Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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
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 the Mitica beam line components.
Reference number: F4E-OMF-0795.
II.1.2)Main CPV code
31720000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
This procurement procedure is for the award of framework contracts for the supply of the beam line components for the Mitica experiment, hosted in the PRIMA test facility, Padua, Italy. The Mitica experiment is a full-scale prototype of the ITER heating and current drive neutral beam injector.
II.1.5)Estimated total value
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)
71340000
71333000
71631100
71631430
71632200
71632000
71631000
II.2.3)Place of performance
NUTS code: ITD36
Main site or place of performance:
II.2.4)Description of the procurement:
This procurement procedure is for the award of framework contracts (FWC) for the supply of the beam line components for the Mitica experiment, hosted in the PRIMA test facility, Padua, Italy. The Mitica experiment is a full-scale prototype of the ITER heating and current drive neutral beam injector.
The beam line components comprise a neutraliser and electron dump, an electrostatic residual ion dump and a calorimeter, assemblies and subcomponents.
Through this procurement procedure F4E intends to award framework contracts to 3 economic operators for the provision of the Mitica beam line components. The implementation of the scope of work is foreseen in the following stages:
— stage 1: design revision and manufacturability study of the Mitica BLC technical specifications and prototyping activities (this scope of work is included as a baseline in the framework contracts),
— stage 2: manufacture and supply of the neutraliser and electron dump, the electrostatic residual ion dump, the calorimeter, assemblies and subcomponents.
F4E intends to reopen competition under the framework contracts for the award of specific contract(s) for the scope of work foreseen in stage 2 above.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 51
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:
Stage 1 — no options.
Stage 2 — options, if required, will be defined in the specific invitation(s) to tender.
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 project.
II.2.14)Additional information
Additional information about variants:
stage 1 — tenders shall not include variant solutions;
stage 2 — variant solutions may be proposed by the tenderer only for specific items as identified, if at all, in the specific invitation(s) to tender for stage 2.
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:
Refer to the procurement documents.
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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years: Time required to execute the full scope of work exceeds 4 years.
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: 28/04/2017
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: 10/05/2017
Local time: 15:00
Place:
F4E premises in Barcelona (Josep Pla, 2, Torres Diagonal Litoral, B3, 08019 Barcelona (Barcelona)).
Information about authorised persons and opening procedure:
Refer to the procurement documents.
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:
This notice and any subsequent information will be published on the F4E industry portal. Economic operators are strongly advised to regularly visit the web page indicated in Section I of this notice.
Any subsequent procurement procedure is governed by the rules laid down by the Decision of the Governing Board of the European Joint Undertaking for ITER and the Development of Fusion Energy adopting the Financial Regulation and Implementing Rules — F4E(15)-GB34-12.9, adopted by the Governing Board on 2.12.2015.
VI.4)Procedures for review
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:
27/01/2017