i. - lietuvos energetikos institutas apie pirkimus... · web viewgc should control no less than 12...

62
LITHUANIAN ENERGY INSTITUTE (Breslaujos str. 3, LT-44403 Kaunas, register no. 111955219, VAT payer code LT119552113, [email protected]) Approved _____ Deputy Director (Position) _______________________________ (Signature) ________ Petras Poligarijus Ūdras (Name and surname) OPEN TENDER PROCEDURE CONDITIONS On the Procurement of Scientific-Technical Equipment for Measurement and Analysis Performance Procurement code (according to CVP): 38400000-9, 48820000-2, 30213000-5, 30231310-3 CONTENTS I. GENERAL PROVISIONS II. PROCUREMENT OBJECT III. REQUIREMENTS FOR THE QUALIFICATIONS OF SUPPLIERS IV. PARTICIPATION OF GROUP OF LEGAL ENTITIES IN TENDER V. PREPARATION, SUBMISSION AND MODIFICATION OF TENDER OFFERS VI. SECURITY OF TENDER OFFERS VII. EXPLANATION AND CLARIFICATION OF THE CONDITIONS OF TENDER VIII . PROCEDURE OF OPENING ENVELOPES WITH TENDER OFFERS IX. EXAMINATION OF TENDER OFFERS AND REASONS FOR REJECTION X. EVALUATION OF TENDER OFFERS XI. RANKING OF TENDER OFFERS XII. ORDER OF EXAMINATION OF PRETENSIONS AND CLAIMS XIII . DECISION TO CONCLUDE A PROCUREMENT CONTRACT XIV. TERMS AND CONDITIONS OF THE PROCUREMENT CONTRACT PRIEDAI Annex No. 1: Recommended form of tender offer. Annex No. 2: Form of Supplier‘s Declaration of Honesty. Annex No. 3: Form of Supplier‘s Declaration. Annex No. 4: Technical specification of the software. Annex No. 5: Project of procurement contract. 1 of 62

Upload: dodung

Post on 12-Mar-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

LITHUANIAN ENERGY INSTITUTE(Breslaujos str. 3, LT-44403 Kaunas, register no. 111955219, VAT payer code LT119552113,

[email protected])

Approved ____ Deputy Director

(Position)

_______________________________(Signature)

____ Petras Poligarijus Ūdras (Name and surname)

OPEN TENDER PROCEDURE CONDITIONS

On the Procurement of Scientific-Technical Equipment for Measurement and Analysis Performance

Procurement code (according to CVP): 38400000-9, 48820000-2, 30213000-5, 30231310-3

CONTENTS

I. GENERAL PROVISIONSII. PROCUREMENT OBJECTIII. REQUIREMENTS FOR THE QUALIFICATIONS OF SUPPLIERSIV. PARTICIPATION OF GROUP OF LEGAL ENTITIES IN TENDERV. PREPARATION, SUBMISSION AND MODIFICATION OF TENDER OFFERSVI. SECURITY OF TENDER OFFERSVII. EXPLANATION AND CLARIFICATION OF THE CONDITIONS OF TENDERVIII. PROCEDURE OF OPENING ENVELOPES WITH TENDER OFFERSIX. EXAMINATION OF TENDER OFFERS AND REASONS FOR REJECTIONX. EVALUATION OF TENDER OFFERSXI. RANKING OF TENDER OFFERSXII. ORDER OF EXAMINATION OF PRETENSIONS AND CLAIMSXIII. DECISION TO CONCLUDE A PROCUREMENT CONTRACTXIV. TERMS AND CONDITIONS OF THE PROCUREMENT CONTRACT

PRIEDAIAnnex No. 1: Recommended form of tender offer.Annex No. 2: Form of Supplier‘s Declaration of Honesty.Annex No. 3: Form of Supplier‘s Declaration.Annex No. 4: Technical specification of the software.Annex No. 5: Project of procurement contract.Annex No. 6: Checklist of substantiating documents for the Supplier.

I. GENERAL PROVISIONS1. Lithuanian Energy Institute (hereinafter referred to as ‘Contracting Authority’) intends to buy 6 units of scientific-technical equipment which shall be used for scientific-experimental and applied activities.

1 of 49

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.4. The preliminary announcement of this procurement 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, non-discrimination, 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 OBJECT7. The procurement is divided into the following parts:Procurement part No. 1:Equipment for flow visualization of the structure of the flow in non isothermal gas flow (1 unit);

Procurement part No. 2:Equipment for flow velocities and temperatures and velocities and temperatures pulsation measurements and processing in non isothermal gas flow (1 unit);

Procurement part No. 3:Testing equipment for determination of ash and volatile material(1 unit);Procurement part No. 4:Atomic absorption spectrophotometer (1 unit);

Procurement part No. 5:ICP-OES (1 unit);

Procurement part No. 6:Mobile system of combustion product (NO/NO2, CO, CO2, SO2, H2O, CiH, O2) analyzers (1 unit).

8. The detailed specification of the equipment, that is required by Contracting Authority,is provided in the technical specification appended hereto as Annex4. Alternative offers are not acceptable.9. The equipment shall be delivered: the equipmentindicated in procurement parts No. 1 and No. 2 - not later than within 6 months from the submission of order, after signing the procurement contract; the equipment indicated in procurement parts No. 3- No. 6 - not later than within 4 months from the submission of order, after signing the procurement contract. Place of the delivery of the equipment – Breslaujos st. 3, LT-44403 Kaunas, Lithuania.10. The supplier can submit tender offer for one, several or for all procurement parts. Separate procurement contracts shall be signed for each procurement part. Single contract may be signed with the winner of several procurement parts, depending on specification of the equipment and terms of delivery.

III. REQUIREMENTS FOR THE QUALIFICATIONS OF SUPPLIERS11. The Supplier, taking part in tender, shall meet the following minimum qualification requirements:

Table 1General requirements for the qualification of the Suppliers

2 of 49

No. Qualification requirements Substantiating documents11.1 The Supplier being a natural person

or the 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, organising 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.

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, 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.

11.2 The 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 restructuring, 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.

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 restructuring, 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

3 of 49

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.

11.3 The 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.

11.4 The Supplier has fulfilled all obligations relating to the payment of social security contributions.

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.

11.5 The Supplier has the right to manufacture or supply equipment, devices and apparatus for the performance of measurement, test and control.

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).

Table 2Requirements for economic and financial condition, technical and professional abilityThe Supplier, taking part in tender, shall meet the following requirements for economic and financial condition, technical and professional ability and shall submit the substantiating documents:

No. Qualification requirements Substantiating documents

11.6.

Supplier shall have positive net worth for the last 3 financial years (if supplier performs activity less than 3 financial years, the contracting authority then evaluates the net worth from the date of registration of supplier).

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 registration).

11.7.

During the past three years or if the legal entity has been registered later – from the date of its registration- the Supplier shall have successfully completed at least one contract to provide a scientific-technical equipment for the performance of measurement which total value is not less than 200 000 Lt.

The list of successfully completed contracts of equipment provided, where shall be indicated contract object, date and total value of the contract, client name, addresses, contact data, telephone numbers and due contract accomplishment records. The document shall be signed and sealed by the Supplier.

4 of 49

11.8.

The Supplier shall secure servicing and maintenance of the offered equipment within the warranty period. The Supplier shall be able/authorized by manufacturer to do servicing and maintenance of the offered equipment or has signed contractfor all the warranty service period with a economic entity (legal/natural person) meeting the abovementioned conditions.

Duly confirmed copies of the documents, proving that the Supplier has the right, authorized by manufacturer, to provide warranty service. If the Supplier has not authorized technical servicing centre for the offered equipment, the Supplier shall submit a copy of the signed contractfor all the warranty service period with a providing the above-mentionedtechnical servicing.The list of warranty services for equipment offered, indicating its title and address (centre of service).The certificate or other document (original or confirmed copy) about the Supplier’s potential to perform warranty service.

*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 authorised thereby, the text ‚True copy‘, possition 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.

