viii. procedure of opening envelopes with tender offers

advertisement
LITHUANIAN ENERGY INSTITUTE
(Breslaujos str. 3, LT-44403 Kaunas, register no. 111955219, VAT payer code LT119552113, rastine@mail.lei.lt)
Approved
__ Deputy Director
(Position)
_______________________________
(Signature)
____ Petras Poligarijus Ūdras
(Name and surname)
OPEN TENDER PROCEDURE CONDITIONS
ON THE PROCUREMENT OF SOFTWARE APPLICATIONS
Procurement code (according to CVP): 48460000-0, 48462000-4
CONTENTS
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
XI.
XII.
XIII.
XIV.
Annex
Annex
Annex
Annex
Annex
GENERAL PROVISIONS
PROCUREMENT OBJECT
REQUIREMENTS FOR THE QUALIFICATIONS OF SUPPLIERS
PARTICIPATION OF GROUP OF LEGAL ENTITIES IN TENDER
PREPARATION, SUBMISSION AND MODIFICATION OF TENDERS
SECURITY OF TENDER
EXPLANATION AND CLARIFICATION OF TENDER CONDITIONS
PROCEDURE OF OPENING TENDER OFFERS
EXAMINATION OF TENDER OFFERS AND REASONS FOR REJECTION
EVALUATION OF TENDERS
RANKING OF TENDERS
ORDER OF EXAMINATION OF PRETENSIONS AND CLAIMS
DECISION TO CONCLUDE A CONTRACT
TERMS AND CONDITIONS OF THE PROCUREMENT CONTRACT
No.
No.
No.
No.
No.
1:
2:
3:
4:
5:
Recommended form of tender offer.
Form of Supplier‘s Declaration of Honesty.
Form of Supplier‘s Declaration.
Technical specification of the software.
Checklist of substantiating documents for supplier.
I. GENERAL PROVISIONS
1. Lithuanian Energy Institute (hereinafter referred to as Contracting Authority) intends to
purchase software which shall be used for scientific-experimental and applied activities in the
course of implementing the EU structural funds project "Foundation of National Open Access
Scientific Center for Future Energy Technologies".
2. The main definitions used herein are in accordance with the Law on Public Procurement of the
Republic of Lithuania (official gazette ‚Valstybes zinios‘, 1996, No. 84-2000; 2006, No. 4-102)
(hereinafter, the Law on Public Procurement).
3. The procurement shall be conducted pursuant to the Law on Public Procurement, the Civil
Code of the Republic of Lithuania (official gazette ‚Valstybes zinios‘, 2000, No. 74-2262)
(hereinafter the Civil Code), other legal acts governing public procurement and the conditions
of tender.
page 1 of 35
4. The preliminary announcement of this purchase has not been published. The announcement
on this procurement has been published on Public Procurement Portal and the official website
of Contracting Authority: http://www.lei.lt/main.php?m=276&k=1.
5. The procurement shall be conducted following the principles of equal treatment, nondiscrimination, transparency, mutual recognition, proportionality, shall meet the requirements
of confidentiality and impartiality.
6. Contracting Authority is a Value Added Tax (hereinafter, ‚VAT‘) payer.
II. PROCUREMENT OBJECT
7. The procurement is divided into the following parts:
Procurement part No. 1: Relap/Scadapsim or equivalent software (delivery within 4
months);
Procurement part No. 2: (delivery within 2 months)
a) Ansys CFX or the equivalent;
b) Solid Works Office Premium or the equivalent;
c) Software package for hydraulic calculations AFT (Fhantom, Arrow, Titan) or the
equivalent;
d) GoldSim, or the equivalent;
e) Comsol 4.0, or FLAC3D, or the equivalent;
Procurement part No. 3: ABAQUS or the equivalent (delivery within 1 month);
Procurement part No. 4: RiskSpectrumPSA with relevant software (R-DAT, RiskSpectrum
Doc, DiskSpectrum FMEA, ReliaSoft) or the equivalent (delivery within 1 month);
Procurement part No. 5: MATLAB or the equivalent (delivery within 1 month);
Procurement part No. 6: PowerWorld software package with additional modules or the
equivalent (delivery within 1 month);
Procurement part No. 7: Software package PPS (with modules: E, Sincal) or the equivalent
(delivery within 1 month);
Procurement part No. 8: Software package MARKAL/TIMES with additional software or the
equivalent (delivery within 1 month);
Procurement part No. 9: Software package ILOG CPLEX, or the equivalent (delivery within
1 month).
8. The detailed specification of procurement object, which are demanded by Contracting
Authority, is presented in technical specification appended hereto as Annex 4. Alternative
offers are not acceptable. The alternative offer means that instead of proposing the software
application (goods), the supplier makes a proposal for rendering services or works.
9. The software shall be delivered: the software indicated in procurement part no. 1 - not later
than in 4 months; the software indicated in procurement part no. 2 - not later than in 2
months; the software indicated in procurement parts no. 3-9 - not later than in 1 month. Place
of delivery of the software – Breslaujos str. 3, LT-44403 Kaunas, Lithuania.
The supplier can present tender offer for one, several or all procurement parts. Separate
contracts shall be signed for each part of procurement. Single contract may be signed with the
winner of several procurement parts depending on specification of the software and terms of
delivery.
III. REQUIREMENTS FOR THE QUALIFICATION OF SUPPLIERS
10. Supplier, taking part in tender, shall meet the following minimum qualification requirements:
Table 1. General requirements for the qualification of suppliers
No.
10.1
Qualification requirements
Supplier being a natural person or the
Substantiating documents
An extract from court decision or a document issued
page 2 of 35
10.2
supplier‘s, who is a legal person, head or a
real member (members) of a partnership
qualified to make transactions on behalf of
the
legal
entity,
or
accountant
(accountants) or other person (persons)
qualified to prepare and sign the supplier‘s
record documents has no conviction which
is not expired or expunged or in the past 5
years the supplier (being a legal person)
has not been convicted by final judgment
of the participation in, organizing or
management of a criminal organization,
corruption,
corruption
through
an
intermediary, bribery, fraud, the use of a
credit, loan or specific purpose aid
otherwise than for the intended purpose
or in the established procedure, credit
fraud, non-payment of taxes, submission
of misleading data about income, profit or
assets, failure to submit a declaration,
report or other document, acquisition or
disposal of property obtained through
criminal conduct. A supplier established in
other country has not been the subject of
a conviction by final judgment of criminal
activities defined in the EU legislation
listed in Article 45 (1) of Directive
2004/18/EB of the European Parliament
and the Council of 31 March 2004 on the
coordination of procedures for the award
of public works contracts, public supply
contracts and public services contracts.
Supplier is not bankrupt or being
liquidated, it has not entered into peace
agreement with creditors or suspended or
limited its operations or is not in any
analogous or similar situation under
national laws of the country the supplier is
registered in. It is not the subject of
bankruptcy proceedings or out of court
proceedings
for
a
declaration
of
bankruptcy or is not seeking for
compulsory liquidation procedure or for an
agreement with creditors or any analogous
proceedings under the laws in the country
of its registration.
by the IT and Communications Department under the
Ministry of the Interior or the State Enterprise Centre
of Registers in the procedure prescribed by the
Government of the Republic of Lithuania, as evidence
of aggregated data processed by competent
authorities, or a document of a relevant foreign
authority (the original or a duly certified copy*),
issued not earlier than 60 days before the deadline
for submission of tender offer. If the document was
issued at an earlier date, however, the term of its
validity is longer than the deadline for the submission
of tender offer, such a document shall be deemed
acceptable.
1) A document (the original or a duly certified copy*)
issued by the State Enterprise Centre of Registers or a
relevant foreign authority confirming that the supplier
is not bankrupt, liquidated, is not the subject of
bankruptcy proceedings or out of court bankruptcy
proceedings, is not seeking for compulsory liquidation
procedure or for an agreement with creditors, or an
extract from court decision issued not earlier than 60
days before the deadline for submission of tender
offer. If the document was issued at an earlier date,
however, the term of its validity is longer than the
deadline for the submission of tender offer, such a
document shall be deemed acceptable.
2) Supplier‘s Declaration (Annex 3) confirming that
the supplier has not entered into a peace agreement
with creditors or suspended or limited its operations,
or a document issued by a relevant foreign authority
confirming that the supplier has not entered into
peace agreement with the creditors or suspended or
limited its operations or is not in any analogous or
similar situation under the laws of the country of its
registration, or if the relevant country does not issue
the above mentioned document or if the same
document does not cover all raised issues, a
declaration on oath or an official declaration.
10.3
Supplier has fulfilled all obligations relating
to the payment of taxes.
The document (original or confirmed copy) issued by
tax authority or corresponding public body or
institution, evidencing that the procurer has no unpaid
tax debts. The document shall be issued not earlier
than 60 days before the date for reception of offers.
page 3 of 35
10.4
Supplier has fulfilled all obligations relating
to the payment of social security
contributions.
10.5
Supplier has the right to trade in analytic,
scientific, mathematical or prognostic
software and other calculating means.
The document (original or confirmed copy) issued by
social security authority or corresponding public body
or institution, evidencing that the supplier has no
unpaid social security debts. The document shall be
issued not earlier than 60 days before the date for
reception of offers.
Confirmed (signed and sealed by the head) copy of
registration certificate of supplier’s organization
(enterprise or establishment) and excerpt from statute
(charter or regulation), or other documents,
evidencing the right of the supplier to perform
corresponding activity (certificate, issued by public
authority or other professional activity register
manager, if any) or declaration on oath, evidencing
suppliers right to perform corresponding activity.
Table 2. Requirements for economical and financial condition, technical and professional
ability:
No.
10.6.
10.7.
Qualification requirements
Supplier‘s average annual turnover for the
last 3 financial years (if supplier performs
activity less than 3 financial years, the
contracting authority then evaluates the
turnover from the date of registration of
supplier) shall be 1,5 times larger than
tender price.
During the past three years or if the legal
entity has been registered later – from the
date of its registration, supplier shall have
successfully completed at least one contract
to provide the software which total value is
not less than 0,7 tender price.
Supplier shall be authorized to sell the
offered software.
10.8.
Substantiating documents
Financial profit (loss) reports’ confirmed copies of
supplier’s company (enterprise or entity) for the last
3 financial years (if supplier performs activity for less
than 3 years – the reports shall be presented from
the date of the commencement of activities in the
field related to the procurement).
The list of successfully completed contracts indicating
contractor, software provided, total value of the
contract, date of signature and accomplishment of
the contract. The document provided shall be signed
by supplier or a person authorized and sealed (if
any).
Certificate of the manufacturer or official distributor
authorized by the manufacturer of the offered
software, proving that the supplier has the right to
sell the aforementioned software.
*Notes:
1) If the relevant country does not issue the above-mentioned documents or if the same document
does not cover all issues raised, supplier shall provide a declaration on oath or an official declaration;
2) Duly certified copy shall bear the signature of the supplier or a person authorized thereby, the text
‚True copy‘, position occupied, the name (the initial of the name), surname, date and the seal (if any).
Contracting authority shall be entitled to request for the originals of the documents;
3) Please use the checklist appended in the end of Tender conditions to ensure that all required
documents are submitted. Be attentive and do Your best to submit all required documents.
11. In lieu of the documents specified in clauses 10.1, 10.2 and 10.5 of conditions of tender,
supplier may provide a duly certified copy of the certificate issued by the Public Procurement
Office or by a competent foreign authority, when the certificate issued by the latter confirms
compliance with the above-mentioned requirements. Contracting authority shall be entitled to
request for the original of the certificate.
12. In case the group of legal entities presents common tender offer, each member of legal entity
of the aforementioned group shall comply with the requirements indicated in clauses10.1-10.4
and 10.6 and provide the documents required. At least one member of the group of legal
entity (or the whole group of legal entities) shall comply with the requirements indicated in
clauses 10.5., 10.7-10.8 and provide the documents required.
13. In cases supplier has presented a false information on the compliance with the abovementioned requirements his tender offer shall be rejected, if Contracting Authority can prove
such circumstances by any lawful means.
page 4 of 35
IV. PARTICIPATION OF GROUP OF LEGAL ENTITY IN TENDER
14. In cases a group of legal entities takes part in tender, it has to provide a partnership
