Support

Haben Sie Fragen oder benötigen Sie Unterstützung?
Häufige Fragen
Kontakt Simap-Helpdesk
Suche ändern
Sie können Ihre Suchkriterien ändern oder die Suche verfeinern
Stichwort:
Ort der Auftragserfüllung:
Zeitraum:
Heute

Laufende Woche

Laufendes Jahr

von
bis

Gesamt (letzte 3 Jahre)
Sie sind hier:
Startseite> Recherchieren> Einzelmeldungen

Ihre Ergebnisse

Sie suchten nach: Meldungs Nr : 939661
Los-Nr: 1
Repositories for SF/HLW/ILW
CPV: 71000000, 73000000
Los-Nr: 2
Repositories for L/ILW
CPV: 71000000, 73000000
25.11.2016|Projekt-ID 147405|Meldungsnummer 939661|Ausschreibungen      Berichtigung

Invitation to tender

Date of publication in the cantonal official gazette
  AG  25.11.2016
Date of publication Simap: 25.11.2016

1. Contracting authority

1.1 Official name and address of the contracting authority

Contracting authority/Authority of assignment: Nagra
Procurement authority/Organizer: Nagra, Hardstrasse 73, P.O. Box 280,  5430  Wettingen,  Switzerland,  E-mail:  george.wewerka@nagra.ch

1.2 Offers should be sent to the following address

Nagra
Dept. Tenders & Contracts,  attn DO NOT OPEN / Ref. “MARIE”, Hardstrasse 73, P.O. Box 280,  5430  Wettingen,  Switzerland,  E-mail:  george.wewerka@nagra.ch

1.3 Desired deadline for questions in written form

15.12.2016
Remarks: Questions to this procurement have to be sent per E-Mail until 15th December 2016, 17:00. Information will not be provided verbally. Contact for additional information on the request: george.wewerka@nagra.ch.
The questions and answers will be submitted to all tenderers. The inquiring tenderers rest anonymous.

1.4 Deadline for submitting offers

Date: 04.01.2017, Specific deadlines and formal requirements:  The offers have to be received by the awarding authority latest 4th January 2017, 17:00 (not date of postmark). Offers received after this deadline will not be evaluated and will be excluded from the tender procedure.
The tender must be placed in two envelopes, one inside the other, both being sealed. The outer envelope must be marked as follows: Nagra, Dept. Tenders & Contracts, DO NOT OPEN / Ref. “MARIE”, Hardstrasse 73 / P.O. 280, 5430 Wettingen, Switzerland.
The complete tender has to be submitted in duplicate, together with an electronic version of all documents (USB-stick). All the offers have to be signed by the tenderer or his duly authorised representative and completely legible so that there can be no doubt as to words and figures.

1.5 Date of the opening of bids:

05.01.2017, City:  Wettingen, Remarks:  The opening of the offers is not public.

1.6 Type of contracting authority

Other supporting organisations assuming cantonal tasks

1.7 Type of procedure

Open procedure

1.8 Type of order

Order for services

1.9 Scope of international treaties

Yes

2. Objects of procurement

2.2 Project title of the acquisition

Model-based assessment of repository induced effects in the vicinity of repositories for SF/HLW/ILW and L/ILW (including co-disposal) contributing to Stage 3 of the Sectoral Plan for deep geological repositories in Switzerland

2.4 Division into lots?

Yes
Offers are possible for  all lots
Lot no.: 1
CPV: 71000000 - Architectural, construction, engineering and inspection services,
73000000 - Research and development services and related consultancy services
Short description: Repositories for SF/HLW/ILW
Duration of the contract, framework agreement or dynamic purchasing system: Start: 15.02.2017, End: 31.01.2020
This contract is subject to renewal: No
Options: No
Award criteria:
Qualification and experience of the modellers  Weighting 35% 