12. In lieu of the documents specified in clauses 11.1, 11.2 and 11.5 of the conditions of tender, the Supplier may provide a duly certified copy of the certificate issued by the Public Procurement Office under the Government of the Republic of Lithuania 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.13. In lieu of the documents specified in clauses 11.1 – 11.4 of the conditions of tender, the Supplier may provide a duly certified copy of the certificate issued by theState 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.14. In case the group of legal entities submits common tender offer, each member of legal entity of the aforementioned group shall comply with the requirements indicated in clauses 11.1-11.4 of the conditions of tender and submit 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 11.5-11.9 of the conditions of tender and provide the required documents.15. In cases the Supplier has provided false information on the compliance with the above-mentioned requirements his tender offer shall be rejected, if Contracting Authority can prove such circumstances by any lawful means.

IV.PARTICIPATION OF GROUP OF LEGAL ENTITY IN TENDER16. 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).

5 of 49

17. The Contracting Authority shall not demand that the group of legal entities acquire a certain legal form after the decision to award the procurement contract to the selected group.

V. SUBMISSION AND MODIFICATION OF TENDER OFFERS18. The 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 send to the contact persons indicated in paragraph 43 of the conditions of tender. An acceptance of invitation to participate in tender sent by central public procurement information portal (CVP IS) means shall be deemed as proper notice.19. 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 procurement contract. 20. Tender offer shall be submitted in writing and signed by the Supplier or his authorized person.21. 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 into the required language shall be provided.22. 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=1.23. The Supplier shall submit a price quotation in the form appended hereto as Annex 1. The 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 the information indicated in the recommended form of tender offer provided in the 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 2011-07-14, 10:00 a.m.‘. If tender offer is submitted in an unsealed envelope, it shall be returned to the Supplier.24. 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 offer, pull out pages or change it. 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). The Supplier shall also indicate the number of pages comprising the tender offer.The instructions for preparation of the tender offer (sewing) is available at the following address:http://www.lei.lt/_img/_up/File/atvir/Skelbimai%20apie%20pirkimus/2011/Tender_offer_preparation_instructions.pdf

25. Tender offer shall be comprised of the totality of the Supplier‘s documents submitted in writing:

25.1.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 the Supplier;

25.2.documents evidencing compliance with the minimum qualification requirements specified in the conditions of tender;

25.3.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;

25.4.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;

6 of 49

25.5.a partnership agreement or a duly certified copy thereof, when tender offer is submitted by a group of legal entities;

25.6.if the tender offer is signed by an authorized person, the tender shall include the original of authorization or an equivalent document proving that the person has a right to represent the Supplier;

25.7.The Supplier shall specify sub-contractors whom he intends to employ for the implementation of the procurement contract;

25.8.other information and/or documents requested in the conditions of tender.26. The Supplier shall submit a tender offer for the full scope of procurement object specified in procurement parts.27. The Supplier shall submit only one tender offer – either as an individual tenderer or as a member of a group of legal entities. If the Supplier submits more than one tender offer or as a member of a group of legal entities participates in submiting a number of tender offers, all such tender offers shall be rejected. 28. 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.29. The tender offer shall be submitted not later than 2011-07-14, 10:00 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 st. 3, LT-44403 Kaunas, Lithuania. If so requested by the 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.30. The Supplier shall indicate confidential infomation of the submitted tender offer.

Contracting Authority, the Public Prucurement Commission (hereinafter the „Commission“), members and experts of the Commision as well as other persons related to the procurement shall not disclose confidential information provided by the Supplier. The Supplier shall not indicate as confidential information, which is public under the laws of the Republic of Lithuania. If the Supplier does not indicate the confidential informatikon, it shall be considered such information has not been presented in the tender offer.

31. 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, as well as VAT, and total expenses of the Supplier, necessary for due and complete fulfillment of the procurement contract. Price of tender offer shall be rounded to the hundredth value (two decimal digits after decimal point). The price of tender offer shall 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.32. The Supplier shall indicate all subcontractors who will be attracted for the fulfillment of contractual obligations. The Supplier shall confirm that indication of the subcontractor(-s) does not change Supplier‘s responsibility (as a principal supplier) for the performance of the procurement contract.33. The tender offer is valid until the date indicated by the Supplier. Tender offer shall be valid no less than until 2011-10-14. If the 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.34. Contracting Authority may request the Supplier to extend the deadline for submitting tender offers until a specified time limit.35. 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 for reception of tender offers. Such new date shall also be officially reported pursuant to the provisions of procurement law.

7 of 49

36. The 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 OFFERS37. Contracting Authority shall not require security of tender offer.

VII. EXPLANATION AND CLARIFICATION OF THE CONDITIONS OF TENDER38. The conditions of tender may be clarified and revised on the initiative of the Suppliers on written request to the Contracting Authority. The 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. The 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.39. Prior to the deadline for submission of tender offer, Contracting Authority shall have the right to clarify and revise the conditions of tender on its own initiative.40. When replying to each Supplier‘s written request for clarification of the conditions of tender, submitted before the term indicated in paragraph 38 hereof, clarifying or revising the conditions of tender on its own initiative, Contracting Authority shall announce clarifications and revisions to all Suplliers 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 the Supplier, Contracting Authority shall simultaneously send clarifications to all tendering Suppliers, however Contracting Authority shall not identify the Supplier from whom the request orginates. Contracting Authority shall announce all clarifications and revisions of conditions of tender on the Central Public Procurement Portal.41. When clarifying or revising conditions of tender, Contracting Authority shall ensure anonymity of the 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 orginates. 42. Contracting Authority will not arrange any meeting with the Suppliers regarding clarification of the conditions of tender.43. Any information, clarifications of conditions of tender, notifications and other correspondence between Contracting Authority and the 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 st. 3, LT-44403 Kaunas, tel.: +37037401823, fax.: +37037351271; e-mail: [email protected];

Project Manager Beata Barauskaite, Breslaujos st. 3, LT-44403 Kaunas, tel.: +37037401854, fax.: +37037351271, e-mail: [email protected].

44. 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

8 of 49

extention of period for submission of tender offers shall be issued by revision of contract notice, announced on the Central Public Procurement Portal and shall be sent to all potential Suppliers.

VIII. PROCEDURE OF OPENING ENVELOPES WITH TENDER OFFERS45. Envelopes with tender offers shall be opened at the following address: Lithuanian Energy Institute, administrative building, minor session room 202, Breslaujos st. 3, Kaunas. Envelopes with tender offers shall be opened at the meeting of the Commission on 2011-07-14, at 10:05 a.m.46. 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. 47. It is recommended to the Suppliers or their authorized representatives to have a signatory authorisation and tools for the removal of shortcomings of binding of tender offers discovered by the Commission, as the Suppliers shall be allowed to remove publicly shortcomings of binding or formalising of tender offers that could be removed during the meeting.48. During the procedure of opening envelopes with tender offers, the Commission shall announce to the Suppliers or their authorized representatives taking part in the meeting, the name of the 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 the Supplier or his 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 shall be 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.49. Each Supplier or his authorized representative attending the meeting of the 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 the Supplier‘s tender offer.50. The Commission shall proceed with the examination, evaluation, and comparison of tender offers in the absence of the Suppliers or their authorized representatives.