(consortium) agreement or duly certified copy thereof together with a tender offer. The
partnership agreement shall specify the obligations of each party to the agreement in
implementing the contract as may be awarded by the Contracting Authority, as well as parts
of value of their obligations comprising full value of the contract. The partnership agreement
shall provide for the joint liability of all the parties to the agreement for non-performance of
their obligations to the Contracting Authority. The partnership agreement shall also specify the
person acting as a representative of the group of legal entities (whom the Contracting
Authority should contact regarding questions arose during the evaluation of tender offer
procedure and provide with information relating to the evaluation of the tender offer).
15. The Contracting Authority shall not demand that the group of legal entities acquire a certain
legal form after the decision to award the purchase contract to the selected group.
V. PREPARATION, SUBMISSION AND MODIFICATION OF TENDERS
16. Supplier intending to participate in the procurement procedure shall in advance give a notice
to Contracting Authority about his intention to participate in tender. The notice about intention
to participate in tender shall be sent to the contact persons indicated in paragraph 39 of the
conditions of tender. Acception of invitation to participate in tender sent by central public
procurement information portal (CVP IS) means shall be deemed as proper notice.
17. By submitting a tender offer the supplier agrees with the conditions of tender and confirms
that information provided in his tender offer is true and includes all requirements for the
proper fulfillment of the purchase contract.
18. Tender offer shall be submitted in writing and signed by the supplier or his authorized person.
19. Tender offer and other correspondence shall be presented in Lithuanian or English. In cases
respective documents are issued in other language than required, duly certified translation to
Lithuanian or English shall be provided. The conditions of tender in Lithuanian and English
languages are presented on the Central Public Procurement Portal and the official website of
Contracting Authority: http://www.lei.lt/main.php?m=276&k=1.
20. Supplier shall provide a price quotation in the form appended hereto as Annex 1. Supplier may
submit tender offer without reference to the sample form appended hereto as Annex 1 if
procurement information provided in his own tender form correspond to conditions of tender.
Tender offer shall be submitted in a sealed envelope. The envelope shall bear the name and
address of Contracting authority, the title of the tender, name and address of the supplier.
The envelope shall also bear the text ‚Do not open until 2011-01-14, 11:00 a.m.‘. If tender
offer is submitted in an unsealed envelope, it shall be returned to the supplier.
21. All pages of tender offer (together with annexes) shall be numbered and sewed together in
such a manner as it would be impossible to insert any new pages to a tender, pull out pages
or change them. The reverse side of the last page of a tender offer shall be signed by the
supplier‘s official representative and sealed (tender offer shall be sewed by thread, two ends
of which shall be stuck by the sticker on the reverse side of tender offer and sealed). Supplier
shall also indicate the number of pages comprising the tender offer.‘ In cases tender offer is
big in scope and consists of several parts the aforementioned requirement is applicable to
each procurement part.
22. Tender offer shall be comprised of the totality of the supplier‘s documents submitted in
writing:
22.1. A completed form of tender offer prepared in accordance with Annex 1 to the
conditions of tender or the form of equal content introduced by supplier;
22.2. documents evidencing compliance with the minimum qualification requirements
specified in the conditions of tender;
page 5 of 35
22.3. Supplier‘s Declaration of Honesty in the form appended hereto as Annex 2. When
the tender offer is submitted by a group of legal entities, the declaration shall be
completed and submitted by each member of the group;
22.4. Supplier‘s Declaration in the form appended hereto as Annex 3. When the tender
offer is submitted by a group of legal entities, the declaration shall be completed
and submitted by each member of the group;
22.5. a partnership agreement or a duly certified copy thereof, when tender offer is
submitted by a group of legal entities;
22.6. if the tender offer is signed by an authorized person, the tender must include the
original of authorization or an equivalent document proving that the person has a
right to represent the Supplier;
22.7. other information and/or documents requested in the conditions of tender.
23. Supplier shall submit only one tender offer – either as an individual tenderer or as a member
of a group of legal entities. If supplier submits more than one tender offer or as a member of
a group of legal entities participates in submitting a number of tender offers, all such tender
offers shall be rejected. It shall be deemed that supplier has submitted more than one tender
offer if it has been submitted both in writing and by means of Central Public Procurement
Portal.
24. Supplier shall submit a tender offer for the full scope of procurement objects specified in
procurement parts. Supplier shall indicate all subcontractors who will be attracted for the
fulfillment of contractual obligations. Supplier shall confirm that indication of the
subcontractor(-s) does not change supplier‘s responsibility (as a principal supplier) for the
performance of contract for supply of software.
25. Alternative tender offers are not acceptable. If supplier submits an alternative tender offer,
the latter as well as the original tender offer shall be rejected.
26. Tender offer shall be presented not later than 2011-01-14, 11:00 a.m. (local time of the
Republic of Lithuania). Tender offer shall be presented to contracting authority by post,
courier or handing it personally to: Breslaujos str. 3, LT-44403 Kaunas, Lithuania. If so
requested by supplier, Contracting Authority shall immediately issue a written confirmation
that the supplier‘s tender offer has been received, indicating the date and time of such
receipt.
27. Supplier shall indicate confidential information of the tender offer submitted. Contracting
Authority, the Public Procurement Commission (hereinafter the „Commission“), members and
experts of the Commission as well as other persons related to the procurement shall not
disclose confidential information provided by supplier. Supplier shall not indicate as
confidential information, which is public under the laws of the Republic of Lithuania.
28. The price of tender offer shall be presented in litas or euro according to the requirements
specified in Annex 1 hereto. The quantity of items, components of the price, technical
specifications, etc., indicated in Annex 1 hereto, shall be taken into account when calculating
price of tender. The price shall include all taxes and total expenses (package, insurance,
delivery and etc.) of supplier, necessary for due and complete fulfillment of the purchase
contract. Price of tender offer shall be rounded to the hundredth value (two decimal digits
after decimal point).
29. The tender offer is valid until the date indicated by the supplier. Tender offer shall be valid
no less than until 2011-04-14. If validity term is not indicated in tender offer, it shall be
presumed that the presented tender offer is valid for the term indicated in the conditions of
tender.
30. Contracting Authority may request the supplier to extend the deadline of tender offer until a
specified time limit.
31. Contracting Authority has the right to prolong the term for reception of tender offers. In such
cases Contracting Authority shall inform in writing all suppliers, who addressed Contracting
Authority with participation request and received procurement documents, about the new date
page 6 of 35
for reception of tender offers. Such new date shall also be officially reported pursuant to the
provisions of procurement law.
32. Supplier shall have the right to modify or recall his tender offer until the deadline of reception
of tender offers. Such modification or notification on the recalling of tender offer shall be
deemed valid if received by Contracting Authority in writing until the deadline for reception of
tender offers.
VI. SECURITY OF TENDER
33. Contracting Authority shall not demand security of tender offer.
VII. EXPLANATION AND CLARIFICATION OF TENDER CONDITIONS
34. The conditions of tender may be clarified and revised on the initiative of suppliers on written
request to the Contracting Authority. Request of clarification of the conditions of tender may
be submitted to Contracting Authority in writing not later than 6 days before the deadline for
the submission of tender offer. Suppliers should be active and pose questions or request to
clarify the conditions of tender as soon as they have analyzed its content, taking into account
the fact that after the deadline for the submission of tender offers, modifications of content of
tender offer shall not be acceptable.
35. Prior to the deadline for the submission of tender offer, Contracting Authority shall have the
right to clarify and revise the conditions of tender on its own initiative.
36. When replying to each supplier‘s written request for clarification of the conditions of tender,
submitted before the term indicated in paragraph 34 hereof, clarifying or revising the
conditions of tender on its own initiative, Contracting Authority shall announce clarifications
and revisions to all suppliers on the Central Public Procurement Portal (in necessity, send fax
or e-mail) at least 6 days before the deadline for submission of tender offers. Contracting
Authority shall reply to supplier‘s request for clarification of conditions of tender not later than
within 6 days from its receive date. When replying to supplier, contracting authority shall
simultaneously send clarifications to all tendering suppliers, however contracting authority
shall not identify supplier from whom the request originates. Contracting authority shall
announce all clarifications and revisions of conditions of tender on the Central Public
Procurement Portal.
37. When clarifying or revising conditions of tender, Contracting Authority shall ensure anonymity
of suppliers, i.e. Contracting Authority shall ensure that names and other requisites of other
tendering suppliers remain anonymous to the supplier from whom the request originates.
38. Contracting Authority will not arrange any meeting with suppliers regarding clarification of
conditions of tender.
39. Any information, clarifications of conditions of tender, notifications and other correspondence
between Contracting Authority and supplier, shall be sent to postal address, e-mail and fax
specified below. Contact persons of Contracting Authority:
 Head of Procurement Commission of Contracting Authority Viktar Khilman, Breslaujos
str. 3, LT-44403 Kaunas, tel.: +37037401823, fax.: +37037351271; e-mail:
viktar@mail.lei.lt;
 Project manager Beata Barauskaite, Breslaujos str.. 3, LT-44403 Kaunas, tel.:
+37037401845, fax.: +37037351271, e-mail: beata@mail.lei.lt.
40. When revising previously published information, Contracting Authority shall accordingly revise
the contract notice and, if necessary, extend the deadline for submission of tender offers for a
reasonable period of time enabling suppliers to take into account all the revisions made by
Contracting Authority. If Contracting Authority cannot provide clarifications/revisions to the
conditions of tender so that all tenderers receive it at least 6 days before the deadline for
submission of tender offers, it shall extend the deadline for submission of tender offers for a
period of time enabling suppliers to take into account all clarifications/revisions. Information
about the extension of period for submission of tender offers shall be issued by revision of
page 7 of 35
contract notice, announced on the Central Public Procurement Portal and shall be sent to all
potential suppliers.
VIII. PROCEDURE OF OPENING ENVELOPES WITH TENDER OFFERS
41. Envelopes with tender offers shall be opened at the following address: Lithuanian energy
institute, administrative building, minor session room, 202, Breslaujos str. 3, Kaunas.
Envelopes with tender offers shall be opened at the meeting of the Commission on 2011-0114, at 11:05 a.m.
42. All suppliers having submitted their tender offers or their authorized representatives, as well
as representatives of supervisory authorities of public procurement shall have right to
participate in the procedure of opening envelopes with tender offers. Envelopes shall be
opened even if suppliers having submitted their tender offers or their authorized
representatives do not take part in the meeting.
43. It is recommended to suppliers or their authorized representatives to have a signatory
authorization and tools for the removal of shortcomings of binding of tender offers discovered
by Commission, as suppliers shall be allowed to remove publicly shortcomings of binding or
formalizing of tender offers that could be removed during the meeting.
44. During the procedure of opening envelopes with tender offers, Commission shall announce to
suppliers or their authorized representatives taking part in the meeting, the name of supplier
having submitted tender offer, the price quoted in tender offer, information, whether the
submitted tender offer is stitched up properly, numbered and bears on the reverse side of the
last page the signature of supplier or its authorized representative, name, surname and
