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

Insc - supply of an early warning radiation monitoring system (ewrms) and computer hardware equipment for the implementation of jrodos software in armenia (a3.01/15a)
Armenia

Purchaser: Armenian Nuclear Regulatory Authority (ANRA)

02/05/2018 S84 External aid programmes - Supplies - Contract notice - Open procedure
Armenia-Yerevan: INSC - Supply of an Early Warning Radiation Monitoring System (EWRMS) and computer hardware equipment for the implementation of JRODOS software in Armenia (A3.01/15A)

2018/S 084-189078

Location — Armenia

SUPPLY CONTRACT NOTICE



1.
Publication reference
EuropeAid/139508/DH/SUP/AM
2.
Procedure
Open
3.
Programme title
INSC
4.
Financing
Financing agreement
5.
Contracting authority
Armenian Nuclear Regulatory Authority (ANRA), Yerevan, Republic of ARMENIA.


CONTRACT SPECIFICATIONS

6.
Description of the contract
The purpose of this project is the installation of an automatic on-line early warning radiation monitoring system (EWRMS) in Armenia (in particular around the Medzamor 2 NPP) and the supply of hardware for a decision support system, JRODOS, to be installed in the emergency response centre (ERC) of ANRA.
7.
Number and titles of lots
One lot only

TERMS OF PARTICIPATION

8.
Eligibility and rules of origin
Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) nº 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable Instrument under which the contract is financed (see also Heading 22 below). Participation is also open to international organisations.
All supplies under this contract must originate in one or more of these countries.
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.
10.
Number of tenders
Tenderers may submit only one 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 one 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 15 000 EUR 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 cheapest compliant tender.
13.
Information meeting and/or site visit
No information meeting is planned
14.
Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Contracting Authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see Para 8.2 of the instructions to tenderers).
15.
Period of implementation of tasks
From the last signature on the contract until the Provisional Acceptance. It is foreseen that this period will be 18 months.

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 unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:
1) Economic and financial capacity of tenderer (based on i.a. Item 3 of the Tender Form for a Supply Contract). In case of tenderer being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed:
a) the average annual turnover of the tenderer must exceed 1 000 000 EUR. Please adapt the table in Item 3 of the Tender Form so that “2017” replaces “last year”, “2016” replaces “year before last year” and “2015” replaces “2 years before last year”.
2) Professional capacity of tenderer (based on i.a. Items 4 and 5 of the Tender Form for a Supply Contract). The reference period which will be taken into account will be the last 3 years from submission deadline:
a) the tenderer (the leader and each of the consortium members if any) and the manufacturer(s) of the equipment (comprising the EWRMS and that on which the JRODOS decision support system shall be installed) must be QA certified according to ISO 9000 series standard or equivalent;
b) the tenderer has at least 5 staff members (one of them must be permanent) working in the main field related to this contract in 2016, 2017 and 2018. The “main field related to this contract” shall be understood as the design and/or the supply of an early warning radiation monitoring system (EWRMS).
3) Technical capacity of tenderer (based on i.a. Items 5 and 6 of the Tender Form for a Supply Contract). The reference period which will be taken into account will be the last 5 years from submission deadline:
a) the tenderer has delivered an Early Warning Radiation Monitoring System (EWRMS) under at least one (1) contract, the value of which should be at least 500 000 EUR. The EWRMS must have been delivered after July 2013. The tenderer must provide evidence of successful operation of the delivered EWRMS.
This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.
Capacity-providing entities:
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. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required.
With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
17.
Award criteria
Price

TENDERING

18.
How to obtain the tender dossier
The tender dossier is available from the following Internet address: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome. 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.

Tenderers with questions regarding this tender should send them in writing to EuropeAid-TENDERS-139508@ec.europa.eu (mentioning the publication reference shown in Item 1) at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

Please note that access to the full Technical Specification, as a complement to the Annex II + III, will only be given to the applicants upon request in writing to the following email address: EuropeAid-TENDERS-139508@ec.europa.eu

19.
Deadline for submission of tenders
4.7.2018 at 16:00 CET (Central European Time).
Any tender received by the Contracting Authority after this deadline will not be considered.
20.
Tender opening session
The tenders will be opened in public session on 9.7.2018 at 10:00 CET (Central European Time) at the following address:
European Commission, Directorate General for International Cooperation and Development, rue de la Loi 41, Room L-41 03/A059, B-1000 Brussels — Belgium.
21.
Language of the procedure
All written communications for this tender procedure and contract must be in English.
22.
Legal basis
Regulation (EU) nº 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Council Regulation (EURATOM) nº 237/2014 of 13.12.2013 establishing an Instrument for Nuclear Safety Cooperation — for more information on the eligibility see Annex A2a of the Practical Guide.
Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.


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