Financial offer  Weighting 35% 

Analysis of assignment and concept of approach  Weighting 20% 

Computer infrastructure and quality assurance  Weighting 10% 

Lot no.: 2
CPV: 71000000 - Architectural, construction, engineering and inspection services,
73000000 - Research and development services and related consultancy services
Short description: Repositories for L/ILW
Duration of the contract, framework agreement or dynamic purchasing system: Start: 15.02.2017, End: 31.01.2020
This contract is subject to renewal: No
Options: No
Award criteria:
Qualification and experience of the modellers  Weighting 35% 

Financial offer  Weighting 35% 

Analysis of assignment and concept of approach  Weighting 20% 

Computer infrastructure and quality assurance  Weighting 10% 

2.5 Common Procurement Vocabulary

CPV:  71000000 - Architectural, construction, engineering and inspection services,
73000000 - Research and development services and related consultancy services

2.6 Subject and scope of the contract

The overall purpose of this assignment is to assess, for both repository types (HLW (Lot 1), L/ILW (Lot2), respectively), the impact of repository-induced effects on the long-term performance of the repository system. Special focus will be dedicated to the question, whether site specific aspects may exhibit a significant impact on the safety margins associated with the mitigation of repository-induced effects. Thus, a criteria-based indicator approach could be adopted to identify the most suitable repository site out of the three candidate siting areas (Jura Ost, Nördlich Lägern, Zürich Nordost).
The role of the repository-induced effects needs to be evaluated in this assignment by conducting thermo-hydraulic simulations of two phase flow and multi-component transport along the backfilled repository configurations and in the surrounding host rock in 2-D and 3-D model set-ups. The simulations will cover the whole lifecycle of the repository, including construction, operations period and post closure phase. Modelling of the early stages, when the open underground structures are ventilated, is aimed at providing the correct initial conditions for the simulations of the post closure phase. The repositories need to be modelled in sufficient detail so that the mass and heat flow, the gas pressure build-up, the saturation behaviour of the engineered barrier systems (EBS) materials and the host rock is characterized in detail and insight is gained with respect to the phenomena or aspects that increase the likelihood of compromising the safety functions of the engineered and geological barriers, respectively. Flow of gas and water along and around the backfilled underground structures and the host rock shall be characterized and quantified in detail during the construction and operational phase as well as post operational phase. In addition, the movement of volatile radionuclides in the gas phase needs to be modelled. The impact of thermal effects on the mechanical integrity of the host rock and the engineered barriers needs to be evaluated in the context of comprehensive stress path analyses.
The assignment will comprise four work packages to be executed in two phases. The first phase gives emphasis to the development of a basic work-flow for the intended phenomenological system analyses (Dry-Run, lasting from February 2017 to July 2018). Upon successful completion of the first phase, the second phase (August 2018 to December 2020) will be initiated with focus on the integration of new site-specific information in the modelling workflow.

Lot 1 comprises work packages WP1, WP2 and WP5a; Lot 2 comprises work packages WP3, WP4 and WP5b. The work packages for lot 1 comprise:

Lot 1:
• WP1 – HLW-SBI / Phenomenological system analyses in support of barrier integrity: Geoscientific analysis and interpretation of repository-induced effects (thermal, mechanical, gas-related and chemical impacts) in the underground structures of a HLW repository and in the host rock. The THM-C related analyses must allow conclusions for the whole spectrum of geological settings and repository configurations. The impact of conceptual and parametric uncertainties on the modelling results has to be addressed.
• WP2 – HLW-SFS / Safety-related model abstractions associated with the repository near-field: Geoscientific analyses and abstractions of repository-induced effects along the backfilled underground structures and in the host rock around the repository. The impact of conceptual and parametric uncertainties on the modelling results has to be addressed.
• WP5a – RIE-reference data sets and contribution to the RIE Synthesis Reports (Dry-Run): Development of general workflows for and indicator-based site selection process and for the elabora-tion of RIE reference data sets for HLW. Documentation of the achievements in technical documents which will be subjected to a comprehensive review process.