position of the authorized person and number of pages comprising tender offer. If tender offer
consists of several procurement parts, prices of each procurement part are announced during
the procedure of opening envelopes with tender offers. In the event of existing any
discrepancy between the tender offer price written in figures and the price written in words,
the latter (written in words) shall prevail. This information shall be also announced to the
tendering suppliers who have not took part in the meeting only if they have requested so in
writing.
45. Each supplier or his authorized representative attending the meeting of procedure of opening
envelopes with tender offers shall have the right personally to access publicly announced
information; however, by giving access to such information, Contracting Authority shall not
disclose confidential information contained in supplier‘s tender offer.
46. Commission shall proceed with the examination, evaluation, and comparison of tender offers
in the absence of suppliers or their authorized representatives.
IX. EXAMINATION OF TENDER OFFERS AND REASONS FOR REJECTION
47. Tender offers shall be examined and evaluated by Commission. Commission shall verify
compliance of qualification data provided in supplier‘s tender offer with the minimum
qualification requirements established in conditions of tender. If Commission establishes that
qualification data provided by supplier are incomplete or imprecise, Contracting Authority shall
request in writing that the supplier supplement or explain it data within a reasonable time
specified by Contracting Authority. In cases supplier fails to revise such imprecise or
incomplete data about its qualification when requested by Contracting Authority, the latter
shall reject his tender offer.
48. Commission shall decide on compliance of the qualification data of each supplier having
submitted his tender offer with minimum qualification requirements established in conditions
of tender and notify each supplier in writing of the results of verification. Only those suppliers,
whose qualification data meets requirements of Contracting Authority, shall be entitled to take
part in further procurement procedures.
49. If Commission has any queries regarding the contents of tender offers, at the written request
of Commission, suppliers shall present additional explanations to their tender offers, without
modifying essence of their tender offers.
page 8 of 35
50. If Commission discovers any error in price calculation it shall request suppliers in writing to
correct the arithmetic errors discovered in tender offer within specified period of time without
changing the price that has been announced during the procedure of opening envelopes with
tender offers. When correcting the specified arithmetic errors in tender offer supplier shall not
have the right to withdraw price components or supplement price with new components.
51. When the pricing of submitted tender offer is abnormally low, Commission shall request
supplier to furnish a written justification of abnormally low pricing, including a detailed
justification for constituent elements, price elements and calculation, within the period of time
specified by Commission. Contracting Authority shall assess the risk, whether supplier whose
tender offer is abnormally low will be able to fulfill purchase contract properly and ensure that
the potential for distortion of competition is not created. When evaluating, whether the pricing
of tender offer submitted by supplier is abnormally low, Contracting Authority shall follow
provisions of Article 40, paragraphs 2 and 3 of the Law on Public Procurement. Determination
of abnormally low tender offer is defined in the order of the Head of Public Procurement
Office, no. 1S-96, September 30, 2009 (official gazette ‘Valstybes zinios‘, 2009, No. 1195131). If supplier fails to provide justification of the price his tender offer shall be rejected.
Contracting Authority shall notify Public Procurement Office of the reasons of such rejection
and shall record it in the report on the procurement procedures.
52. Suppliers shall send revisions to their qualification data, explanations of contents of tender
offer, corrections of the arithmetic errors specified in tender offer and documents justifying
the abnormally low pricing by fax and e-mail specified in Clause 39 hereof, to the person
designated by Contracting Authority, authorized to maintain direct contact with suppliers.
53. Commission shall reject tender offer in cases:
53.1. supplier has not met the minimum qualification requirements;
53.2. supplier has presented incorrect or partial data about the qualification and has not
specified it at the request of contracting authority;
53.3. tender offer has not met the requirements of tender (technical specification of
software submitted by supplier has not met the requirements indicated in the
conditions of tender, etc.);
53.4. supplier has failed to correct arithmetic errors and/or explain tender offer within
the period of time specified by Contracting Authority;
53.5. all tender offers, has not been rejected for other reasons, offered to Contracting
Authority unacceptable and too high prices;
53.6. abnormally low tender (price) was presented and at the request of contracting
authority supplier has not explained in writing the composition of price or has not
explained the reason of abnormally low price in other way.
X. EVALUATION OF TENDERS
54. Price quotations indicated in tender offer will be evaluated in litas. If the price of tender offer
is indicated in euro, it will be converted into litas at the exchange rate between the litas and
euro established and published by the Bank if Lithuania on the last date of time period fixed
for submission of tender offers.
55. Tender offers that are not rejected by Contracting Authority shall be evaluated according to
the lowest price criteria.
XI. RANKING OF TENDERS
56. The Commission shall evaluate tender offers submitted by the suppliers and determine a
ranking thereof. Tender offers shall be ranked in the order of increasing prices. If identical
prices are quoted in a number of tender offers, supplier having registered its envelope with
tender offer earlier shall have the priority in the ranking of tender offers.
57. The information about ranking of tenders shall be immediately, not later than within 3 working
days send to all suppliers participating in tender. Supplier whose tender offers have not been
page 9 of 35
included in the ranking shall be notified of the reason for rejecting their tender offers together
with a notice of the ranking. In cases the tender offer has been submitted by only one
supplier the ranking shall not be determined.
XII. ORDER OF EXAMINATION OF PRETENSIONS AND CLAIMS
58. The supplier who believes that Contracting Authority has not complied with the requirements
of the Law on Public Procurement and thereby has violated or will violate his lawful interests,
pursuant to the section V of the Law on Public Procurement, shall have the right to apply to
District Court, as court of the first instance, for:
58.1. application of temporary security measures, including suspension of procurement
procedure or execution of decision of Contracting Authority;
58.2. nullification or reverse of decisions made by Contracting Authority which are not in
compliance with the requirements set out in the Law on Public Procurement;
58.3. recovery of damages;
58.4. purchase contract nullification;
58.5. application of alternative sanctions.
59. Supplier shall have the right to make a claim to Contracting Authority concerning its actions or
decisions before the conclusion of purchase contract. The claim shall be submitted to
Contracting Authority pursuant to the provisions of section V of the Law on Public
Procurement. The decision made by Contracting Authority on the supplier‘s claim, may be
appealed by supplier to the court pursuant to the provisions of section V of the Law on Public
Procurement.
60. Supplier has the right to make a claim or request to Contracting Authority, or bring a suit
(except the suit against the conclusion of purchase contract) within 15 days from the sending
of written notice to supplier about the decision made by Contracting Authority.
61. Supplier has the right to bring a suit against the validity of purchase contract within 6 months
from the conclusion of purchase contract.
62. Contracting Authority shall examine only the claims of suppliers that have been received
before the conclusion of purchase contract.
63. On the receipt of supplier‘s written claim, Contracting Authority shall suspend procurement
procedure until the claim is examined and a decision is taken. Contracting Authority shall not
conclude purchase contract prior to 15 days from sending a written notice about decision
taken to the supplier who submitted the claim and all the related tenderers.
64. Contracting Authority shall examine the claim submitted by supplier and make a reasoned
decision not later than 5 working days from the date of receipt of the claim. The notice about
the decision taken by Contracting Authority and ensuing changes of terms of procurement
procedure shall be sent in writing to the supplier who submitted the claim and to all related
tenderers not later than the following working day.
65. Supplier who has requested or brought a suit shall submit by fax, e-mail or handing it
personally immediately not later than within 3 working days to Contracting Authority a copy of
such request or action with evidences of the receipt of the court.
66. In cases the terms of procurement procedures have extended due to the request or actions of
supplier, Contracting Authority shall send a notice to all tenderers and indicate the reasons of
such extension of the term.
67. Contracting Authority shall immediately inform all related tenderers in writing of the court
decisions on the requests or actions of suppliers.
XIII. DECISION TO CONCLUDE A CONTRACT
68. Contracting Authority shall confirm the ranking of tenders and make a decision on the
successful tender only after the expiration of term of examination of claims, if such were
presented, however not later than 15 days from the date of informing suppliers about the
page 10 of 35
ranking of tenders. In cases the tender offer has been submitted by only one supplier the
aforementioned provision shall not be applicable.
69. The successful tender offer shall be selected according to the procedure established in the
Law on Public Procurement and the conditions of tender. Contracting Authority shall propose
to conclude a purchase contract to supplier whose tender offer has been decided as successful
according to the Law on Public Procurement. Contracting Authority shall send information
about conclusion of contract to all suppliers submitted their tender offers in 5 working days. If
it has been decided not to conclude the purchase contract, the reasons of such decision shall
be indicated in the aforementioned notice.
70. If Contracting Authority receives supplier‘s, whose tender offer has been rejected, written
request, it shall respond immediately, but not later than 15 days after receipt of request
indicating characteristics and the main relative superiorities of the successful proposal
(according to the evaluation criteria of tender offer), which have caused success, as well as
the name of the successful supplier.
71. Contracting Authority is not allowed to distribute information as it is prescribed in clause 70 of
conditions of tender if such disclosure conflicts with law, prejudices public interests, legal
commercial interests of suppliers or interferes a fair competition. Information which has been
indicated by supplier as confidential shall not be disclosed as well.
72. A winner of the open tender shall sign the purchase contract within the period of time
specified by Contracting Authority. The time for signing the purchase contract may be
determined in a separate written notice or may be indicated in the contract award notice.
73. If a successful supplier refuses the award of the contract in writing, or fails to come to sign
the purchase contract by the time specified, or his Supplier‘s Declaration of Honesty as
indicated at clause 22.3. of the conditions of tender is false, or refuses to conclude the
purchase contract on the terms and conditions set out herein, it shall be deemed that the
supplier has refused the award of the purchase contract. In that case Contracting Authority
shall offer to conclude purchase contract with the supplier whose tender offer in the approved
ranking of tender offers follows immediately the tender offer of supplier who refused the
contract award.
XIV. TERMS AND CONDITIONS OF CONTRACT
74. The purchase contract shall not be concluded before the expiration of period of time for
supplier‘s pretensions and complaints established by the Law on Public Procurement, except
cases when tender offer has been submitted only by one supplier.
75. The Commission shall offer the contract of procurement to the tenderer whose tender is
recognized as the successful tender based on the tender evaluation criteria specified in the
Law on Public Procurement.
76. The contract shall conform to the successful tender offer and the requirements of the tender
specified in the conditions of tender by the Commission.
77. When awarding the contract, the price given in the successful tender as well as the contract
terms and conditions specified in the contract documents shall not be altered, except
conditions, if altered, would not constitute a breach of the principles and objectives stipulated
in Article 3 of the Law on Public Procurement and provided that such alterations have been
authorized by the Public Procurement Office. Adjustments to the provisions of the contract
