatched.

Upon receiving an appropriate evidence of the non-refundable fee payment, the Tender 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 Tender Document 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.

#; Description; Tender Security, in EUR:

1; For LOT 1: Supply of atomic emission spectrometers with inductively coupled plasma (ICP) for SS KhNPP unit 1, SS ZNPP unit 3, SS SUNPP unit 3, SS RNPP unit 3; 45 500.00

2; For LOT 2: Supply of lower and middle level automated chemistry control equipment and upper level automated chemistry control equipment for SS KhNPP unit 1; lower level automated chemistry control equipment and upper and middle level automated chemistry control equipment for SS ZNPP units 3-5; 76 500.00

3; For LOT 1 and LOT 2: In case tender is submitted for both lots; 122 000.00

The tenders shall be delivered to the office at the below address on 11 May 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 language. 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 Document 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: [email protected]

Please specify the following reference in all correspondence:

“Ref RFP-14406-155-GOODS-1”


http://ted.europa.eu/udl?uri=TED:NOTICE:95361-2017:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more