Lot 2:
• WP3 - L/ILW-SBI / Phenomenological system analyses in support of barrier integrity: Geoscientific analysis and interpretation of repository-induced effects (thermal, mechanical, gas-related and chemical impacts) in the underground structures of a L/ILW repository and in the host rock. The THM-C related analyses must allow conclusions for the whole spectrum of geological settings and repository configurations. The impact of conceptual and parametric uncertainties on the modelling results has to be addressed.
• WP4 – L/ILW-SFS / Safety-related model abstractions associated with the repository nearfield: Geoscientific analyses and abstractions of repository-induced effects along the backfilled underground structures and in the host rock around the repository. The impact of conceptual and parametric uncertainties on the modelling results has to be addressed.
• WP5b – RIE-reference data sets and contribution to the RIE Synthesis Reports (Dry-Run): Development of general workflows for and indicator-based site selection process and for the elabora-tion of RIE reference data sets for L/ILW. Documentation of the achievements in technical documents which will be subjected to a comprehensive review process.

2.7 Location where service is to be delivered

At the awarding organisation in Wettingen, Switzerland, and the offices of the assigned consultant.

2.11 Will variants be accepted?

No

2.12 Are partial offers permitted?

No

3. Conditions

3.1 General conditions of participation

none

3.2 Deposits/guarantees

none

3.3 Conditions of payment

Nagra pays invoices (in CHF) within 30 days after receipt of complete and transparent invoice.

3.4 Costs to be included

All costs and expenses to carry out the described tasks have to be included in the offered prices.

3.5 Consortium of bidders

Bidding consortia are permitted to submit an offer, but the consortium must be limited to two members. The institution in lead (company of the chief modeller) bears the entire assigned responsibility. The chief modeller as well as most appointed employees must work in the same company.

3.6 Subcontractor

A bidding consortium is not allowed to subcontract. A single tenderer is allowed to subcontract one company/institution. The subcontractor must be managed by the expert in charge.

3.7 Eligibility criteria

based on the criteria given below:
Lot 1:

S1.1: Evidence of experience of the company:
Experience in the elaboration of THMC models for the simulation of coupled THMC processes associated with water flow and gas transport in the vicinity and geosphere of repositories for spent fuel, high-level waste and intermediate-level waste in Opalinus Clay (or equivalent clay host rock).
Proof of suitability:
One valid reference project during the last 10 years, demonstrating the ability to handle vast 3-D repository models for HLW (model size: < 300’000 nodes). The ability is demonstrated in the reference project to model the impact of complex THMC processes on the perfor-mance of the HLW repository system and to assess the consequences for long-term safety.

S2.1: Evidence of experience of the company:
The tenderer must have significant experience regarding the role of repository induced effects (RIE) in the safety analysis of disposal of radioactive waste. This includes knowledge covering the processes leading to gas generation, impact of heat generation, geomechanical effects (excavation damaged zone - EDZ) and hydro-chemical interactions and impact of RIE on the safety analysis including the model abstraction this requires.
Proof of suitability:
One reference project during the last 10 years for HLW involving the aspects above showing the comprehensive treatment of the RIE in a national disposal programme.

S3.1: Availability of personnel, response time:
S3.1.1 The tenderer assures that the declared work load (hours) per appointed employee can be achieved. The work load of the supervisor and the deputy supervisor together has to be at least 50% of the work load called for to successfully implement this project. The supervisor and the deputy supervisor have to be very flexible and participate at briefly organised meetings in Wettingen (max. response time 2 days).
S3.1.2 If the tenderer applies for both lots (1 and 2), he needs to have at least five experienced and suitable modellers. Four modellers are appointed by the tenderer to carry out this mandate, one additional modeller is requested to minimise project risks. Besides the 5 suitable modellers the company needs to have contacts to at least 2 additional experts who are familiar with safety analysis for deep geological repositories for the disposal of radioactive waste. These experts do not necessarily need to be employees of the tenderer.
If the tenderer applies for one lot (1 or 2), he needs to have at least two experienced and suitable modellers to carry out this mandate. Besides the 2 suitable modellers the company needs to have contacts to at least 2 additional experts who are familiar with safety analysis for deep geological repositories for the disposal of radioactive waste. These experts do not necessarily need to be employees of the tenderer.
Proof of suitability:
S3.1.1 Written confirmation that the declared work load in the offer can be achieved. Written confirmation that the work load of the supervisor and the deputy supervisor exceeds 50%. Written confirmation that the supervisor (or the deputy supervisor) is able to be at Nagra, Wettingen, Switzerland within 2 days after contact (e.g. phone call).
S3.1.2 Written confirmation that the tenderer has at least 5 experienced (both lots)/ 2 experienced (one lot), suitable modellers and 2 additional experts according to the requirements mentioned above. The CVs of the four/two modellers the short CV’s of the additional modeller and the two experts have to be attached to the offer. Suitable proof has to be given of how the experts are connected to the tenderer (e.g. previous projects).