IX. EXAMINATION OF TENDER OFFERS AND REASONS FOR REJECTION51. Tender offers shall be examined and evaluated by the Commission. The Commission shall verify compliance of qualification data provided in Supplier‘s tender offer with the minimum qualification requirements established in the conditions of tender. If the Commission establishes that qualification data provided by the 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 the Supplier fails to revise such inprecise or incomplete data about his qualification when requested by Contracting Authority, the latter shall reject his tender offer.52. The Commission shall decide on compliance of the qualification data of each Supplier having submitted his tender offer with the minimum qualification requirements established in the conditions of tender and notify each Supplier in

9 of 49

writing of the results of verification. Only those Suppliers, whose qualification data meets the requirements of Contracting Authority, shall be entitled to take part in the further procurement procedures.53. The Commission shall decide on compliance of the tender offer with the requirements of the conditions of tender. If the Commission has any queries regarding the contents of tender offers, at the written request of the Commission, the Suppliers shall present in writing additional explanations to their tender offers, without modifying essence of their tender offers.54. If the Commission discovers any error in price calculation it shall request Suppliers in writing to correct the arithmetic errors discovered in tender offer within the specified period of time without changing the price that has been announced during the prodedure of opening envelopes with tender offers. When correcting the specified arithmetic errors in tender offer the Supplier shall not have the right to withdraw price components or supplement price with new components.55. When the pricing of the submitted tender offer is abnormally low, the Commission shall request the 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 the Commission.56. Contracting Authorty shall assess the risk, whether the Supplier whose pricing of tender offer is abnormally low will be able to fulfill procurement 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 ‘Valstybės žinios‘, 2009, No. 119-5131). If the 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.57. 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 to Contracting Authority in writing.58. The Commission shall reject tender offer in cases:

58.1. The Supplier has not met the minimum qualification requirements;

58.2.The Supplier has presented incorrect or partial data about the qualification and has not specified it at the request of Contracting Authority;

58.3.Tender offer has not met the requirements of tender (technical specification of equipment submitted by the Supplier has not met the requirements indicated in the conditions of tender, etc.);

58.4.The Supplier has failed to correct arithmetic errors and/or explain tender offer within the period of time specified by Contracting Authority;

58.5.All tender offers, has not been rejected for other reasons, offered to Contracting Authority unacceptable and too high prices;

58.6.abnormally low tender (price) was presented and at the request of Contracting Authority the 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 TENDER OFFERS59. 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

10 of 49

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.60. Tender offers that are not rejected by Contracting Authority shall be evaluated according to the lowest price criteria.

XI. RANKING OF TENDER OFFERS61. 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 an identical prices are quoted in a number of tender offers, the Supplier having registered his envelope with tender offer earlier shall have the priority in the ranking of tender offers.62. The information about ranking of tenders shall be immediately sent, not later than within 3 working days, to all Suppliers participating in tender. Supplier whose tender offers have not been included in the ranking shall be notified of the reason for rejecting their tender offers together with a notice of the ranking. 63. In cases the tender offer has been submitted by only one Supplier, the ranking shall not be determined and his tender offer shall be awarded, if his tender offer has not been rejected in accordance with the conditions of tender.

XII. ORDER OF EXAMINATION OF PRETENSIONS AND CLAIMS64. The Supplier shall have the right to make a claim to Contracting Authority concerning its actions or decisions before the conclusion of procurement contract. The claim shall be submitted to Contracting Authority pursuant to the provisions of section V of the Law on Public Procurement. 65. The claim shall be submitted to Contracting Authority in writing. The Supplier shall have the right to make a claim or request to Contracting Authority within 15 days from sending of written notifice to the Supplier about the decision made by Contracting Authority.66. Contracting Authority shall examine only the claims of Suppliers that have been received before the conclusion of the procurement contract.67. On the receipt of supplier‘s written claim, Contracting Authority shall suspend procurement procedures until the claim is examined and a decision is taken. Contracting Authority shall not conclude procurement contrat prior to 15 days from sending a written notice about decision taken to the Supplier who submitted the claim and all the related tenderers. 68. Contracting Authority shall examine the claim submitted by the 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. 69. If the requirements or pretension of the Supplier have not been suited or have been partially suited, or the pretension of the Supplier has not been examined in the order and time established in the Law on Public Procurement the Supplier has the right to bring a suit.The Supplier who has requested or brought a suit shall submit a copy of such request or action with evidences of the receipt of the court by fax, e-mail or handing it personally immediately not later than within 3 working days to Contracting Authority.70. In cases the terms of procurement procedures have extended due to the request or actions of the Supplier, Contracting Authority shall send a notice to all tenderers and indicate the reasons of such extension of the term. 71. Contracting Authority shall immediately inform all related tenderers in writing of the court decisions on the requests or actions of the Suppliers.

11 of 49

XIII. DECISION TO CONCLUDE A PROCUREMENT CONTRACT72. 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 ranking of tenders. In cases the tender offer has been submitted by only one Supplier the aforementioned provision shall not be applicable.73. 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 procurement contract to the Supplier whose tender offer has been decided as successful according to the Law on Public Procurement. Contracting Authority shall send information about the conclusion of contract to all Suppliers submitted their tender offers in 5 working days. If it has been decided not to conclude the procurement contract, the reasons of such decision shall be indicated in the aforementioned notice.74. If Contracting Authority receives Supplier‘s, whose tender offer has been rejected, written request, it shall respond immediately, but not later than within 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 the success, as well as the name of the successful Supplier.75. Contracting Authority is not allowed to distribute information as it is prescribed in clause 74 of the conditions of tender if such disclosure conflicts with law, prejudices public interests, legal commercial interests of the Suppliers or interferes a fair competition. Information which has been indicated by the Supplier as confidential shall not be disclosed as well.76. A winner of the open tender shall sign the procurement contract within the period of time specified by Contracting Authority. The time for signing the procurement contract may be determined in a separate written notice or may be indicated in the contract award notice.77. If a successful Supplier refuses the award of the contract in writing, or fails to come to sign the procurement contract by the time specified, or his Supplier‘s Declaration of Honesty is false, or he refuses to conclude the procurement contract on the terms and conditions set out herein, it shall be deemed that the Supplier has refused the award of the procurement contract. In that case Contracting Authority shall offer to conclude procurement contract with the Supplier whose tender offer in the approved ranking of tender offers follows immediately the tender offer of the Supplier who refused the contract award.

XIV. TERMS AND CONDITIONS OF THE PROCUREMENT CONTRACT78. The procurement 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 the cases when tender offer has been submitted only by one Supplier.79. Project of terms and conditions of procurement contract is appended hereto as Annex 5. Successful tenderer may suggest supplements or modifications of procurement contract if such supplements and modificaitons do not contradict requirements established in conditions of tender. 80. Terms and conditions of the procurement contract shall not be amended, except conditions, if amended, would not constitute a breach of the principles and objectives stipulated in Article 3 of the Law on Public Procurement and provided that such amendments 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 amendments if such circumstances are clearly and unequivocally defined and stated in the condtions of tender. In cases the need for amending provisions of the procurement contract could not be foreseen when preparing conditions of tender

12 of 49

and/or at the time of concluding the procurement contract, the contract parties may amend only inessential provisions of the contract.

______________

13 of 49

Annex 1 to the Conditions of Open TenderRecommended 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 Scientific-Technical Equipment for Measurement and Analysis Performance

____________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 offerTelephone number

Fax

E-mail

By this tender offer we hereby affirm that we agree with all conditions of tender, which are presented in:

1) Open procedure tender conditions;2) Other procurement documents.

Procurement part No. 1:

No. Name of equipment (manufacturer, model)

Quantity (unit)

Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 Equipment for flow visualization of

the structure of the flow in non isothermal gas flow

1

14 of 49

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

Procurement part No. 2:

No. Name of equipment (manufacturer, model)

Quantity

(unit)Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 Equipment for flow velocities and

temperatures and velocities and temperatures pulsation measurements and processing in non isothermal gas flow

1

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

Procurement part No. 3:

No. Name of equipment (manufacturer, model)

Quantity

(unit)Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 Testing equipment for

determination of ash and volatile material

1

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

Procurement part No. 4

No. Name of equipment (manufacturer, model)

Quantity(unit)

Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 Atomic absorption

spectrophotometer1

15 of 49

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

Procurement part No. 5:

No. Name of equipment (manufacturer, model)

Quantity(unit)

Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 ICP-OES 1

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

Procurement part No. 6:

No. Name of equipment (manufacturer, model)

Quantity(unit)

Unit price,LTL (EUR)

Price including VAT, LTL (EUR)

1 2 3 4 51 Mobile system of combustion

product (NO/NO2, CO, CO2, SO2, H2O, CiH, O2) analyzers

1

For the 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 the principal Supplier) for the performance of contract for supply of equipment provided in this procurement part.