under the circumstances provided herein, shall not be deemed as alterations if such
circumstances are clearly and unequivocally defined and stated in the conditions of tender. In
cases the need for altered provisions of the purchase contract could not be foreseen when
preparing conditions of tender and/or at the time of concluding the purchase contract, the
contract parties may alter only inessential provisions of the contract.
78. The contract shall come into force on the day of its signing and shall be in force until the
fulfillment of all obligations of the parties by the contract.
page 11 of 35
79. The fulfillment of the contract shall be warranted by the penalty charges for late payment.
The applicable rate for such contractual penalty shall be 0.05% of the Contract Price for each
day of delay
80. Contract price:
80.1. Valuation of license, VAT and all other necessary taxes and expenditures of the
Supplier, which are related to the fulfillment of contractual obligations, are
included in the contract price;
80.2. Currency of payments done between the parties in the frameworks of the Contract
is Litas (LT) or Euro (EUR), as indicated in Supplier’s tender offer;
80.3. The prices effective within the contract validity period shall not be recalculated due
to gross price level changes. The prices could be adjusted with regard to increase
or decrease in Value Added Tax (hereinafter - VAT) rates regulated by law.
Changes in the amounts specified herein due to changes in VAT rates shall be
calculated starting with a net price without VAT and adding a new rate of VAT to a
price. Recalculation procedures shall be carried out following the publication of law
on the VAT of the Republic of Lithuania that causes changes in VAT rates in the
Official Journal ‘Valstybes zinios’ or any other journal of the day replacing the
Official one. Recalculated amounts shall come into force on a day when changes in
VAT rates enter into force under written agreement between the parties;
80.4. During the Contract period the pricing shall not be recalculated due to changes of
genera pricing level.
81. Place and terms of the delivery of goods: not later than within the term indicated in
technical specification of each part of procurement object, after the conclusion of the contract.
Place of delivery of the software: Lithuanian Energy Institute, Breslaujos str. 3, Kaunas.
Contact person – Head of Procurement Commission of Contracting Authority, office Phone
Number: (+370 37) 401 823, Mobile Phone Number: (+370 620) 35619; e-mail:
viktar@mail.lei.lt (Lithuanian Energy Institute, administrative building, room 405/1).
82. Payment terms and conditions: all payments under the Contract shall be paid not later
than within 60 days after the receipt of settlement documents (a signed Acceptance
Certificate, invoice), but not later than within 5 working days after the transfer of financial
benefit to the project’s bank account.
83. Contracting Authority has the right to terminate the contract unilaterally upon 14 days written
notice if Supplier fails to perform his functions or duties under the Contract or performs his
functions or duties not under the conditions of the contract.
84. The contract may be terminated by mutual written agreement of the parties.
85. If one of the parties does not perform or does not properly perform his contractual
obligations, the guilty party shall indemnify the other party in full for the damages resulting
from non-performance or improper performance of the contract.
86. All disputes or controversies arising between parties in connection with the contract shall be
resolved by negotiation. If the parties fail to agree during 10 days, disputes shall be resolved
in the court of the Contracting Authority domicile in the Republic of Lithuania, according to the
procedure prescribed by the laws of the Republic of Lithuania.
87. Following the conditions of tender Supplier provides the project of the purchase contract of
software application.
______________
page 12 of 35
Annex 1
to the Conditions of Open Tender
Recommended Form of Tender Offer
Emblem or trademark
(Title of the Supplier)
(Legal form, office, contact information of a legal entity, name of the register where data about the supplier is
accumulated and stored, code of a legal entity, value added tax payer code, when a legal person is a value added
tax payer)
Lithuanian Energy Institute
(Addressee)
TENDER OFFER
On the procurement of software applications
____________ No.______
(Date)
_____________
(Place)
Name of the Supplier / If a group of legal entities
is taking part, names of all participants are to be
entered/
Address of the Supplier /If a group of legal
entities is taking part, addresses of all participants
are to be entered/
Name, surname of a person in charge of tender
offer
Telephone number
Fax
E-mail
By this tender offer we hereby affirm that we agree with all conditions of tender, which are
presented in:
1) Tender announcement, published in the Official Journal of the European Union and official
gazette’s ‘Valstybes zinios’ supplement ‘Informaciniai pranesimai’;
2) Open procedure tender conditions;
3) Other procurement documents.
We propose the following software:
Procurement part No. 1:
Relap/Scadapsim or the equivalent
Type and
number of
licenses:
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
page 13 of 35
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 2:
a) Ansys CFX or the equivalent;
b) Solid Works Office Premium or
the equivalent;
c) Software package for hydraulic
calculations AFT (Fhantom,
Arrow, Titan) or the equivalent;
Type and
number of
licenses:
Functions of
software
applications:
d) GoldSim, or the equivalent;
e) Comsol 4.0, or FLAC3D, or the
equivalent
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 3:
ABAQUS or the equivalent
Type and
number of
licenses:
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
page 14 of 35
Procurement part No. 4:
Type and
number of
licenses:
RiskSpectrumPSA
with
relevant
software (R-DAT, RiskSpectrum Doc,
DiskSpectrum FMEA, ReliaSoft) or the Functions of
software
equivalent
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 5:
MATLAB or the equivalent
Type and
number of
licenses:
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 6:
PowerWorld software package with
additional modules or the equivalent
Type and
number of
licenses:
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
page 15 of 35
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 7:
Software package PPS (with modules:
E, Sincal) or the equivalent
Type and
number of
licenses:
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 8:
Type and
number of
licenses:
Software package MARKAL/TIMES
with additional software or the
Functions of
equivalent
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
Procurement part No. 9:
Type and
number of
licenses:
Software package ILOG CPLEX, or the
equivalent
Functions of
software
applications:
Total price of licenses and support (except
VAT)
21% VAT
page 16 of 35
Total price of licenses and support
(including VAT)
For fulfillment of contractual obligations we shall attract the following
__________________________________________________________________
subcontractors:
(indicate the name(-s) of subcontractor(-s))
The indication of the above mentioned subcontractor(-s) does not change our responsibility (as a
principal supplier) for the performance of contract for supply of software provided in this procurement
part.
All expenditures and taxes, as well VAT, are included in the price.
In cases the supplier is not a VAT payer pursuant to the provisions of law, supplier shall not
fill section 4 in and shall indicate the reasons why he is not a VAT payer.
All pages of tender offer and additional documents must be sewed
The offered software fully complies with the requirements presented in Technical specification
and its specification is as follows:
No.
Technical parameter
1
Significance of parameter
2
3
The following documents are submitted together with the tender offer:
No.
Title of the Submitted Document
Number of Pages of the
Documents
Tender offer is valid until the date indicated in the procurement documents.
(Official position)
(Signature)
(Name and surname)
page 17 of 35
Annex 2
to the Conditions of Open Tender
(title of supplier)
SUPPLIER’S (LEGAL PERSON’S, OTHER ORGANISATION’S OR ITS DIVISION’S) DECLARATION
OF HONESTY
(date, no.)
(place)
I,
,
(name and surname of the supplier or an authorized representative)
as the Chief Executive (an authorized representative) of
(title of supplier)
(hereinafter referred to as the “legal entity”) participating in public procurement procedures organized by the
Contracting Authority, do hereby declare that the legal entity I am in charge of or represent:
1. has not provided and has no intention to provide the members of the Public Procurement Commission,
experts, executive members of the Contracting Authority (the authorized entity), civil servants
(employees) or representatives of other suppliers with money and presents as well as has not
rendered and has no intention to render services or other reward under settled or unsettled conditions
in order to be awarded the tender;
2. does not participate in agreements violating principles indicated in Article 5 of the Law on Competition
of the Republic of Lithuania (official gazette “Valstybes zinios“, 1999, No. 30-856) and agreements
violating principles indicated in Article 3 of the Law on Public Procurement of the Republic of Lithuania
(official gazette “Valstybes zinios“, 1996, No. 84-2000; 2006, No. 4-102);
3. participates independently in the public procurement procedures and if one or several legal entities
related to the legal entity I am in charge of or represent according to Section 12 of Article 3 of the
Law on Competition of the Republic of Lithuania participate in the same public procurement
procedures and submit an independent proposal, they are to be considered as competitors of the legal
entity I am in charge of or represent;
4. following the request of the Contracting Authority, shall submit a list of legal entities which the legal
entity I am in charge of or represent relates to according to Section 12 of Article 3 of the Law on
Competition of the Republic of Lithuania within the time limit allowed by the Contracting Authority.
I am aware that, in case my declaration contains false information, the legal entity I am in charge of or
represent shall be subject to the provision of prevailing laws.
(official position)
(signature)
(Name, Surname)
Official seal
18 iš 35
Annex 3
to the Conditions of Open Tender
(Sample form of the Supplier‘s declaration)
Emblem or trademark
(Title of the Supplier)
(Legal form, office, contact information of a legal entity, name of the register where data about the supplier is
accumulated and stored, code of a legal entity, value added tax payer code, when a legal person is a value
added tax payer)
__________________________
(Addressee (contracting authority))
SUPPLIER‘S DECLARATION
_____________ No.______
(Date)
_____________
(place)
1. I, ______________________________________________________________ ,
(name of the position occupied, name and surname of the supplier or an authorized representative)
do hereby confirm that the legal entity I am in charge of (represent):________________________ ,
(title of supplier)
participating in ______________________________________________________________
(name of the procurement object, procurement code, type of procedure)
organised by _________________________________________________________________
(title of contracting authority)
___________________________________________________________________________ ,
announced in_____________________________________________________________________ ,
(title of the publication having issued announcement on procurement, date and no.)
has not signed a peace agreement with creditors, suspended or limited its operations, is not seeking for
compulsory liquidation procedure or for arrangement with creditors, also has not done any serious
professional violation (violation of competition, labour, occupational safety and health, environment
protection laws) for which an administrative penalty is imposed on the supplier (natural person) or an
economic sanction is imposed on the supplier (legal person), provided in the laws of the Republic of
Lithuania and less than one year has elapsed since the sanction was imposed or less than three years have
elapsed since an economic sanction was imposed on the supplier who is a legal person for the violation of
Article 5 of the Law on Competition of the Republic of Lithuania.
2. I am aware that, in case this declaration is false, pursuant to the provisions of Article 39, section
2, paragraph 1 of the Law on Procurement of the Republic of Lithuania ((official gazette ‘Valstybės žinios’,
1996, No. 84-2000; 2006, No. 4-102; 2008, No. 81-3179) the proposal submitted by the supplier shall be
rejected.
3. The supplier is liable for the correctness of information provided in the declaration.
4. If a group of economic entities is taking part in the public procurement, each economic entity
shall fill in the declaration.
(official position)
(signature)
(name and surname)
Official seal
19 iš 35
Annex 4
to the Conditions of Open Tender
Technical specification
TECHNICAL SPECIFICATION OF SOFTWARE APPLICATIONS
Procurement part No. 1
Title
Relap/Scadapsim
or the equivalent
Description of goods and requirements
1. Purpose:
Computer system code for the analysis of processes in light water reactors
pressurized and boiling reactors. Computer code should have ability to be used for
both design basis and beyond basis design accident conditions, including severe
accidents.
Main requirements:
Program code should be a system code – must calculate:






