Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Building construction work [design and build of nb power supply building (b 34) and nb high voltage power supply building (b 37), the fast discharge and switching networks resistor building (b 75) and control building (b 71)]
Not available

Purchaser: The European Joint Undertaking for ITER and the development of Fusion Energy ('Fusion for Energy')
Website link: http://www.nuclearmarket.com/proc/msk.cfm?id=71565

05/01/2018 S3 - - Works - Contract notice - Competitive procedure with negotiation
I.II.III.IV.VI.
Spain-Barcelona: Building construction work

2018/S 003-002590

Contract notice

Works

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
The European Joint Undertaking for ITER and the development of Fusion Energy ("Fusion for Energy")
C/ Josep Pla 2 Torres Diagonal Litoral Edificio B3
Barcelona
08019
Spain
Contact person: Contract and Procurement Unit for the attention of Audrey Verpont
Telephone: +34 933201800
E-mail: tenders-operational-SB.PS@f4e.europa.eu
NUTS code: ES511
Internet address(es):

Main address: http://f4e.europa.eu/

Address of the buyer profile: https://industryportal.f4e.europa.eu/default.aspx

I.2)
Joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://industryportal.f4e.europa.eu/default.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Other type: European Joint Undertaking
I.5)
Main activity
Other activity: Energy
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Design and build of NB power supply building (B 34) and NB high voltage power supply building (B 37), the fast discharge and switching networks resistor building (B 75) and control building (B 71)

Reference number: TB12
II.1.2)
Main CPV code
45210000
II.1.3)
Type of contract
Works
II.1.4)
Short description:
The ITER project aims to build a fusion device twice the size of the largest current devices with the goal of demonstrating the scientific and technical feasibility of fusion power.

The fusion reactor is being constructed in Europe, at Cadarache in the south of France. F4E is responsible for providing the infrastructure and for housing the various components necessary for the Tokamak as well as providing some equipment. All this work is divided up into Tender Batches (TB).

This procurement procedure is related to TB12:

— design and build contract including design, construction, test & commissioning and Taking-Over by F4E of the Neutral Beam Power Supply Buildings (Buildings 34 and 37),

— the Fast Discharge & Switching Networks Resistor Building (Building 75) as well as,

— the design activities of the Control Building (Building 71).

Precise description is to be found in the Procurement Documents.

.

II.1.5)
Estimated total value
Value excluding VAT: 67 700 000.00 EUR
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
NUTS code: FRL0
NUTS code: FRL04
Main site or place of performance:
ITER Site in Cadarache:

Route de Vinon sur Verdon,

F-13115 Saint Paul lez Durance,

France.

II.2.4)
Description of the procurement:
The baseline scope of the TB12 Contract is Design and Build and includes design, construction, test & commissioning and Taking-Over by F4E of the following works:

1) PBS63/65 - B34 & B37 - Neutral Beam Power Supply Buildings (B37 is Safety Relevant), including civil, M&E, finishing works, and surrounding area.

2) PBS 61/65: Area 30 - Retention pits, foundations for transformers, segregation walls, embedded plates, base plates (all Safety Relevant) and associated M&E works.

3) PBS 61: Area 31 - foundations, embedded plates and base plates for the SF6- IO equipment.

4) PBS 43/61 - LC09 Load Centre 09 and associated foundations.

5) PBS 43/61- LC04 Load Centre 04 and associated foundations.

6) PBS 63/65 - B75 Fast Discharge & Switching Networks Resistor Building non-PIC /SR, design and build of the civil, M&E (services) and finishing works’ activities and Taking-Over by F4E.

7) PBS 62 -65 Control Building (B71North, Non-PIC and B71 South, PIC), design only of civil, all fire topics, M&E, HVAC, C&I, architectural finishing works and surrounding area but excluding execution design for B71 South PIC.

8) All infrastructures works outside the buildings within the limits described in Annex B.00.

9) Project Management - as described in Annex A(including detailed lists of PIC and SR components).

The following options may be exercised in accordance with Sub-Clause 13.5 (Options) of the Conditions of Contract:

— Option 1: B71 North, Control Building, Non-PIC, construction, test & commissioning and Taking-Over by F4E including the PBS61 infrastructure works around the B71 North.

— Option 2: B71 South, Control Building PIC, execution design, construction, test & commissioning and Taking-Over by F4E including the PBS61/26/65/43 infrastructure works around the B71 South.

— Option 3: B75 Fast Discharge & Switching Networks Resistor Building, PIC, design, and build of the civil, M&E (services) and finishing works’ activities including design, construction, test & commissioning and Taking-Over by F4E. This option includes the surrounding PBS61/26/65/43 infrastructure works.

— Option 4: Cryoline Bridge from B52 to B74 (SR) and the busbar Plant Bridges from B32 and B33 to B74 (SR), design and build of the civil, M&E (services) and finishing works’ activities including design, construction, test & commissioning and Taking-Over by F4E.

— Option 5: Supply and install PBS 44 cable trays for IO systems (excludes design).

— Option 6: 2 years Operation and Maintenance of the TB12 baseline scope and of exercised options after taking over.