In cases the Supplier is not a VAT payer pursuant to the provisions of law, the Supplier shall not fill section 4 in and shall indicate the reasons why he is not a VAT payer (e.g. 0% VAT accord. to Dir 2006/112,Art 138).

The offered equipment fully complies with the requirements presented in Technicalspecification and its specification is as follows:

No. Technical parameter Significance of parameter1 2 3

16 of 49

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)

17 of 49

Annex 2to 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 “Valstybės Žinios“, 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 “Valstybės Žinios“, 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 possition) (signature) (Name, Surname)

Official seal

18 of 49

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 of 49

20 of 49

Annex 4 to the Conditions of Open TenderTechnical specification

TECHNICAL SPECIFICATION OF THE EQUIPMENT

Procurement part No. 1Equipment for flow visualization of the structure of the flow in non

isothermal gas flow (1 unit)Pos. Parameter Value1. Dual power laser laser emitted energy 135 – 15, 135 mJ

(bias 10%), wave length 532 nm, frequency not less 15 Hz, light sheet base module 80X322, fix – focus module 1000±10 mm

2. Camera FlowSense 2M (or equivalent) including lens 60±1 mm,

frame grabber, single channel camerlink PCI express (2 units);

lens diameters 52, 62 mm (bias 2%), wave length 532 nm

3. Synchronisation and software

timer box, timer card cable box and cables 4 x 10m

BNC, PC, monitor and software compatible with

the equipment Producer’s software

4. Mechanical equipment rolling table for laser rails (1 unit), camera holders (necessary quantity), fine tuning light guiding optics with

mechanics and mirrors, telescope for long distances (1 unit),

telescope length not less 3 m. 3 pairs goggles for safety.

5. Software advanced graphics Add-on for Dynamic Studio (or equivalent): advanced vector plots,

scalar plots, streamlines, linear integral convolution, vorticity calculation, particle tracking add-on.

Licences for Dynamic Studio (or equivalent),

Matlab link for Dynamic Studio (or equivalent).

DynamicStudio Add-on (or equivalent) to allow define exactly what part of an image to analyse using CFD grid terminology

Proper orthogonal Decomposition Add-on for DynamicStudio (or equivalent): Advanced energy based decomposition of flow structures and intelligent data filtering

Dynamic mode decomposition Add-on (or

21 of 49

equivalent): modal structures based on temporal and spatial linear evolution dynamics

6 Higher camera resolution FlowSense 4M MKII camera (or equivalent) with not less 60mm lens

7 More adjustment possibilities of light sheet

large angle module (1 unit), light sheet thickness adjuster (1 unit), beam waist adjuster (1 unit)

8.1 Dual power laser emitted energy not less 2x65 mJ, frequency not less 15 Hz, wave length 532 nm

8.2 Dual power laser emitted energy not less 2x200 mJ, frequency not less 15 Hz, wave length 532 nm

8.3 Motorised Attenuator for dual power lasers, 1 unit

necessary

9. 1D Travers and Travers controller

with power supply 210÷250 V,traverse mechanism range not less 610 mm

10 Fume generator (1 unit.) purpose generate ~1 µm particles,flow vortices frequency 10 kHz,materials maintenance 0,5 hour work

11. Seeding generator (1 unit)

purpose generate not less 0,5 µm and not more 50 µm particles, flow vortices frequency 10 kHz, materials maintenance 0,5 hour work

12. Introductory training with equipment

Not less than 3 days training with installed equipment

Delivery time and terms: Not less than 6months after submission of order and signing of purchase contract with the possibility to extend the contract if needed. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents but no later than 5 days after project funding is received. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall - either replace or repair all defective parts at Supplier expense if the defects have been advised within 12 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system

22 of 49

order have been delivered and are in full working order. This service is supplied at no extra charge.

Training: Supplier must have qualified specialists, who will provide installation, consulting and training. Supplier must organize on-site trainings no less than 3 days for end-users on the work with the equipment and standard software. Training preliminary consist of familiarization after the installation and advanced training. Training must be carried out free of charge by the supplier’s specialist and it must be included in the tender price.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated.

*************Procurement part No. 2

Equipment for flow velocities and temperatures and velocities and temperatures pulsation measurements and processing in non isothermal gas

flow (1 unit)Pos. Parameter Value

1. Laser Ar ion not less 6W water cold laser with power supply and mounting bench not less 1800mm

2. Transmitting optics transmitter for fiberflow including Brago cell and color separation (1 unit),

fiber manipulation with X, Y and angular adjustment (4 units),

laser safety cover3. 2D probe probe diameter 60±1 mm,

beam diameter 2,2±0,05 mm, cable length 5±0,2 m

4.1 Lens 1 lens diameter 60±1 mm, focal length 160±0.5 mm

4.2 Lens 2 lens diameter 60±1 mm, focal length 400±0,5 mm

5. Photomultiplier with amplifier and cable 3±0,05 m (2 units.),

color separator wave lengths not less 488, 514, >575 nm

6. Flow processor with additional velocity channel

necessary

7. PC and software PC, monitor, operating system PC for equipment control (adjustable with the equipment)

8. Software Advanced graphic Add-on for Flow, spectrum/correlation Add-on for flow, flow add-on for Matlab

9. Option for phase resolving:

synchronization option for flow, cyclic phenomena for flow

23 of 49

10. Traversing system mechanism range 610 mm x 610 mm x 610 mm (bias 3%),

mechanism controller with power supply 210÷250 V

11. Point LIF for water temperature measurement:

point LIF kit, concentration or temp. measurements with Ar-ion laser,

high voltage supply and signal conditioner,

LIF parametric analysis Add-on for flow12. Installation and training Not less than 2 days training with installed

equipment

Delivery time and terms: Not less than 6months after submission of order and signing of purchase contract with the possibility to extend the contract if needed. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents but no later than 5 days after project funding is received. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall - either replace or repair all defective parts at Supplier expense if the defects have been advised within 12 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system order have been delivered and are in full working order. This service is supplied at no extra charge.

Training: Supplier must have qualified specialists, who will provide installation, consulting and training. Supplier must organize on-site trainings no less than 3 days for end-users on the work with the equipment and standard software. Training preliminary consist of familiarization after the installation and advanced training. Training must be carried out free of charge by the supplier’s specialist and it must be included in the tender price.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated.

*************Procurement part No. 3

Testing equipment for determination of ash and volatile material

24 of 49

I - Analyser for determination of ash, volatile fractions and it‘s chemical composition in biofuel and recovered fuel samplesII - Thermal analyser for determination of physical state transformation of solid recovered fuel

25 of 49

Technical parameters

Requirements for technical parameters

I Analyser for determination of ash, volatile fractions and it‘s chemical composition in biofuel and recovered fuel samples

1 Thermogravimetric balance type

Robust top loading balance type

2 Balance capacity Up to 1500 mg.3 Temperature range Ambient to ≥1000°C4 Scanning rates 0,1 to ≥200°C/min5 Balance digital

resolution≤0,2 μg

6 Balance sensitivity ≤1 μg7 Balance accuracy ≤±0,02%, 10 runs using 100 mg certified reference material8 Balance precision ≤±0,01%9 Temperature accuracy ≤±1°C, 10 runs using curie point reference material

10 Temperature precision ≤±0,8°C11 Difference between the

set temperature and the actual sample temperature

≤±0,5°C at 300°Cand≤±1°C at 900°C

12 Baseline dynamic drift <50 µg, 50 to 1000°C at 20°C/min with empty pan13 Cooling time 1000°C to 100°C in under 8 minutes and 1000°C to 30°C in

under 15 minutes 14 Atmosphere Static or dynamic, including nitrogen, argon, helium, carbon

dioxide, air, oxygen or other inert or active gases over full temperature range

15 Assembled parts Mass flow-controller that monitors and changes purge gas flow rates and pressures and switches sample gases within a program in purge range 0-200 ml/min; autosampler; ceramic sample pans

