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

Emergency electrical power distribution (tb13)
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=74001

10/03/2018 S49 Agencies - Works - Contract notice - Open procedure
I.II.III.IV.VI.
Spain-Barcelona: Emergency Electrical Power Distribution (TB13)

2018/S 049-106966

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, Office 10/23
Barcelona
08019
Spain
Contact person: Contracts and Procurement Unit, for the attention of Mr Niels Van de Ven
Telephone: +34 3201800
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://industryportal.f4e.europa.eu/default.aspx
I.4)
Type of the contracting authority
European institution/agency or international organisation
I.5)
Main activity
Other activity: Energy
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Emergency Electrical Power Distribution (TB13)

Reference number: F4E-OPE-0754
II.1.2)
Main CPV code
45200000
II.1.3)
Type of contract
Works
II.1.4)
Short description:
BLDG 44: approx. 6 000 m3 with nuclear safety requirements, housing the emergency electrical distribution system for train A composed of MV and LV distribution, UPS, chargers and batteries (5 MVAs of electrical power).

BLDG 45: approx. 6 000 m3 with nuclear safety requirements, housing the emergency electrical distribution system for train B composed of MV and LV distribution, UPS, chargers and batteries (5 MVAs of electrical power).

BLDG 46: approx. 6 000 m3, housing the investment protection electrical distribution system composed of MV distribution, LV distribution, UPS, chargers and batteries (6 MVAs of electrical power). Supply of electrical equipment is excluded.

BLDG 47: approx. 6 000 m3, housing the investment protection electrical distribution system composed of MV distribution, LV distribution, UPS, chargers and batteries (6 MVAs of electrical power). Supply of electrical equipment is excluded.

Supply and installation of more than 5 km of cable trays and 20 km of cables.

II.1.5)
Estimated total value
Value excluding VAT: 63 000 000.00 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)
45210000
45220000
71321000
71334000
51100000
31154000
31158100
31170000
31213000
31214000
31214510
31214520
31320000
35113210
35113300
44000000
45213250
45251110
45300000
45400000
71300000
98113100
II.2.3)
Place of performance
NUTS code: FRL04
Main site or place of performance:
The works shall be executed on the ITER site in Cadarache, France: Route de Vinon-sur-Verdon,13115 Saint-Paul-lès-Durance, France.

II.2.4)
Description of the procurement:
The subject of the contract is the provision of works as set out in the procurement documents.

The baseline scope covers:

— Design, construction, supply, installation, test, commissioning, operation and maintenance of the the Emergency power supply buildings (PBS 63, Buildings 44 and 45),

— Design, supply, installation, test, commissioning, operation and maintenance of the Distribution equipment (PIC) in above mentioned buildings (PBS 43, Buildings 44 and 45),

— Design, supply, installation, test, commissioning, operation and maintenance of the 15kV distribution Load Centers (LC15 and LC16).

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: 63 000 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: no
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 are foreseen:

Option 1: Design, construction, supply, installation, test, commissioning, operation and maintenance of the Medium Voltage Distribution buildings (PBS 63 Building 46 and 47),

Option 2: Design, installation, test, commissioning, operation and maintenance of the IP Distribution Equipment in above mentioned buildings (PBS 43 Buildings 46 and 47),

Option 3: Supply, installation, test, commissioning, operation and maintenance of PBS 43 cables going out of Buildings 44, 45, 46 and 47,

Option 4: Supply, installation, test, commissioning, operation and maintenance of PBS 43 sub-distribution boards and sub-distribution panel boards,

Option 5: Supply, installation, test, commissioning, operation and maintenanceof PBS 44 cable trays,

Option 6: Fire protection and lighting in galleries,

Option 7: Integrated commissioning support activities,

Option 8: Operation and maintenance after take over.

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
See procurement documents published on the internet address provided in Section I.3.

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
List and brief description of conditions:
See procurement documents published on the internet address provided in Section I.3.

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 procurement documents published on the internet address provided in Section I.3.

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
Open procedure
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.1.6)
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 199-408682
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 10/05/2018
Local time: 23:59
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)
Conditions for opening of tenders
Date: 15/05/2018
Local time: 10:00
Place:
See procurement documents published on the internet address provided in Section I.3.

Information about authorised persons and opening procedure:
See procurement documents published on the internet address provided in Section I.3.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic payment will be used
VI.3)
Additional information:
See procurement documents published on the internet address provided in Section I.3.

1) This contract notice and the rest of the procurement documents will also be published on the Joint undertaking's buyer's profile. Economic operators are strongly advised to regularly visit the internet address provided in Section I.3 of this contract notice.

2) This procurement procedure is governed by the rules laid down by

(a) 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;

(b) 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

(c) complemented, where it derogates, by the Financial derogation of fusion for energy adopted by the Governing Board on 21.2.2015

All applicable legislation can be found on "http://www.fusionforenergy.europa.eu/procurementsgrants/keyreference.aspx";.

3) Evolution of the defined requirements and changes to the allotment strategy of Fusion for energy may affect the additional buildings, infrastructures and electrical components under the current contract scope and may require new contract(s) consisting of a repetition of similar services or works entrusted to the economic operator to which the original contract was awarded. In this case, Fusion for energy may use the negotiated procedure in accordance with Article 134 RAP and the award of the repetition of similar works or services will be subject to the best value for money award method. This procedure may only be used during the performance of the original contract and at the latest during the 3 years following its signature.

VI.4)
Procedures for review
VI.4.1)
Review body
General Court
Rue du Fort Niedergrünewald
Luxembourg
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:
Within 2 months of notification of the award decision, an action for annulment of the award decision may be launched. Any request made and any reply from the Joint Undertaking, or any complaint for maladministration, will neither have 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 this 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:
27/02/2018

http://ted.europa.eu/, TED database, © European Communities, 1995-2018.