Lot 2:

S1.2: Evidence of experience of the company:
Experience in the elaboration of two-phase models for the simulation of coupled THMC processes associated with water flow and gas transport in the vicinity and geosphere of repositories for low- and intermediate-level waste in a sedimentary host rock.
Proof of suitability:
One valid reference project during the last 10 years, demonstrating the ability to handle vast 3-D repository models for L/ILW (model size: < 300’000 nodes). The ability is demonstrated in the reference project to model the impact of complex THMC processes on the performance of the L/ILW near-field and to assess the consequences for long-term safety.

S2.2: Evidence of experience of the company:
The tenderer must have significant experience regarding the role of repository induced effects (RIE) in the safety analysis of disposal of radioactive waste. This includes knowledge covering the processes leading to gas generation, impact of heat generation, geomechanical effects (excavation damaged zone - EDZ) and hydro-chemical interactions and impact of RIE on the safety analysis including the model abstraction this requires.
Proof of suitability:
One reference project during the last 10 years for L/ILW involving the aspects above showing the comprehensive treatment of the RIE in a national waste disposal inventory.

S3.2: Availability of personnel, response time:
S3.2.1 The tenderer assures that the declared work load (hours) per appointed employee can be achieved. The work load of the supervisor and the deputy supervisor together has to be at least 50% of the work load called for to successfully implement this project. The supervisor and the deputy supervisor have to be very flexible and participate at briefly organised meetings in Wettingen (max. response time 2 days).
S3.2.2 If the tenderer applies for both lots (1 and 2), he needs to have at least five experienced and suitable modellers. Four modellers are appointed by the tenderer to carry out this mandate, one additional modeller is requested to minimise project risks. Besides the 5 suitable modellers the company needs to have contacts to at least 2 additional experts who are familiar with safety analysis for deep geological repositories for the disposal of radioactive waste. These experts do not necessarily need to be employees of the tenderer.
If the tenderer applies for one lot (1 or 2), he needs to have at least two experienced and suitable modellers to carry out this mandate. Besides the 2 suitable modellers the company needs to have contacts to at least 2 additional experts who are familiar with safety analysis for deep geological repositories for the disposal of radioactive waste. These experts do not necessarily need to be employees of the tenderer.
Proof of suitability:
S3.2.1 Written confirmation that the declared work load in the offer can be achieved. Written confirmation that the work load of the supervisor and the deputy supervisor exceeds 50%. Written confirmation that the supervisor (or the deputy supervisor) is able to be at Nagra, Wettingen, Switzerland within 2 days after contact (e.g. phone call).
S3.2.2 Written confirmation that the tenderer has at least 5 experienced (both lots)/ 2 experienced (one lot), suitable modellers and 2 additional experts according to the requirements mentioned above. The CVs of the four/two modellers the short CV’s of the additional modeller and the two experts have to be attached to the offer. Suitable proof has to be given of how the experts are connected to the tenderer (e.g. previous projects).

Both lots:

S4: Language requirements:
The supervisor and the deputy supervisor need to be fluent in English and German (good skills in speaking).
Proof of suitability:
Declaration that the supervisor and the deputy supervisor are fluent in English and German. The skills of both persons may be verified.