16 Additional features included

Possibility to integrate for gas analysis using TG-GC-MS and TG-IR

17 Software Controller with software.

18 Power 220 V 50 Hz

Equipment for separation and detection

19 Gas chromatograph and mass spectrometer

Single channel gas chromatograph (GC) with quadrupole mass spectrometer, prepared for the installation of the second channel

20 GC temperature controller temperature profile

GC temperature controller temperature profile shall be able to be programmed up to ≥450°C and give no less than 3 temperature gradient changes during single analysis method application. GC shall cool down from 450 °C to 50 °C no longer than after 3 minutes

21 GC gas adjustment The regulation and control of all GC gases must be programmable

22 GC control GC shall be controlled by PC and GC integrated microprocessor with touch sensitive screen, without keyboard

23 GC gas zones GC should control no less than 12 gas pneumatic control zones, allowing generally explore no less than two injectors and no less than three detectors

24 GC safety functions GC should have safety function when the controlled temperature was exceeded, and gas leak detection and

26 of 49

signalling device25 Capillary injector Capillary split/splitless injector with programmable

temperature gradient and pneumatic gas regulation modes26 Additional functions of

capillary injector Capillary injector options: large volume injection, thereby avoiding the solvent impact on analysis, possibility entirely isolate injector (or detector) during analysis, clean it and change a septum

27 Capillary injector temperature profiles

Capillary injector temperature profiles:- working temperature range – not less than 50 °C to 500 °C with 1  C increments;- heating temperature gradient from 1°C/min to 200 °C/min or very abrupt, instantaneous

28 Automated sample injector

Prepared for the installation of the electromechanical automated sample injector, functioning without pneumatic gases. Automated sample injector would make automatic programmable two channel sample injection during single analysis. Automated sample wheel with no less than 100 sample stands

29 Mass selective detector Quadrupole type mass selective detector with electron ionization, with the possibility to introduce positive and negative chemical ionization. Ionization intensity should be adjustable with the option to apply soft ionization. Completed with oxygen resistant filament

30 Detectable mass interval

The range of the measured masses – not less than 1 to 1200 amu

31 Mass spectral library Shall be completed with the NIST mass spectral library not older than 2008

32 Mass stability Mass stability – not worse than +/- 0,1 m/z per 2 days33 MS detector vacuum

pumpTurbo molecular MS detector vacuum pump has to be air cooled, suction capacity – not less than 250 l/sec

34 MS detector scanning potential

MS detector shall be able simultaneously scan in line the selected ion and all ion spectrum

35 MS detector sensitivity MS detector sensitivity not less than: El for the full scan of all ions at signal/noise ratio 170:1 RMS

36 MS scanning frequency Maximum MS scanning frequency – not less than 65 scans per second when scanning all ions, and not less than 100 scans per second when scanning selected ion

37 MS scanning rate Maximum MS scanning rate – not less than 12 500 Da/s scans per second

38 Interface and source Chromatograph and detector interface as well as source temperature profile shall comply with the 50 to 350 °C range requirement

39 GC connection and spare part set

GC connection and spare part set should be included

40 Gas carrier cleaning system

Gas carrier cleaning system from all impurities should be included.

41 Capillary column Completed with 5 MS type capillary column, not shorter than 30 m

42 TG-GCMS interface Transfer line, temperature controlled with the accuracy ±2 C, adapted for the quick joint with GCMS or MS, and easily changeable capillary. Programmable interface to connect and synchronize the software of TG analyzer and GCMS

43 System controller and software

Programmable controller, allowing flexibly apply various TGA analysis methods, qualitative and quantitative GC/MS spectroscopic analysis methods and combined TGA-GC/MS

27 of 49

or TGA-MS measurement, software programmable switching between modules TGA-MS and TG-GC/MS, interpretation and processing of the results obtained. Completed with 19” LCD monitor and laser printer

44 Compatibility All the system must be new-made, standard and fully tuned (the manufacturer specifications shall be presented to prove that). The main blocks shall be from the same manufacturer

II DSC Thermal analyser Thermal analyser for determination of physical state transformation of solid recovered fuel

45 DSC type Double-furnace design. Technology, which measures the heat flow difference between two independent furnaces

46 Measurement principle Power compensation, when heat flow is measured directly without conversion

47 Temperature sensors Platinum thermometers48 Furnace Platinum alloy, allowing to heat above 600ºC in oxygen

atmosphere49 Colorimetric dynamic

range±800 mW

50 Resolution ≤0,18 μW51 Colorimetric accuracy ≤±0,2%52 Colorimetric precision ≤±0,03%53 Temperature

measurement range180°C to 750°C with liquid nitrogen or wider and -110°C to 750°C with intercooler or wider

54 Temperature measurement accuracy

≤±0,05°C

55 Temperature measurement repeatability

≤±0,008°C

56 Rate of temperature measurement

≥100 points/sec

57 Controlled heating rates

0,01 to 750°C/min or better

58 Controlled cooling rates

0,01 to 750°C/min or better

59 Ballistic sample cooling rates

≥1400°C/min

60 Assembled parts Integral dual channel, digital mass flow-controller to switch gas from one to another; two stage intercooler (up to -70°C); automated DSC cover; semi-automated sampler; standard Al pans, 500 pieces; leak proof (50μl) Al pans 400 pieces; kit of 50 pieces of various type of pans; Crimper Press tools; gas purification (cleaning) elements (2 units); calibration reference materials, other parts needful for proper functioning of the instrument

61 Other possible assembled parts

High pressure DSC (pressure up to 600 psi), photocalorimeter, autosampler, Hyphenation system DSC-Raman, 3 stage recirculation cooler (up to -1100C), liquid nitrogen cooling equipment (up to -1800C)

62 Software and pc Controller with software. Isothermal kinetics, scanning kinetics, specific heat and purity software packages

63 Compatibility All the system must be new-made, standard and fully tuned (the manufacturer specifications shall be presented to prove that). The main blocks shall be from the same manufacturer.

64 Special gases The set of special gases of producer recommended purity. It should be supplied enough special gases to start the system

28 of 49

and to teach the personal to work with itTwo stage reducer valves for every gas

65 Power source 220 V 50 Hz66 Additional services The offer shall include the equipment shipment, installation,

testing and user training how to use the equipment67 Warranty Minimum 12 month warranty

Delivery time and terms: Not less than 4months after submission of order and signing of purchase contract with the possibility to extend the contract if needed. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents but no later than 5 days after project funding is received. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall either replace or repair all defective parts at Supplier expense if the defects have been advised within 12 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system order have been delivered and are in full working order. This service is supplied at no extra charge.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated.

*************

Procurement part No. 4. Atomic absorption spectrophotometer

No.

Technical requirements (description) The required parameters

1 Working principle (absorption system)

Fully automatic atomic absorption spectrophotometer system together with flame atomizer for the measurements in Absorption and Emission modes and electrothermal furnace atomizer. The easy automatic switching between flame and furnace atomizers should be implemented via software.

2 Control Fully automatic computer-software control, data processing, QC functions, data storage and report output capabilities.

3 Background correction Required for flame and furnace atomizers.

29 of 49

4 Lamps Software controllable ≥ 6 lamps turret. Automatic lamp recognition, with the lamp usage counters. Predefined optimized optic parameters.

5 Optical system Real-time double-beam optics for both atomizers.Automatic setup of slit and wavelength.Automatic bandwidth switching is necessary.Wavelength range not narrower than from 190 to 900 nm.Dust and atmospheric influence protection.

6 Detector Required.7 Light sources System should be supplied with the hollow cathode

lamps (HCL) or another type lamps with the similar or better characteristics.

8 Gas supply system for flame atomizer

Automatic and software controllable burner gas supply system, capable to work with Air-C2H2 and N2O-C2H2 flame.

9 Electrothermal graphite furnace and cooling system

Must be delivered with controllable closed-cycle circulation cooling device for graphite atomizer.Must have possibility to perform sample enrichment (up to 20 times).