— Option 7: Integrated commissioning with ITER IO.

PIC: Protection Important Component.

SR: Safety Related.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 79 700 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 67
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Detail of this selection process is to be found in section 5.3 of the Specific Tender Conditions.

— a maximum of 4 tenderers will be invited to submit a tender and, if necessary, negotiate provided that a sufficient number of candidates satisfy the selection criteria.

— F4E will first exclude the candidates who are non-compliant with the exclusion and selection criteria requirements as defined in Section 5.2 of the Specific Tender Conditions.

— F4E shall then rank the candidates according to the total score obtained following the technical selection criteria of the Specific Tender Conditions.

— C1 Experience in a large construction project as defined in section 5.1.1 of the Specific Tender Conditions.

— C2 Nuclear experience as defined in 5.1.2 of the Specific Tender Conditions.

— C3 Experience in design and build contracts as defined in 5.1.3 of the Specific Tender Conditions.

— F4E will invite to tender (and negotiate if necessary) those 4 candidates having obtained the highest total score summing up the points C1+C2+C3.

Would some candidates obtain equal scores and this would result in having more than 4 selected candidates, the final determination of the 4 candidates finally invited to tender will be made by summing up the value of the contract references provided to demonstrate the fulfillment of the 3 selection criteria indicated above.

— accordingly, F4E would then invite to tender the 4 candidates having obtained the highest total of contract references amount resulting from this sum of contracts reference values.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: yes
Description of options:
The following options may be exercised in accordance with Sub-Clause 13.5 (Options) of the Conditions of Contract:

— Option 1: B71 North, Control Building, Non-PIC, construction, test & commissioning and Taking-Over by F4E including the PBS61/26/65/43 infrastructure works around the B71 North.

— Option 2: B71 South, Control Building PIC, execution design, construction, test & commissioning and Taking-Over by F4E including the PBS61/26/65/43 infrastructure works around the B71 South.

— Option 3: B75 Fast Discharge & Switching Networks Resistor Building, PIC, design, and build of the civil, M&E (services) and finishing works’ activities including design, construction, test & commissioning and Taking-Over by F4E. This option includes the surrounding PBS61/26/65/43 infrastructure works.

— Option 4: Cryoline Bridge from B52 to B74 and the Busbar Plant Bridges from B32 and B33 to B74, design, and build of the civil, M&E (services) and finishing works’ activities including design, construction, test & commissioning and Taking-Over by F4E.

— Option 5: Supply and install PBS 44 cable trays for IO systems (excludes design).

— Option 6: 2 years Operation and Maintenance of the TB12 baseline scope and of exercised options after taking over.

— Option 7: Integrated commissioning with IO.

II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: ITER
II.2.14)
Additional information
Prior to the submission of the tenders, F4E may organize a site visit, the exact date will be confirmed at the latest with the dispatch of the Invitation to Tender.

Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
See address provided in Section II.

See conditions of contract, annex 01 to the Specific Tender Conditions.

III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Competitive procedure with negotiation
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 099-195190
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 12/02/2018
Local time: 17:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 04/03/2018
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
1) This notice and the Tender documents are published on the buyer's profile indicated in section I, economic operators are advised to visit regularly this webpage https://industryportal.f4e.europa.eu/IP_PAGES/ehome.aspx.

2) This procurement procedure is not subject to Directive 2014/24/EU of the European Parliament and the Council of 26/02/2014.

This procurement procedure is governed by the rules laid down by:

— Regulation (EU, EURATOM)No 966/2012 as amended by Regulation (EU, Euratom) No 547/2014 (‘the Financial Regulation’) and by Regulation (EU, Euratom) 2015/1929,

— commission delegated regulation (EU) No 1268/2012 as amended by Commission Delegated Regulation (EU) 2015/2462 of 30 October 2015 (the Rules of Application of the Financial Regulation), and,

— complemented, where it derogates, by the Financial Derogation of Fusion for Energy adopted by the Governing Board on 2nd December 2015.

All legislation can be found in http://www.fusionforenergy.europa.eu/procurementsgrants/keyreference.aspx.

3. In case of new contracts consisting of a repetition of similar works or services entrusted to the economic operator to which Fusion for Energy awarded the original contract, Fusion for Energy may use the negotiated procedure in accordance with Article 134 RAP (the duration of such contracts shall not, as a general rule, exceed three years)

VI.4)
Procedures for review
VI.4.1)
Review body
General Court
rue du Fort Niedergrunewald
Luxemburg
L-2925
Luxembourg
Telephone: +352 4303-1
E-mail: GeneralCourt.Registry@curia.europa.eu
Fax: +352 4303-2100
Internet address:http://curia.europa.eu/

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadlines for review procedures:

— within 2months of notice of the award decision, you may launch an action for annulment of the award decision,

— any request you may make and any reply from us, or any complaint of maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment or to open a new period for launching an action for annulment,

— the body responsible for hearing annulment procedures is indicated in Section VI.4.1 of the contract notice.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu).

VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
03/01/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2017.