the overall system response including the transport of materials through the
system,
control system behavior,
reactor kinetics,
heat transfer between the system structures and the fluids,
trip logic,
special component models (pumps, turbines, etc.).
The thermal-hydraulic models should utilize a multi-dimensional, two-fluid, nonequilibrium approach to describe the material transport including the effects of single
phase and two phase heat transfer including such effects: effects of non-condensable
gases for convective heat transfer, effects of absorption by fluids for radiative heat
transfer.
Description of hydrodynamics also should have possibility to evaluate arbitrary
number of volumes, junctions, and surfaces; multiple-dimensional nodalization using
cross-flow; time dependent flow areas, volumes, and flow resistances.
Radiation heat transfer between the structures and the fluid should be described
using detailed network models. Heat conduction within the structures must be
described using 1D/2D models. The models also should describe the transport of
aerosols, fission products, hydrogen, air, nitrogen, and other non-condensable gases.
Program code should be a mechanistic code – must model the severe accident
phenomena in reactor core and lower plenum: must calculate the heatup and damage
progression in the core and surrounding structures. The used models should describe
the heating, deformation, oxidation, and melting of fuel rods, control rods/blades,
and other representative vessel structures and formation, heating, and melting of
debris.
Requirements for computer environment:
Program code should have possibility to run calculation on a variety of UNIX
workstations and mainframe computers (to the PC under the WINDOWS and LINUX
(or the equivalent) operating systems).
20 iš 35
Requirements for graphical interface:
Program code must incorporate advanced graphical user interfaces, which helps to
control the calculations during real time simulations, and analyze the results of the
calculations.
Requirements for computer code validation:
The validation of code must be provided over a wide range of conditions through a
number of international programs.
Specific requirements:
1. Program code must have integrated uncertainty and sensitivity analysis
package or additional harmonized uncertainty and sensitivity analysis
package.
2. Should be possibility to organize specific training for at least one
computer code users, especially for usage of integrated uncertainty
analysis model.
3. Licensee fees should include payment for at least one user course
4. Should also be support from computer code developers for answers to
specific questions related to development of models etc.
Type and number of licenses: 1 standard license.
Procurement part No. 2
a) Ansys CFX or
the equivalent
3D CFD (three-dimensional computational fluid dynamics) simulation code with:






Turbulence models:
 RANS models (k-ε, k-ω, SST);

Reynolds-Stress model;

Large Eddy Simulation model.
Free surface flow model of two discrete phases with mass transfer between
phases;
Multiphase Eulerian model (with extensive options) to simulate the exchange of
momentum, energy and mass, including numerous drag force models as well as
robust models for phase change due to condensation and boiling;
Multiphase MUSIG (multiple size of group) model;
Heat transfer model solving heat exchange in and between fluids;
Specifically designed geometry and mesh creation software.
Requirements for computer environment:

Software package must have possibility to launch calculation in UNIX work
stations and in personal computers (with OS Windows and Linux or the
equivalent operating systems);
 Possibility to perform parallel calculations enabling to increase calculation speed
using multiprocessor computers and multiprocessor calculating machines.
Type and number of licenses:
1 CFD permanent license,
42 HPC permanent parallel processing licenses.
Annual technical service, maintenance and updates.
b) Solid Works
Software application shall include:
21 iš 35
Office Premium or
the equivalent























Part & assembly modeling and 2D drawings;
DWG data editing;
Part validation;
Manufacturability checking;
Design automation;
Realistic viewing of 3D models;
Online parts directory;
Review and markup tool (eDrawings Professional);
Design comparison;
Parts library;
Feature recognition;
Photorealistic rendering;
Task Scheduling;
Web publishing;
Drawing checking;
Workgroup PDM;
Motion simulation;
Design validation:
– Frequency & Buckling analysis;
– Thermal analysis;
– Fatigue analysis;
– Drop Test;
– Pressure Vessel Design;
– Forced Loading analysis;
– Non-Linear analysis;
– Plastic Parts analysis.
Routing;
*NEW*CircuitWorks;
Tolerance stack-up analysis;
Importing 3D scanned data;
Translation to FEM software's:
– ABAQUS (INP) or equivalent;
– ANSYS (ANS Prep 7 file) or equivalent;
– Neutral format.
At least 1 week duration training course for introduction of products for not less than
5 persons shall be included.
Type and number of licenses: 1 network license
c) Software
package for
hydraulic
calculations AFT
(Fhantom, Arrow,
Titan) or the
equivalent
Technical specification of piping systems modeling and analysis software
Software for modeling and optimization of gas or liquid piping systems must satisfy
following minimal requirements:
1. The software should be fast, reliable and stable, solve big scope tasks, the
results should be precise;
2. The software should provide possibility of modeling of various piping systems
(gaseous or liquid systems, including heat supply systems), possibility to
optimize piping system design, to analyze piping system functioning, etc.;
3. The software or its modules should include built-in libraries of fluids and
fittings, allow variable model configurations, pump and control valve
parameters, etc.;
4. The software or its modules should provide capabilities to model dynamic
system behavior, to calculate investments and costs of pipes and
22 iš 35
components;
5. The software or its modules should provide capabilities to analyze and
optimize various piping system configurations and its operation scenarios.
Possibility to change the type objective functions;
6. The software supplier/producer should provide support, upgrades and
maintenance of the software;
7. The software should operate in Windows XP, Windows Vista, Windows 7 (or
equivalent) operating systems.
8. The software should allow making graphical representation of the modelled
piping system in 2D or 3D space.
9. Data input and output in various formats.
Type and number of licenses: 2 standard licenses for 1year.
d) GoldSim, or the
equivalent
A flexible software tool that allows probabilistic simulation of the release, transport
and fate of mass (e.g., contaminants) within complex engineered and/or natural
environmental systems. Key Features:








highly user-friendly graphical interface based program for carrying out
dynamic, probabilistic simulations to support management and decisionmaking in engineering and science;
possibility to model complex processes such as decay and in growth of
reaction/decay products, solubility constraints, sorption onto porous media,
release from engineered barriers, advective/diffusive transport, and transport
of contaminants on particulates;
allows decay chains (daughter products) to be simulated (one species can be
specified to transform into another);
must include tool to simulate engineered barriers, to automate generation of
large cell networks, to facilitate simulation of transport in complex fractured
rock networks;
must include tool to simulate discrete events and interaction with
continuously varying system;
must include tool to perform probabilistic (Monte-Carlo) simulations
(uncertainty in processes and parameters to be represented by specifying
model inputs as probability distributions);
must include tools for uncertainty and sensitivity analysis;
tutorials and technical supporting documentations.
Applications:

evaluation of the performance of existing or proposed landfills, hazardous
waste sites and engineered disposal facilities;
 simulation of the release and transport of radioactive constituents from
disposal sites;
 investigation of
the transport and fate of contaminants (or natural
components) in aquifers, wetlands, lakes and other complex ecosystems.
Type and number of licenses: 1 network license.
e) Comsol 4.0, or
FLAC3D, or the
A computer code designed to evaluate coupled THMC (thermo-hydro-mechanicalchemical) processes under multi-phase flow conditions, and their influence on
23 iš 35
equivalent
groundwater (radionuclides/gas) migration in geotechnical environment.
Main features of computer code:
1. Analysis of mechanical and chemical degradation of rock and soil around
nuclear waste repositories;
2. Calculates
coupled
thermo-hydrological-mechanical-chemical
(THMC)
responses of geological media and their influence on groundwater
(radionuclides/gas) migration;
3. Multi-phase fluid flow in geological structures;
4. Ability to describe physical and chemical properties of the geological medium;
5. Ability to adjust the equations describing physical and chemical processes;
6. Ability to create regular and irregular shaped grids and adapt them to
complex two-dimensional and three-dimensional models;
7. Parallel computing (particularly complex models address to a number of
computers at the same time);
8. User friendly interface.
Type and number of licenses: 1 network license with 2 users.
Procurement part No. 3
ABAQUS or the
equivalent
Software package shall consist of:





Standard general purpose finite elements analysis using implicit
integration scheme (traditional);
Special purpose finite elements analysis using explicit integration scheme
for solution of unequal systems with compound interconnections at
transitional loads.
Computer engineering software designated for mechanism designing and
modeling (advanced processing) and visualization of finite elements
analysis results.
Geometry transfer from SolidWorks by interface. It should allow software
users to import selected components or the entire unit from Solidworks
(or the equivalent) format.
Maintenance, updates and support.
Software package shall operate in Suse Linux Enterprise 11 x86 64bit .
Type and number of license: 1 network license, for 1 user.
Installation of software package shall assure parallel work at least with 6 processors.
Software application part of standard general purpose finite elements
analysis shall include:
General, Linear, and Nonlinear Analyses
 Static stress/displacement;
 Direct cyclic;
 Low-cycle fatigue;
 Viscoelastic/viscoplastic response;
 Dynamic stress/displacement;
 Steady-state transport;
 Heat transfer (transient and steady-state);
24 iš 35