10 Electrothermal furnace sensitivity

not worse than 0.05 ppb (Pb); 0.01 ppb (Mn)

11 Max. heating temperature not less than 3000 oC13 Safety features for the flame

atomizerSafety actions must be activated in case of: prevention of wrong burner head use, drain tank level is too low, gas leak or too low gas pressure, flame monitor function.

14 Autosampler Not less than 60 positions should be powered from main instrument, with dilution, reagent addition functions, working with both atomizers.

15 Burner head Dedicated to Air-C2H2flame.16 Nebulizer for flame atomizer Should be resistable to HF.17 Lamps System should be delivered with the following HCL

or another type lamps with the similar or better characteristics: Cu, Fe, Ni, Mn, Zn, Al, Na, K, Ca, Mg, Cd, Pb, Cr, As.

18 Spare parts and consumables All items required for the installation and functionality should be included. Also the set of tools for the maintenance and the starting set of consumables should be delivered together with the 10 pyrolytically coated and 10 high density graphite tubes, set of spare graphite contacts, calibration standards and matrix modifiers (Pd, MgNo3, NH4HPO4). Acetylene (1 pcs.) and argon (1 pcs.) gases cylinders, reducer (2 pcs.) must be included. Table for the spectrophotometer and workstation are also required.

19 Compressed air supply system

Silent type air compressor suitable for the flame atomizer should be supplied.

20 Extraction system The acid and heat resistable fume hood together with the suitable fan should be supplied and installed.

30 of 49

21 First stage water purification system

Module must prepare and store the EN ISO 3696 type II water from the tap water; the productivity must be not worse than 2 l/h; space saving water reservoir volume must be not less than 4 liters; desk or wall mounted.

22 First stage water quality Water must fulfill the international pharmacopeia requirements; must be bacteria and pyrogen free; degassed.

23 Second stage water polishing system

Should produce EN ISO 3696 I+ quality water from the First stage water purification system implementing chemical oxidation by UV radiation, ultrapolishing steps and etc. The water quality values (conductivity/resistance, TOC) must be monitored and presented on LCD screen. The self-diagnostics system with the reminders of consumable changing. The end-point 0.2mkm filtration must also be implemented.

24 Second stage water quality The resistance must be not less than 18 MΩ/cm, TOC level not higher than 5 ppb, bacteria less than 1 CFU/1 ml; productivity not less than 1l/min.

25 Hydride generation accessory The ready to work accessory for the determination of Se, As and Hg must be included.

26 Software The instruments software must be compatible with Windows XP or similar OS. Must have a possibility to perform QC controllable actions (remeasuring, dilution, recalibration) for each element.Must have the wizzards for the easy and trouble free measurement parameters collection, calibration and sample table filling.Must have a possibility to switch from one element measurements to another element without operator interruption.

27 Additional equipment The sample preparation (digestion of organic and inorganic samples) system suitable for AAS must be included:

- microwave digestion system with least 6 positions rotor, with no less than 5 chemical resistant vessels and one high pressure reference segment;

- the max. working temperature vessels must be not less than 300 oC, max working pressure not less than 100 bar;

- the magnetron power must be not less than 1200W with nonplused gradient power change for the whole power range;

- the continuous control and the monitoring of the pressure and the temperature inside the vessel should be implemented (with graphical output);

- internal areas must be chemical resistant; - internal lighting and doors with safety glass

should be included.28 Workstation The workstation according the software

requirements with at least 22“ LCD and printer must be included.

29 Warranty The warranty not shorter than 24 months from the acceptance certificate must be offered.

31 of 49

30 Labor Delivery to the estimated working place, installation, detailed performance checks, trainings for the personnel must be included.

Delivery time and terms: Not less than 4months after submission of order and signing of purchase contract. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall either replace or repair all defective parts at Supplier expense if the defects have been advised within 24 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system order have been delivered and are in full working order. This service is supplied at no extra charge.

Training: Supplier must have qualified specialists, who will provide installation, consulting and training. Supplier must organize on-site trainings for at least 2 end-users on the work with the equipment and standard software. Training preliminary consist of familiarization after the installation and advanced training. Training must be carried out free of charge by the supplier’s specialist and must be included in the tender price.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated. The supplier shall present quality certificates and calibration documents of the equipment.

*************

Procurement part No. 5 ICP-OES

Technical parameters Requirements for technical parameters1 Spectrometer The instrument must be a scanning ICP using a solid

state detector2 Optical design The instrument must have an Echelle grating and

utilize a Charge Coupled Device (CCD) detector. The resolution of the system must be at least 0,009 nm at 200 nm. The entire optical system must be enclosed in a purged and stabilized optical enclosure. The

32 of 49

instrument should be ready for measurement after 40 min or less and switch off should be allowed immediately after finishing of the measurement. Computer-controlled valves should be used to regulate the gas flow, a mass-flow controller should be used for the nebulizer gas flow. The instrument must be of a bench top mounted design

3 Cooling system The system must include a recirculator and it must not be mounted to the instrument chassis and have the ability to be situated at a distance from the instrument

4 Viewing of the plasma Viewing of the plasma must be computer controlled5 Plasma torch The plasma torch must be mounted axially and be of

a dismountable design6 Dual measurement The system must have the ability to view the torch

both axially and radially and analyze the plasma during the analyses

7 Spectral range The instrument must be able to view the torch either axially or radially across the spectrum from 160nm – 900 nm or equivalent

8 RF generator The RF generator must be solid state and run at a frequency of 40 MHz. The generator must have an optimal power output range of 800-1500 watts or better and be computer controllable in 1 watt increments. The RF generator must not use a power amplifier tube

9 Samples The instrument must be able to run organic as well as aqueous and acid samples (matrices). Organic samples (matrices) include oil, MIBK, Kerosene, Dyzeline and Hexanes

10 Security system The instrument must monitor gas pressures and flows, interlocks, water flows, shear gas flows, and plasma stability. These interlock must be continuously monitored and be displayed on the instrument controller as graphic symbol icons. If any interlock is interrupted, the plasma should be shutdown automatically

11 Plasma ignition and shutdown Plasma ignition and shutdown must be computer controlled and totally automated

12 Air supply system The instrument must have a compressed air system to cut off the cool end of the axial plasma to help minimized self absorption and physical interference’s

13 Spray chamber The instrument should be available with a Scott and cyclonic spray chambers and also with cross-flow and concentric nebulizers

14 Sample matrices Using the cross-flow nebulizer the instrument must be able to routinely handle 50% HCl, HNO3, H2SO4, H3PO4, 20% HF, and 30% NaOH

15 Peristaltic pump The system must include a built-in three channel, variable speed, computer controlled peristaltic pump

16 Torch The instrument must include a quick change torch module so the torch can be removed or changed quickly without excessive torch alignment

17 Autosampler The autosampler must hold at least 100 positions for 10-20 ml sample vessels.

18 Sensitivity The minimal detection limit should be at least (µg/L) As – 2; Mo – 1; Zn – 0.2; Cr – 0.2; Cu – 0.5; Ba – 0.05;

33 of 49

Pb – 1; Cd – 0.1; Ni – 0.5; Mn – 0.1; Fe – 0.1; Na – 0.5; Ca – 0.05; K – 1; Mg – 0.05; P – 5; S – 10. Detection limits must be obtained using a cyclonic spray chamber and a concentric nebulizer

19 Software The instrument controlling software must run in Microsoft Windows XP or equivalent. The software must be able to display the peaks from an analysis. The instrument must be able to run at least two quality control samples with user defined limits for each element analyzed. Multicomponent spectral fitting (MSF) should be allowed for matrix elimination. If samples are found to fall out of these ranges, user could define corrective actions including recalibration and rerunning of samples must be available

20 Database All raw data must be saved in an Microsoft Access or equivalent database and the system must allow for post run reprocessing of the data including the changing of background correction points, standard values, IEC factors, etc

21 Calibration Calibration curves must be stored and be able to be recalled for later use. Calibration equations must include linear, non-linear, and linear forced through zero

22 Wavelengths library The software must have a library of analytical wavelengths containing at least 5000 wavelengths. Standard conditions for all elements must be included in the software

23 Additional equipmentUniversal microfine grinder

Additional kit of sieves

Multiwave mineralizator

Grinderforgrindingvariousinvestigativematerialto the desiredfineness ofnotlessthanthe rangefrom3 mmto0.25mm.Grindingspeedis selected in the range not lessthanfrom3,000to6,500rpm.The millis madeofstainlesssteel.OverloadprotectionMotorprotectionclassof at leastIP22.Power supply: g230V, 50/60Hz.Continuousworkingtimenotlessthan120min.Possibility tocoolgrinder workingarea with dryice.Crushingof the samplesizelessthan15mm.Grindingchamberangularvelocityof not lessthan22.5m/s.The kitcontainsnotlessthan 1sieve unit with 2mmmesh, 1sieve unit with 1 mm mesh size, 2 sieve units with 0.5mm mesh size, 2 sieve units0.25 mmmeshsizesieve.