S5: Software requirements:
The tenderer must have in depth experience with the software TOUGH (code required to conduct the simulations). This includes experience with the processes implemented in the code through interactions with the developers of the source code. The contractor must further have a comprehensive strategy for the pre- and post- processing of the data needed for the large number of simulations that are required.
Proof of suitability:
S5.1-S5.3 At least three references showing collaboration with the developers of the code (Lawrence Berkely National Laboratories) indicating the high level use of the code.

S6: Hardware requirements:
The tenderer must have a permanent high-capacity computer infrastructure to carry out the complicated calculations incl. redundant data storage (probabilistic modelling approaches requiring comprehensive Mont Carlo simulations). The system must have at least 50 current processors (equal to a Xeon CPU or better) and sufficient RAM and storage. Management of the calculation work with reliable backup-, archiving and security assurance systems are necessary.
Proof of suitability:
Written confirmation of in-house permanent available high-capacity computer infrastructure.

S7: QM/QA requirements:
QM-Certification according to ISO 9001 or equal system.
Proof of suitability:
The tenderer has to provide the evidence of a certification according to DIN ISO 9001 (or the evidence of an equal system for quality management). The certification or the documenta-tion of the system has to be attached to the offer.

3.8 Evidence required

based on the evidence given below:
According to digit 3.7 and the terms in the procurement documents.

3.9 Conditions for obtaining the tendering documentation

Costs: none

3.10 Languages

Languages for offers: English

3.11 Validity of offers

180 days after deadline for receipt of offers

3.12 Supplying source of the tendering documentation

at www.simap.ch
Languages of documents: English

4. Other information

4.1 Conditions for tenderers from Non-Member States of the WTO Agreement on Government Procurement

none

4.2 Terms of business

The awarding organisation does not accept standard business conditions from tenderers.

4.4 Essential requirements

The client only awards public commissions for services in Switzerland to tenderers who comply with job security regulations and the conditions of work for employees, and provide equal payment for men and women.

4.6 Additional information

1) Nagra reserves the right to mandate further similar tasks directly according to § 8, Abs. 3, lit. i / Submission decree of the Canton Aargau.
2) The company INTERA (Austin) has supported Nagra during SGT - stage 2 and is allowed to participate in this tender.

4.7 Official organ of publication

simap.ch and the official Gazette of the Canton Aargau.

4.8 Procedures for appeal

1. Complaints against this procurement can be made, in a fixed period of 10 days after publication of the award, at the
Verwaltungsgericht des Kantons Aargau, Obere Vorstadt 40, 5001 Aarau, Switzerland. Complaints sent after the 10 day
deadline will not be considered by the administrative court (Verwaltungsgericht).
2. The documentation of a complaint has to contain a request and a justification:
a) stating what the administrative court should decide on, and
b) showing on what evidence the arguments are based.
3. Complaints that do not fulfil the mentioned requirements and do not agree with the laws of the Canton Aargau will not
be considered.
4. A copy of the procurement publication and documents has to be attached to the document of complaint.
5. The complaints procedure has implicit cost risks, i.e. the losing party normally must pay the procedural costs as well
as the costs for the legal representation of the other Party.

Appels d'offres (résumé)

1. Pouvoir adjudicateur

1.1 Nom officiel et adresse du pouvoir adjudicateur

Service demandeur/Entité adjudicatrice: Nagra
Service organisateur/Entité organisatrice: Nagra,  Hardstrasse 73, P.O. Box 280,  5430  Wettingen,  Suisse,  E-mail:  george.wewerka@nagra.ch

1.2 Obtention du dossier d´appel d´offres

sous www.simap.ch

2. Objet du marché

2.1 Titre du projet du marché

Evaluation sur modèle des impacts sur les environs de dépôts pour les déchets hautement radioactifs et déchets faiblement et moyennement radioactifs (ou dépôts combinés) dans le cadre de la 3ème étape SGT

2.2 Description détaillée des tâches

Voyez les documents d'appel d'offre.

2.3 Vocabulaire commun des marchés publics

CPV:  71000000 - Services d'architecture, services de construction, services d'ingénierie et services d'inspection,
73000000 - Services de recherche et développement et services de conseil connexes

2.4 Délai de clôture pour le dépôt des offres

Date: 04.01.2017