Mass diffusion (transient and steady-state);
Acoustics;
Multiphysics:
o Thermo-mechanical;
o Thermo-electrical;
o Piezoelectric;
o Pore fluid flow-mechanical;
o Shock and structural-acoustic.
Linear Perturbation Analyses
 Static stress/displacement:
o Linear static;
o Eigenvalue buckling.
 Dynamic stress/displacement:
o Natural frequency extraction;
o Complex eigenvalue extraction;
o Steady-state dynamics (direct and -- mode-based);
o Transient modal dynamics;
o Response spectrum;
o Random response.
Analysis and Modeling Techniques
 Import;
 Restart;
 Substructuring;
 Submodeling;
 Material removal and addition;
 Mesh-to-mesh solution mapping;
 Adaptive remeshing;
 Fracture mechanics (including VCCT);
 Symmetric model generation and results transfer;
 Cyclic symmetry;
 Inertia relief;
 Nonstructural mass;
 Direct matrix input;
 Cosimulation;
 Automatic resolution of overconstraints;
 Data parameterization and parametric studies;
 Automatic perturbation of geometry;
 Local degrees of freedom;
 Hydrostatic fluid cavities;
 Annealing;
 Reinforcements;
 Embedded elements;
 Elastic formulation;
 Meshed beam cross-sections;
 Rigid, display, and isothermal bodies.
Solution Techniques
 Parallel execution on both shared memory and distributed memory
parallel (cluster) systems;
 Parallel direct sparse solver with dynamic load balancing;
 Parallel iterative solver;
 Parallel Lanczos eigenvalue solution;
 Parallel element operations;
 Multiple load cases;
 Full Newton and quasi-Newton methods.
Material Definitions
Elastic Mechanical Properties
 Linear elasticity;
 Orthotropic and anisotropic linear elasticity;
 Porous elasticity;
 Hypoelasticity;
25 iš 35
 Hyperelasticity (including permanent set);
 Anisotropic hyperelasticity;
 Elastomeric foam;
 Mullins effect;
 Viscoelasticity;
 Hysteresis.
Inelastic Mechanical Properties
 Metal plasticity:
o Isotropic and anisotropic yield criteria;
o Isotropic, kinematic, and ORNL hardening;
o Porous metal plasticity;
o Cast iron;
o Two-layer viscoplasticity;
o Creep;
o Volumetric swelling;
o Deformation plasticity.
 Extended Drucker-Prager plasticity;
 Capped Drucker-Prager plasticity;
 Cam-Clay plasticity;
 Mohr-Coulomb plasticity;
 Crushable foam plasticity;
 Jointed materials;
 Concrete;
 Progressive damage and failure:
o Ductile;
o Shear;
o Forming limit diagram (FLD);
o Forming limit stress diagram (FLSD);
o Müschenborn-Sonne forming limit diagram (MSFLD);
o Hashin unidirectional composite.
Additional Material Properties
 Density;
 Material damping;
 Thermal expansion;
 Thermal and electrical conductivity;
 Specific heat;
 Latent heat;
 Damage and failure for fiber-reinforced composites;
 Piezoelectric properties;
 Acoustic medium properties:
o Bulk modulus;
o Volumetric drag.
 Porous acoustic medium:
o Delany-Bazley;
o Miki.
 Hydrostatic fluid properties:
o Hydraulic fluids;
o Pneumatic fluids.
 Mass diffusion properties:
o Diffusivity;
o Solubility.
 Pore fluid flow properties:
o Permeability;
o Porous bulk module;
o Absorption/exsorption;
o Swelling gel;
o Moisture swelling.
 User materials.
Software application part of special purpose finite elements analysis shall
26 iš 35
include:
Analysis Types
 Nonlinear dynamic stress/displacement;
 Acoustics;
 Adiabatic stress;
 Coupled Eulerian-Lagrangian;
 Coupled field:
o Thermo-mechanical;
o Shock and acoustic.
Material definitions
Elastic Mechanical Properties
 Linear elasticity;
 Orthotropic and anisotropic linear elasticity;
 Hyperelasticity (including permanent set);
 Anisotropic foam;
 Low-density foam;
 Fabric;
 Mullins effect;
 Time-domain viscoelasticity;
 Equation of state.
Inelastic Mechanical Properties
 Metal plasticity:
o Isotropic and anisotropic yield;
o Isotropic and kinematic hardening;
o Rate-dependent yield;
o Porous metal plasticity;
o Annealing or melting;
o Johnson-Cook plasticity;
o Cast iron;
o Double layer viscoplasticity;
o Creep;
o Volume increase from external influence;
o Plastic deformations.
 Progressive damage and failure:
o Ductile;
o Shear;
o Forming limit diagram (FLD);
o Forming limit stress diagram (FLSD);
o Müschenborn-Sonne forming limit diagram (MSFLD);
o Marciniak-Kuczynski (M-K) criteria;
o Hashin unidirectional composite.
 Extended Drucker-Prager plasticity;
 Modified Drucker-Prager/Cap plasticity;
 Cam-Clay plasticity;
 Mohr-Coulomb plasticity;
 Crushable foam plasticity;
 Concrete:
o Brittle cracking;
o Damaged plasticity.
Additional Material Properties
 Density;
 Material damping;
 Thermal expansion;
 Heat transfer properties:
o Thermal conductivity;
o Specific heat;
o Latent heat.
 Acoustic medium properties:
27 iš 35
o Bulk modulus;
o Volumetric drag;
o Cavitation limit.
 Hydrostatic fluid properties:
o Hydraulic fluids;
o Pneumatic fluids.
 Viscous shear behavior for fluids;
 User materials.
Maintenance, enhancement and support:
Maintenance, enhancement and support for one year and should cover the following
products:
 Standard general purpose finite elements analysis package;
 Special purpose finite elements analysis package;
 Mechanism designing and modeling (advanced processing) and
visualization of finite elements analysis results package;
 Geometry transfer from SolidWorks interface package.
Procurement part No. 4
RiskSpectrumPSA
with relevant
software (R-DAT,
RiskSpectrum Doc,
DiskSpectrum
FMEA, ReliaSoft)
or the equivalent
The set of software applications is necessary for performance of probability safety
analysis and to quantitatively evaluate the risk for reactor core damage of nuclear
power plant (decommissioned or new), as well as the risk for abundant and rapid
radioactive substance emission. The package will also be used to analyze and assess
reliability and safety of complex and potentially hazard objects.
Software package shall include:








Fault Tree and Event Tree (editing and analyzing) tools;
All data are stored in a relational database, which makes it easy to browse, find
relations and update - data is never repeated but only stored in one place;
a system for storing information about each records status - edit, review and
approve status;
probabilistic risk/safety assessment tool that includes all features needed for
developing, managing and maintaining a living of such assessment;
aiming to carry out Failure Mode and Effect Analysis;
program with special interface, that enables to perform reliability parameters
update using Bayesian techniques, when the results and updates from these
tools can automatically be imported into the probabilistic risk/safety
assessment model;
program that facilitates documentation and reporting related to the
probabilistic risk/safety assessment;
software compilation (with designated separate license - Golden License
Subscription), used for estimation of input parameters of default probabilistic
risk/safety assessment software package when using specialized reliability
assessment methods, life testing data analysis, physic and numeric experiment
planning, accelerated test analysis, system reliability and safety analysis and
substantiation of system control exploitation program can be performed.
Software application shall include:

License agreement (non-terminated, including all software applications) for 1
copy;

Modeling and service agreement including 5 days knowledge transfer, including
training and consultations;

Agreement for 1 basic training course at least 4 days for at least 10
participants;

Agreement for 1 advanced training course at least 3 days for at least 10
participants;

Agreement for least 3 days long advanced training course (Failure Mode and
28 iš 35
Effect Analysis and reliability update) for at least 10 participants;

Updates should be available once a year. Support should be handled through
e-mail;

The support agreement should include the right to a "Hot line"-support, either
by e-mail, telephone or fax, in questions regarding the use software.
Customers holding a support agreement should have free access to continuing future
updates of the application.
Type and number of licenses: 1 standard license agreement 1 year for 1 user and
additional support agreement for at least 3 years.
Procurement part No. 5
MATLAB or the
equivalent
Universal mathematical software package is required due to the part of its specialized
mathematical modeling toolboxes. It is relevant to scientific research due to its
extensive library of specialized tools for formation of various mathematical models
and their analytical analysis. Separate parts of this package are used for verification
and validation of imitation models of complicated energy systems.
Specification of required products in the package:
1. 5 pcs. Basic software for high-level technical computing containing an interactive
environment for algorithm development, data visualization, data analysis, and
numeric computation. Software provides features for documenting and sharing
your work, and it must be possible to integrate your code with other languages
and applications, and distribute your algorithms and applications. Product
support: High-level language for technical computing; Development environment
for managing code, files, and data ; Interactive tools for iterative exploration,
design, and problem solving; Mathematical functions for linear algebra, statistics,
Fourier analysis, filtering, optimization, and numerical integration; 2-D and 3-D
graphics functions for visualizing data; Tools for building custom graphical user
interfaces; Functions for integrating algorithms with external applications and
languages, such as C, C++, Fortran, Java, COM, and Microsoft Excel; MATLAB
language support;
2. 2 pcs. Main environment for multidomain simulation for dynamic and embedded
systems. Tool provides an interactive graphical environment and a customizable
set of block libraries that let you design, simulate, implement, and test a variety
of time-varying systems, with tools that let you develop algorithms, analyze and
visualize simulations, create batch processing scripts, customize the modeling
environment, and define signal, parameter, and test data. Environment shall also
enable to perform model segmentation to the separate components and ensure
interaction with the basic software;
3. 1 pc. Product that enables to share the program created with the basic software
as with the executive module or connected library. Library and executive modules
created by this product, shall use free compiler of the basic software, without any
additional costs;
4. 2 pcs. Software, which provides tools for systematically analyzing, designing, and
tuning linear control systems. It enables specify a linear model of your system,
plot its time and frequency responses to understand how the system behaves,
tune the controller parameters using automated and interactive techniques, and
verify performance requirements, such as rise time and gain/phase margins.
Workflow-based graphical user interfaces (GUIs) guide you through each step of
the analysis and design process;
5. 1 pc. Product, which enables to exchange data between basic software and any
ODBC/JDBC-compliant database. With tools within the toolbox, you can query
stored data without needing to know or learn SQL. This gives you the ability to
access, analyze, and store your data quickly and easily from within the basic
software;
6. 1 pc. Product, which lets you add graphical instrumentation to models created in
the basic dynamic system modeling environment. You can create realistic-looking
displays that are customized for your model and visually representative of the
29 iš 35
environment that you are modeling;
7. 1 pc. Software, which extends the basic software with tools for designing,
implementing, visualizing, and simulating neural networks. Neural networks are
invaluable for applications where formal analysis would be difficult or impossible,
such as pattern recognition and nonlinear system identification and control.
Neural Network Toolbox software provides comprehensive support for many
proven network paradigms, as well as graphical user interfaces (GUIs) that
enable you to design and manage your networks. The modular, open, and
extensible design of the toolbox simplifies the creation of customized functions
and networks;
8. 1 pc. Tool, which connects Excel® spreadsheet software with the basic software,
enabling you to access the software workspace environment from an Excel
spreadsheet. With this application, you can exchange data with Excel, taking
advantage of the familiar Excel interface while accessing the computational speed
and visualization capabilities of the software;
9. 1 pc. Product, which extends the technical computing environment of the basic
software with tools for designing systems based on fuzzy logic. Graphical user
interfaces (GUIs) guide you through the steps of fuzzy inference system design.
Functions are provided for many common fuzzy logic methods, including fuzzy
clustering and adaptive neurofuzzy learning;
10. 1 pc. Tool, which provides methods that search for global solutions to problems
that contain multiple maxima or minima. It includes global search, multistart,
pattern search, genetic algorithm, and simulated annealing solvers. You can use
these solvers to solve optimization problems where the objective or constraint
function is continuous, discontinuous, stochastic, does not possess derivatives, or
includes simulations or black-box functions with undefined values for some
parameter settings. Genetic algorithm and pattern search solvers support
algorithmic customization;
11. 1 pc. Software, which lets you construct mathematical models of dynamic
systems from measured input-output data. This data-driven approach helps you
describe systems that are not easily modeled from first principles or
specifications, such as chemical processes and engine dynamics. It also helps you
simplify detailed first-principle models, such as finite-element models of
structures and flight dynamics models, by fitting simpler models to their
simulated responses;
12. 2 pcs. Product, which automatically documents tasks that you perform in the
basic software, such as analyzing and visualizing data and developing algorithms.
It enables you to run basic software code and capture the graphics and data as
they are produced. You can use the prebuilt templates or create a template that
incorporates your own styles and standards;
13. 1 pc. Tool, which provides widely used algorithms for standard and large-scale
optimization. These algorithms solve constrained and unconstrained continuous
and discrete problems. The toolbox includes functions for linear programming,
quadratic programming, binary integer programming, nonlinear optimization,
nonlinear least squares, systems of nonlinear equations, and multi objective
optimization. You can use them to find optimal solutions, perform tradeoff
analyses, balance multiple design alternatives, and incorporate optimization
methods into algorithms and models;
14. 2 pcs. Product, which extends basic software options with tools for modeling and
simulating the generation, transmission, distribution, and consumption of
electrical power. It provides models of many components used in these systems,
including three-phase machines, electric drives, and libraries of applicationspecific models such as wind-power generation. Harmonic analysis, calculation of
Total Harmonic Distortion (THD), load flow, and other key power system analyses
are automated. Models can be discretized to speed up simulations;
15. 1 pc. A discrete-event simulation software that enables simulation of processes,
such as mission plans or a manufacturing processes to determine resource
requirements or identify bottlenecks. You can also use discrete-event simulation
software to model the transactions between components in a system
architecture. You can use the architecture model to analyze performance
characteristics such as end-to-end latencies, throughput, and packet loss.
30 iš 35
16.
17.
18.
19.
20.
Libraries of predefined blocks, such as queues, servers, and switches, enable you
to represent the components in your process flow diagram or system
architecture. You can accurately represent your system by customizing operations
such as routing, processing delays, and prioritization;
1 pc. Product, which extends basic dynamic modeling environment with a design
environment for developing state charts and flow diagrams. Stateflow software
provides the language elements required to describe complex logic in a natural,
readable, and understandable form. It is tightly integrated with basic software
and dynamic modeling environment and other supportive tools, providing an
efficient environment for designing embedded systems that contain control,
supervisory, and mode logic;
1 pc. Software, which provides tools for solving and manipulating symbolic math
expressions and performing variable-precision arithmetic. The toolbox contains
hundreds of basic software symbolic functions that influence tasks such as
differentiation, integration, simplification, transforms, and equation solving;
1 pc. Product, which is a collection of algorithms for data fitting, interpolation,
extrapolation, and visualization. It includes a graphical user interface for creating,
visualizing, and manipulating splines. Additional functions enable you to evaluate,
plot, combine, differentiate, and integrate splines;
1 pc. Software, which can automatically create documentation for models created
in dynamic modeling environment implementing a program which is intended for
modeling of condition and flow diagrams. It should allow performing
documentation of software requirements and design specifications, as well as
produce reports from models, all in a standard format. It also should allow to
create Web views that are interactive renditions of models viewable in a Web
browser. The navigation in the Web views should be in the same way as it is
performed in software models. Possibility to share Web views with other users,
who do not have software installed. The software facilitates information exchange
and helps keep documentation and specifications up to date with own design. It
should be closely integrated with the software, providing a single reportgeneration environment;
1 pc. Product, which provides a comprehensive set of tools to assess and
understand data. It includes functions and interactive tools for modeling data,
analyzing historical trends, simulating systems, developing statistical algorithms,
and learning and teaching statistics. It supports a wide range of tasks, from
calculating basic descriptive statistics to develop-ing and visualizing
multidimensional nonlinear models. It offers a rich set of statistical plot types and
interactive graphics, such as polynomial fitting and response surface modeling. All
functions are written in the open basic software programming language so that
you can inspect the algorithms, modify the source code, and create your own
custom functions.
Software application shall include:

Licensee of software package for each product should also include the First
Year Maintenance Service and one year (12 months) extra Renewal Period
(technical support/maintenance).

Services in relation to the software package should also include training credits
(PrePaid Training) or Onsite Training (4 days class) for 2-5 attendees.

The prepaid Jumpstart specialized training services, that enables to master the
basic software application in practice (for the main software – 3 days, – and for
its parts, modeling energy systems - 2 days) must also be included in the
software package.
License agreement for 5 users.
Procurement part No. 6
31 iš 35
PowerWorld
software package
with additional
modules of the
equivalent
Software package, intended for analysis of working modes of electric energy
system, shall perform the following functions:
1. calculation of static electrical energy system working regime;
2. optimization of power streams;
3. calculation of short circuits;
4. allow to integrate models with GIS systems (for presentation of visual data);
5. allow to introduce changes of working modes over time.
Software application shall have standard tools for the option upgrade by using high
level programming languages (Delfi, C++, Matlab or equivalent).
Type and number of licenses: 1 standard license
Procurement part No. 7
Software package
PPS (with
modules: E,
Sincal) or the
equivalent
Software package, intended for analysis of working modes of electric energy
system, shall perform the following functions:
1. calculation of power streams and voltage, assessing working modes of static
electrical energy system;
2. optimization of power streams;
3. calculation of short circuits;
4. calculation of reliability of electrical wires;
5. calculation of static and dynamic stability.
Software application shall allow to choose required calculation algorithm considering
working mode of the system and data amount.
Type and number of licenses: 1 standard license
Procurement part No. 8
Software package
MARKAL/TIMES
with additional
software or the
equivalent
Software package, intended for energy technology analysis, must include:
1. generator of models (scenarios) (MARKAL or TIMES or the equivalent);
2. data processor (ANSWER or VEDA-FE or the equivalent);
3. model solver (programming language GAMS+solvers GUROBI, CPLEX/XPRESS);
4. a shell, which allows to output results of mathematical solver GAMS (ANSWER,
VEDA –BE).
Type and number of licenses: local workgroup for up to 5 users.
Procurement part No. 9
Software package
ILOG CPLEX, or
the equivalent
The software for optimization of very large mathematical tasks must satisfy the
following minimal requirements:
1. The optimization software must be fully compatible with modeling tool
MESSAGE (Model for Energy Supply Strategy Alternatives and their General
Environmental Impacts) distributed by the International Atomic Energy
Agency and used at the Lithuanian Energy institute and with The General
Algebraic Modeling System (GAMS);
2. The optimization software should be capable to optimize very large
mathematical problems very fast, the optimization software should operate
reliably and stable;
3. The optimization software should solve problems with millions of constraints
and variables;
4. The optimization software should provide flexible, high-performance
optimizers for solving linear programming and mixed integer programming
32 iš 35
problems;
5. The optimization software should be capable to utilize more than 2GB of
random-access memory;
6. The optimization software supplier/producer should provide support,
upgrades and maintenance of the software (at least for one year period);
7. The optimization software should run on Windows XP, Windows Vista,
Windows 7 (or equivalent) operating systems (32 and 64 bits) as well as
support few processors/cores.
Type and quantity of licenses: 10 licenses for 3 years
33 iš 35
Annex 5
to the Conditions of Open Tender
CHECKLIST OF SUBSTANTIATING DOCUMENTS FOR SUPPLIER
(checklist for own use of the Supplier)
No.
Description of the document
1.
A completed and signed form of tender offer
(Annex No. 1)
An extract from court decision or a document
issued by the IT and Communications
Department under the Ministry of the Interior
or the State Enterprise Centre of Registers in
the procedure prescribed by the Government
of the Republic of Lithuania, or a document
of a relevant foreign authority
A document issued by the State Enterprise
Centre of Registers or a relevant foreign
authority
The document issued by tax authority or by the
State Enterprise Centre of Registers or a
relevant foreign authority
The document issued by social security
authority or by the State Enterprise Centre of
Registers or a relevant foreign authority
Confirmed (signed and sealed by the head)
copy of registration certificate of supplier’s
organization (enterprise or establishment) and
excerpt from statute (charter or regulation), or
other documents, evidencing the right of the
supplier to perform corresponding activity or a
document of a relevant foreign authority
Financial profit (loss) reports’ confirmed
copies of supplier’s company (enterprise or
entity) for the last 3 financial years (if
supplier performs activity for less than 3
years – the reports shall be presented from
the date of the commencement of activities
in the field related to the procurement).
The list of successfully completed contracts
indicating contractor, software provided, total
value of the contract, date of signature and
accomplishment of the contract.
Certificate of the manufacturer or official
distributor authorized by the manufacturer of
the software offered, proving that the supplier
has the right to sell the aforementioned
software.
Supplier‘s Declaration of Honesty (Annex No. 2)
Supplier‘s Declaration (Annex No. 3)
A partnership agreement or a duly certified
copy thereof, when tender offer is submitted by
a group of legal entities
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Article of
conditions of
tender
Prepared
Enclosed
to tender
offer
22.1.
10.1 (22.2.)
10.2 (22.2.)
10.3 (22.2.)
10.4 (22.2.)
10.5 (22.2.)
10.6 (22.2.)
10.7 (22.2.)
10.8 (22.2.)
22.3.
22.4.
22.5.
34 iš 35
Note – If the group of legal entities presents common tender offer, then at least one member of
the group of legal entity or the whole group of legal entities shall comply with the marked
requirements and provide the documents required.
35 iš 35
Download