The kitshould includenot lessthan1sieveunit withaporediameter 0.2mm ± nomorethan10% and notlessthan2 sieve units withaporediameter of0.1mm±nomorethan10%. Sievediameter should be notlessthan200mmand a height ofnotlessthan25mm. Thesesievesmustbeprovidedwithupperandlowerlids. Sievesmustbemetrologicalyverified.

Sample preparation system, for mineralization of organics and inorganic samples, for ICP-OES

34 of 49

Specialized table

measurements:- multiwave mineralizator with at least 8 position rotor and 8 fully closed teflon vessels. - teflon vessels max working temperature at least 260ºC, at working pressure at least 60 atm;- chamber of mineralizator produced from stainless steel and covered with protection coating from aggressive medium (matrices) (HNO3, HCl, HF, etc.)- power at least 1400W, with unpulsed microwave power over the whole range;- remote sensorial simultaneous pressure and temperature control in all vessels (digital and graphical imaging);- opportunity to programme the temperature variation;- the libraries should be included;Specialized table recommended by producer for placement of measuring equipment

24 Special gases The set of special gases of producer recommended purity: Ar (purity – ≥99,996%; O2 - ≤5 ppm; H2O - ≤4 ppm; N2 - ≤20 ppm). It should be supplied enough special gases to start the system and to teach the personal to work with itTwo stage reducer valves for every gas

25 Warranty Not less 1 year warranty

Delivery time and terms: Not less than 4months after submission of order and signing of purchase contract with the possibility to extend the contract if needed. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents but no later than 5 days after project funding is received. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall either replace or repair all defective parts at Supplier expense if the defects have been advised within 12 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system order have been delivered and are in full working order. This service is supplied at no extra charge.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

35 of 49

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated. The supplier must submit quality certificates and calibration protocols.

*************

Procurement part No. 6 Mobile system of combustion product (NO/NO2, CO, CO2, SO2, H2O, CiH, O2)

analyzersTechnical parameters

Requirements for technical parameters

1 Subject For research of combustion processes of solid, liquid biofuel and recovered fuel

2 Measuring principle Fourier Transform Infrared (FT-IR) measuring principle – NO, NO2, CO, CO2, SO2, H2O continuous measurementFlame ionization (FID) measuring principle – CiHj (TOC) continuous measurementOther measuring principle matched with mentioned above - O2 continuous measurement

3 Flue gas sample system

necessary

4 Sampling probe pipe of combustion products (1 piece)

stainless steel SS 316 pipe length/diameter ≥ 1,5 m/ ≤ 8 mm

5 Heated sampling probe with backpurge system (1 piece)

ceramics filter heated filter element temperature controller for temperature range 0-180 oC limiting overrun of set temperature valves for sampling closing and cutting of calibration

gas heated (up to 180 oC) mounting flange protection from influence of the ambient environment material teflon PTFE, viton, ceramic power supply 230 V AC, 50 Hz,

6 Heating lines(set)

PTFE coated diameter 6/8 mm length ≥ 5 m heating temperature up to 200 oC temperature sensor Pt 100

7 Flue gas preparation unit

Necessary

8 Heated flue gas preparation unit (1piece)

maintained temperature ≥ 180 oC multipurpose dust filter resistant to temperature

variation filtering capacity 2 μm

Temperature control setHeated membranous pump

heating temperature ≥ 180 oC flow ≥10 l/min working pressure 0,3-2,5 bar or better temperature up to -20 - 200 oC or better power 230 V AC 50 Hz electromagnetic closing valve heating temperature ≥

36 of 49

180 °C

9 Analyzers necessary10

NO, NO2, CO, CO2, SO2, H2O analyser (1 piece)

Fourier Transform Infrared (FT-IR) measuring principle simultaneous, continuous analysis/monitoring of gas

compounds in combustion products analysis temperature ≥ 180 oC main measuring components NO, NO2, CO, CO2, SO2,

H2O, additionally O2 exchangeable (selectable by user) measuring ranges:

NO – up to ≥5000 ppm NO2 – up to ≥500 ppm CO – up to ≥50000 ppm CO2 – up to 25% SO2 – up to ≥3000 ppm H2O – up to ≥10 % 02 – up to 21%

not needed continuous calibration response time T90: <120 s zero point drift < 2 % of measuring range temperature drift < 2 % of measuring range per 10K

temperature change zero point calibration – with N2 (≥4.0 N2 calibration

gas) interface RS232 operating temperature for long term 5...30 oC or better operating temperature for short term 0...40 oC or

better power supply 230 V AC 50 Hz

Spectrometer resolution - preferably 8 cm-1or 4 cm-1

scan frequency - ≥ 10 scans/s wavenumber range – preferably 900 – 4200 cm-1 or

700 – 4200 cm-1

Sample cuvette material – Al coated 100% rhodium

Separate O2 detector

11

Laptop (1 piece)

Specialised software for quantitative and qualitative analysis of samplesProcessor Microprocessor architecture x86, suporting 32 and 64 bit operating system. Minimum „Passmark CPU Mark“ 2057. http://www.cpubenchmark.net/cpu_list.php . Hyper-Threading Technology or equivalent

Hard Disk ≥320GBMemory ≥4096 MBMemory Type SODIMM DDR3 or equal Memory Speed ≥ 1066 MHzMax Memory ≥8192 MBScreen Size ≥15.6Screen Type TFT HD [LED]Max resolution ≥ 1366 x 768Graphics IntegratedAudio Description Integrated Audio

37 of 49

Optical Drive DVD±RW Super Multi (+DVD-RAM) Dual layerCapacity 1 x Express card 54/34Battery Type Lithium-ionInterface Type

- 1 x 15 – channel D-Sub- 1 x Mini Display Port- 3 x USB 2.0- 1 x RJ-11(modem)- 1 x RJ-45(LAN)- 1 x E-SATA/USB Combo- 1 x Serial Port- Headphones out- Microphone out- Supply unit (DC-in)

Wi-Fi YesWireless type of connection: IEEE 802.11a/b/g/nBluetooth YesCard reader YesMedia Types

- SecureDigital Card- MultiMedia Card- Memory Stick- Memory Stick Pro- xD-Picture Card

Standard system - 1x 10/100/1000BaseT

Gigabitethernet (RJ45)- Modem 56K V.92- Stereo- Microphone- Integrated Webcam

Operating System- Microsoft Windows 7 Professional

64-bit or equal12

Hydrocarbon CiHj analyzer (mobile application)(1 piece)

analysis method - FID (flame ionization detector) 5 free selected measuring ranges (selectable by user)

0-10/ 0-100/ - 0-1000/ 0-10000/ 0-100000 ppm or other equivalent

max. sensitivity ≤1 ppm CH4; automatic ignition; auto ranging automatic back purge controlled heating ≥ 180 oC T90 time: ≤1,5 s zero drift < 1 % full scale/ 24 h span drift < 1 % m.v./ 24 h fuel: gas 100% H2 or H2/He signal output 0...10 V DC, 4...20 mA interface RS232 LCD display Automatic ignition, internal temp. controller for heated

sample working temperature range 5...40 oC power supply 230 V AC 50 Hz

38 of 49

13

Accessories All the necessary accessories must be included in the proposal

14

Mounting in mobile cases (set)Trolley for transport of cases

with mounted analyzer(s) with gas preparation unit(s)

15

Mounting elements (set)

Necessary

16

Spec. and calibration gas cylinders (set)

hydrogen – spec. powder cassette (solid fuel gas storage cartridge) for filling FID analyser with hydrogen (50 l)

nitrogen – 10 and 2 l cal. gas propane – 10 and 2 l cal. gas

Reducer valves for calibration gas (2 stage: 200bar/0,05 bar)

17

Mounting of the system

Necessary

18

Start up and adjustment of the system

Necessary

19

Personal training Necessary

20

Technical documentation

Necessary

21

Warranty Not less than 12 months.

