SOCIETATEA NAȚIONALĂ NUCLEARELECTRICA S.A. has floated a tender for Contract notice: Engineering support services. The project location is Romania and the tender is closing on 26 Feb 2020. The tender notice number is 038029-2020, while the TOT Ref Number is 39980818. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Romania

Summary : Contract notice: Engineering support services

Deadline : 26 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 39980818

Document Ref. No. : 038029-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SOCIETATEA NAȚIONALĂ NUCLEARELECTRICA S.A.
Office Name: Societatea Națională Nuclearelectrica S.A.
Address: Str. Polonă nr. 65
Town: Bucharest
Postal Code: 010494
Contact Point: Departament Achiziții - Elena Ionescu

Phone: +40 212038282
Fax: +40 212031315
Romania
Email :eionescu@nuclearelectrica.ro
URL :http://www.nuclearelectrica.ro/

Tender Details

Object of the contract
Engineering support services

Description: Contract notice: Engineering support services

Authority Type: Utilities entity
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 71336000, 71336000
CPV Description: Engineering support services.

Engineering assistance for the management of Phase 1 of the Cernavoda CNE Unit 1 Refurbishment Project

Reference Number: 10874881/2019 / 0900.01

II.1.4) Short description of the contract or purchase (s).

Main Site: CNE Cernavoda.

Engineering assistance services by providing experts with experience in training, management, control andand carrying out the CANDU power plant refurbishment activities, at the headquarters of the contracting entity, experts who will technically support and guide the procurement personnel in relation to:

(i) Development and planning of the Redevelopment Project (project management and planning experts),

(ii) operating time over 210 000 EFPH (PLEX), as independent experts (security experts(iii) Elaboration of the infrastructure plan for the Cernavoda CNE Unit 1 Renovation Project (site organization experts),

(iv) Establishing the project modifications that will be implemented at the Cernavoda CNE Unit 1 reorganization as independent verifiers (experts on refurbishment works),

(v) Preparation of the rehabilitation of the turbogenerator of Unit 1 (tour expertsregenerator),

(vi) Independent control and verification of the costs provided in the project documentation (expert cost evaluators),

(vii) Preparation of the documentation for contracting the feasibility study for the Unit 1 Redevelopment Project and evaluating its results (feasibility study experts) )

For the above activities an estimated number of 18 260 hours is estimatede.

Requirement 1: the bidder, the associated bidder, the subcontractors, the third party supporters must not comply with the situations provided in art. 72 and 73 of Law no. 99 / 2016.

The persons with decision functions within the contracting entity regarding the organization, development and completion of the award procedure, are:

1) Cosmin Ghita, general manager;

2) Dan Laurentiu Tudor, general directordeputy / replacement general manager;

3) Romeo Urjan, director of Operations Directorate;

4) Adrian Jelev, substitute director of Operations Directorate;

5). Adrian Gabriel Dumitriu, Chief Financial Officer;

6) Mihai-Dan Gheorghievici, Deputy Chief Financial Officer;

7) Roxana Stamate, Subsidiary Substitute Chief Financial Officer;

8) Laura Constantin, Chief Legal Officer / Deputy Chief Executive Officer;

9) GeorgeCodrut Tudor, substitute director DJ;

10) Vlad Chiripus, substitute director DJ / head Department Legal Advice Documents (DALD);

11) Cristina Bacaintan, chief substitute DALD chief;

12) Iuliana Cormos, substitute substitute DALD chief / legal adviser principal DALD;

13) Cristina Nazarevscky, head of the Purchasing Department (DA);

14) Dana Banea, deputy chief of DA;

15) RazvanDumitru Sandu, deputy chief of DA / chief of the Procurement Services and Works (SASL);

16) Stella Ciulcov, deputy chief of SASL / specialist economist SASL;

17) Elena Ionescu, specialist engineer of the Procurement Services and Works Service;

18) Alin Tatu, specialist engineer SNN Technical Support Service;

19) Alexandru Stoian, specialist engineer SNN Technical Support Service;

20) Andrei Preda, chief engineer SNN Technical Support Service;

21) Elena Nineta Balas, specialist engineer SNN External Interfaces Service;

22) Mircea Gheorghe, expert CNE pr., CNE Cernavoda;

23) Neculai Florescu, expert CNE I, CNE Cernavoda;

24) Ionel Bucur, expert of CNE pr., CNE Cernavoda;

25) Alexandru Marciulescu, head of SNN External Interfaces Service;

26) Lucian Constantinescu, expert of Public Acquisitionse, Cernavoda NPP.

