|
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
Supply of sensor heads for diagnostics magnetics inner vessel coils for iter
Not available
Purchaser: The European Joint Undertaking for ITER and the Development of Fusion Energy ('Fusion for Energy')
24/07/2018 S140 Agencies - Supplies - Contract notice - Open procedure I.II.III.IV.VI. Spain-Barcelona: Supply of Sensor Heads for Diagnostics Magnetics Inner Vessel Coils for ITER
2018/S 140-319264
Contract notice
Supplies
Legal Basis:
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 10/26 Barcelona 08019 Spain Contact person: Contracts and Procurement Unit: For the attention of: David Guardia E-mail: david.guardia@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) Information about 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/Calls/SearchPublicCall.aspx Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://industryportal.f4e.europa.eu/Calls/SearchPublicCall.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: Supply of Sensor Heads for Diagnostics Magnetics Inner Vessel Coils for ITER
Reference number: F4E-OPE-0921 II.1.2) Main CPV code 31600000 II.1.3) Type of contract Supplies II.1.4) Short description: The Diagnostics Magnetics Inner Vessel Coils (IVC) are inductive magnetic sensors to measure local magnetic field in various frequency ranges. They are located on the inner surface of the ITER Vacuum Vessel (VV) in a high vacuum environment and nominal operating temperature of 150 C. As described in Section 1.2 of the Technical Specification (Annex B) documents, the IVCs include 6 assemblies with each assembly comprising of a sensor head (pick-up coil) and a platform. The scope of this procedure includes:
— preparation for manufacture of the sensor heads,
— manufacture of sensor heads, and
— testing, cleaning, packaging and delivery of the sensor heads.
The supply of the sensor heads is divided into 3 lots as specified below. Please refer to the Technical Specification (Annex B) for each of the 3 lots for further details.
II.1.5) Estimated total value Value excluding VAT: 1 230 000.00 EUR II.1.6) Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots Maximum number of lots that may be awarded to one tenderer: 3 II.2) Description II.2.1) Title: Supply of Low-Temperature Co-fired Ceramic (LTCC) Sensor Heads
Lot No: 1 II.2.2) Additional CPV code(s) 31600000 II.2.3) Place of performance NUTS code: FRL04 Main site or place of performance: Contractor's premises.
II.2.4) Description of the procurement: Please refer to the Technical Specification (Annex B) pertaining to Lot 1 (Supply of Low-Temperature Co-fired Ceramic (LTCC) Sensor Heads).
Additional information: see Internet address provided in Section I.3.
1) This Notice and the rest of the procurement documents will be published also on the Joint Undertaking's buyer's profile. Economic operators are strongly advised to regularly visit the web page in Section I of this Notice.
2) This procurement procedure is governed by the rules laid down by:
(a) Regulation (EU, Euratom) nº 966/2012 of the European Parliament and of the Council as amended by Regulation (EU, Euratom) nº 547/2014 of the European Parliament and of the Council (“the Financial Regulation”) and by Regulation (EU Euratom) 2015/1929 of the European Parliament and of the Council;
(b) Commission Delegated Regulation(EU) nº 1268/2012 as amended by Commission Delegated Regulation (EU) 2015/2462 of 30.10.2015 (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 2.12.2015. All legislation can be found in http://www.fusionforenergy.europa.eu/procurementsgrants/keyreference.aspx
3) In case of new contract(s) 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 3 years).
II.2.5) Award criteria Criteria below Quality criterion - Name: Technical merit / Weighting: 30 Price - Weighting: 70 II.2.6) Estimated value Value excluding VAT: 490 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 25 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: no 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 “Additional information” provided above in Section II.2.4 (Description of the procurement).
II.2) Description II.2.1) Title: Supply of High-Frequency (HF) Sensor Heads
Lot No: 2 II.2.2) Additional CPV code(s) 31600000 II.2.3) Place of performance NUTS code: FRL04 Main site or place of performance: Contractor's premises.
II.2.4) Description of the procurement: Please refer to the Technical Specification (Annex B) pertaining to Lot 2 (Supply of High-Frequency (HF) Sensor Heads).
Additional information: see Internet address provided in Section I.3.
1) This Notice and the rest of the procurement documents will be published also on the Joint Undertaking's buyer's profile. Economic operators are strongly advised to regularly visit the web page in Section I of this Notice.
2) This procurement procedure is governed by the rules laid down by:
(a) Regulation (EU, Euratom) nº 966/2012 of the European Parliament and of the Council as amended by Regulation (EU, Euratom) nº 547/2014 of the European Parliament and of the Council (“the Financial Regulation”) and by Regulation (EU Euratom) 2015/1929 of the European Parliament and of the Council;
(b) Commission Delegated Regulation (EU) nº 1268/2012 as amended by Commission Delegated Regulation (EU) 2015/2462 of 30.10.2015 (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 2.12.2015. All legislation can be found in http://www.fusionforenergy.europa.eu/procurementsgrants/keyreference.aspx
3) In case of new contract(s) 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 3 years).
II.2.5) Award criteria Criteria below Quality criterion - Name: Technical merit / Weighting: 30 Price - Weighting: 70 II.2.6) Estimated value Value excluding VAT: 630 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 25 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: no 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 “Additional information” provided above in Section II.2.4 (Description of the procurement).
II.2) Description II.2.1) Title: Supply of Diamagnetic Coils
Lot No: 3 II.2.2) Additional CPV code(s) 31600000 II.2.3) Place of performance NUTS code: FRL04 Main site or place of performance: Contractor's premises.
II.2.4) Description of the procurement: Please refer to the Technical Specification (Annex B) pertaining to Lot 3 (Supply of Diamagnetic Coils).
Additional information: see Internet address provided in Section I.3.
1) This Notice and the rest of the procurement documents will be published also on the Joint Undertaking's buyer's profile. Economic operators are strongly advised to regularly visit the web page in Section I of this Notice.
2) This procurement procedure is governed by the rules laid down by:
(a) Regulation (EU, Euratom) nº 966/2012 of the European Parliament and of the Council as amended by Regulation (EU, Euratom) nº 547/2014 of the European Parliament and of the Council (“the Financial Regulation”) and by Regulation (EU Euratom) 2015/1929 of the European Parliament and of the Council;
(b) Commission Delegated Regulation (EU) nº 1268/2012 as amended by Commission Delegated Regulation (EU) 2015/2462 of 30.10.2015 (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 2.12.2015. All legislation can be found in http://www.fusionforenergy.europa.eu/procurementsgrants/keyreference.aspx
3) In case of new contract(s) 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 3 years).
II.2.5) Award criteria Criteria below Quality criterion - Name: Tenchnical merit / Weighting: 30 Price - Weighting: 70 II.2.6) Estimated value Value excluding VAT: 110 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 25 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: no 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 “Additional information” provided above in Section II.2.4 (Description of the procurement).
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: 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 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 01/10/2018 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 Duration in months: 9 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 08/10/2018 Local time: 11:00 Place: Fusion for Energy premises (Barcelona, Spain).
Information about authorised persons and opening procedure: See 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 VI.3) Additional information: 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 43032100 Internet address: http://curia.europa.eu
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 12/07/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|