Fulfillment mode: all economic operators participating in the procedure (bidders, associate bidders, third party promoters, declared subcontractors) will complete the "Reasons for exclusion" section with the information related to their situation to the Single European Procurement Document (DUAE). All economic operators participating in the procedure will complete and submit withDUAE (Single European Procurement Document) statement on its own responsibility regarding the non-compliance with the provisions of art. 72 and 73 of Law no. 99/2016, Form III.1.1.a.1.

Requirement 2: the bidder, the associated bidder, the subcontractor, the supporting third party must not comply with the situations provided in art. 177, 178 and 180 of Law no. 99/2016

Fulfillment mode: all econo operatorssmall participants in the procedure (bidders, associate bidders, third party supporters, declared subcontractors) will complete the section "Reasons for exclusion" with the information related to their situation to the Single European Procurement Document (DUAE).

At the request of the contracting entity, the bidder ranked first after the application of the award criterion on the admissible offers, will present the documentupdated justifying entities demonstrating the fulfillment of the requirement, according to the information contained in the DUAE (including for the associated bidders / third party supporters / the proposed subcontractors, if any), as follows:

- For Romanian legal / natural persons:

2. (a ) certifying certificates regarding the lack of debts regarding the payment of taxes, taxes or contributions tothe general consolidated budget (local budget, state budget, etc.) at the time of presentation;

2. (b) the criminal record of the economic operator and of the members of the administrative, management or supervisory body of the respective economic operator or of those who have power of representation, decision or control within it, as it results from the certifying certificate issued […] detothers on www.e-licitatie.ro

Specify the average annual turnover. Requirement 1: economic operators must have an average level of global turnover for the last 3 years (2016, 2017 and 2018) of at least EUR 4 000 000. Note: for a unitary assessment of how to meet the requirement regarding the value ceiling, associated with the requirement regarding the average level of the global turnover per ultithousands of years, the reference rate that will be considered for calculating the equivalence for turnover whose value is expressed in another currency than the euro will be the average annual exchange rate of euro / other currency communicated by the National Bank of Romania, on the site http://bnr.ro for each year separately.

1) If, after accessing SEAP of the financial proposals, the entity countsthe rater finds that 2 or more offers have obtained equal scores, ranking first, the division will be made according to the highest score obtained for Factor F2 technical component. If the scores for Factor F2 are equal, the contracting entity will ask the bidders in the case, through SEAP, a new price offer, and they will charge electronic the documents related to the financial proposal that will contain a new price offer;

2) In the case of the common offer, each economic operator member of the association will complete a DUAE and submit in the offer, together with DUAE, the association agreement from which the part will result of contract executed by each associated economic operator Form III.1.8;

2.1) The requirements regarding the economic capacity and ffinancial and technical and / or professional capacity will be considered fulfilled by taking into account the resources of all the members of the group;

2.2) If the contracting entity requests within the criteria regarding the capacity to exercise the professional activity and / or the technical and professional capacity, presentation of specific authorizations / certifications, requirementis considered fulfilled in the case of the economic operators who jointly participate in the award procedure, if they demonstrate that they have the respective authorized resources and / or that one of the members of the association holds the authorization / certification requested, as the case may be, provided that the respective member executes the part from the contract for which the respective authorization / certification is requested. If there are subcontractors, they will hold the respective authorizations / certifications for the part of contract fulfilled;

3) At the request of the contracted entity, the tenderer will send the certificates / supporting documents based on which the DUAE was drawn up, both for himself and for the possible subcontractors and third parties, within the term mentioned in the application;

4) Tranthe issuing of any requests for clarifications by the economic operators will be made according to the ANAP Notification no. 247 / 6.9.2016 available at: http://anap.gov.ro/web/wp-content/uploads/2016/09/Notification-solicitare-clarificari-in-medium-SEAP.pdf and will be signed with the signature electronics;

5) If an economic operator considers that certain contractual clauses are defavorables, it will ask the contracting entity, before the deadline for requesting clarifications (16 calendar days before the deadline for submission of tenders) for their clarifications / modifications, so that these clauses will be amended / modified by the contracting entity, these it can be made known to all interested economic operators, through the targetSEAP remedy, before the deadline for responding to clarifications established by the contracting entity (the 11th day before the deadline for submission of tenders).

The Romanian version of the contract will prevail over the English version;

6) The entity the contracting party reserves the right to verify at any time during the procedure the accuracy of the information and evidence provided by theertanti;

7) Duration of the contract mentioned in chap. II.2.7 includes 24 months of effective provision of services and 2 months allocated for the reception and payment of the last services provided under the contract.


Internet address (URL): http://www.nuclearelectrica.ro/

Documents

 Tender Notice