Delivery time and terms: Not less than 4months after submission of order and signing of purchase contract with the possibility to extend the contract if needed. Delivery in accordance to INCOTERMS 2000 DDP, Lithuanian energy institute.

Payment terms: Final payment not less than 60 days from submission of invoice and other acceptance-delivery documents but no later than 5 days after project funding is received. Advance payment up to 30 % of total price of the equipment may be provided upon demand. Advance payment more than 30 % is possible only with the bank guarantee or other Advanced Payment Guarantee.

Warranty period: Supplier must warrant that the equipment being supplied must be free from any defects resulting from faulty design, materials or workmanship at the date of delivery. Supplier shall either replace or repair all defective parts at Supplier expense if the defects have been advised within 12 months after date of approved function test. For parts repaired or replaced as mentioned above, the warranty period shall be 3 months from the date of repair or replacement.

Service: Remedy time for announced defects is maximum 48 hours from complaints Monday-Friday 08.00 - 17.00.

Installation and acceptance: Acceptance is performed after the installation engineer of the Supplier will complete the connection of the services to the system, check that the system is working to specification and all components that make up the system order have been delivered and are in full working order. This service is supplied at no extra charge.

Documentation: Set of user manuals (in English or Lithuanian) sufficient for the setting-up, operation and maintenance of the system.

39 of 49

Quality Assurance: Equipment shall be completely new. The complete system and its components shall be mutually coordinated. The supplier must submit quality certificates and calibration protocols.

40 of 49

41 of 49

Annex 5to the Conditions of Open Tender

Contract on Purchase of Laboratory Scientific EquipmentNo._____

Kaunas _________ 2011

__________, code _______, registration office ________, under representation of_______, hereinafter referred to as Supplier, and

Lithuanian Energy Institute, code 111955219, registration office at Breslaujos st. 3, LT-44403 Kaunas, Lithuania, under representation of Eugenijus Ušpuras, director of Lithuanian Energy Institute, hereinafter referred to as Purchaser,

jointly hereinafter referred to as the ‘Parties‘, and any of them separately – as a ‘Party‘,

have concluded the Contract on the following:

1. CONTRACT OBJECT

1.1. The Purchaser orders and the Supplier accepts an obligation to supply and install in Purchaser’s place the following Scientific Equipment (hereinafter referred to as the ‘Equipment):

No. Equipment Amoun

tUnit price, LTL (EUR)

Unit price including VAT, LTL

(EUR)1.2.3.

Total:1.2. Technical specification of the Equipment shall correspond to the specification

appended hereto as Annex 1.1.3. Complete set of the Equipment and characteristics of its components are cited in

Technical Specification (Annex 1), which is being indispensable part of the Contract;

1.4. Term of delivery (supply and installation) of the Equipment – 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 equipment: Lithuanian Energy Institute, Breslaujos st. 3, Kaunas. Term for setup, tuning and probation of the delivered Equipment as well as for training Purchaser’s personnel for work with the Equipment - not later than within 1 month from the day of delivery of the Scientific Equipment.

1.5. Due to the unforeseeable circumstances, the term of contractual undertakings may be extended by the mutual agreement of both parties but not longer than for the period of 3 months.

42 of 49

2. RIGHTS AND DUTIES OF THE PARTIES

2.1. During the validity term of the Contract Purchaser has the right to: 2.1.1. Require the Supplier to inform about the fulfillment of the Contract;2.1.2. requirethe Supplier to consult on installation of connections for supplied

Scientific Equipment in Purchaser’s premises.2.2. Purchaser undertakes to: 2.2.1. pay the price of Scientific Equipment indicated in the Contract;2.2.2. reimburse for additional expenses for the performance of the Contract, arising

due to Purchaser’s fault;2.2.3. render assistance to the Supplier in order to ensure delivery ofthe Scientific

Equipment in time; 2.2.4. appropriately prepare premises for setup of the Scientific Equipment.2.3. During the validity term of the Contract Supplier has the right to: 2.3.1. ask Purchaser for help in performing the Contract;2.3.2. ask Purchaser for prepayment, together providing bank guarantee or insurance

policy issued by insurance company for the sum of prepayment; to require Purchaser to make a payment under the terms and conditions of the Contract.

2.3.3. require Purchaser to make a payment under the terms and conditions of the Contract.

2.4. Supplier undertakes to: 2.4.1. deliver in time Scientific Equipment indicated in the Contract;2.4.2. provide all information about the fulfillment of the Contract upon request of

Purchaser;2.4.3. notify Purchaser immediately about the difficulties of the fulfillment of the

Contract and other circumstances, which may negativelyaffect the fulfillment of the Contract;

2.4.4. cover all expenditures of transportation of Scientific Equipment, insurance, customs duties, included to price of Scientific Equipment (terms of delivery of Scientific Equipment according to INCOTERMS 2000 – DDP (Delivered Duty Paid));

2.4.5. provide all information and consultations on preparation of Purchaser premises and instalation of connections for supplied Scientific Equipment therein;

2.4.6. cover all his experts travel expenses to Purchaser’s place that is necessary for setup and probation of Scientific Equipment as well as for basic training of Purchaser’s personnel;

2.4.7. eliminate immediately all defects of delivered Scientific Equipment determined during its probation time;

2.4.8. present the instruction manual of delivered Scientific Equipment in Lithuanian or English.

3. CONTRACT PRICE AND TERMS OF PAYMENT

3.1. Currency of payments done between the parties in the frameworks of the Contract shall beLitas (LT)/Euro (EUR);

3.2. Total price of the Scientific Equipment according to the Contract is _______ Lt (______ litas, _____ ct)/ _______ euro (______ euro, _____ ct).All necessary taxes and expenditures of the Supplier, which are related to fulfillment of contractual obligations, are included in the contract price;

3.3. 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.

43 of 49

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 ‘Valstybės žinios’ 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;

3.4. During the Contract period the pricing shall not be recalculated due to changes of genera pricing level;

3.5. The prices specified herein shall be paid according to the official rate of exchange between Euro (EUR) and Lithuania-Litas (LTL). According to the effective official rate of exchange on the date of Contract signing, 1 EUR equals 3,4528 LTL. Following changes in the official rate of exchange between EUR and LTL, the amount of unfulfilled obligations specified in the Contract automatically change without any other specific changes in the Contract or other documents. The amount of unfulfilled obligations shall be recalculated in Litas in accordance with the same amount in euros before the change of exchange rate between EUR and LTL;

3.6. The parties may agree that Purchaser will pay to Supplier up to 30% from the total Contract price prepayment, without a demand of securities. In cases of purchasing sophisticated equipment, Purchaser may pay to the Supplier prepayment exceeding 30% from the total Contract price only after having received a prepayment invoice together with bank guarantee or insurance policy issued by insurance company for the sum of prepayment. Purchaser shall pay the prepayment within 45 days from the contract signing day. In cases of financial obstacles, the term for payment shall be extended by mutual agreement of the parties;

3.7. 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.If the Purchaser is being late to settle with the Supplier under the conditions of the Contract, the parties shall set an additional payment term;

3.8. The ultimate sum, _______ Lt (______ litas, _____ ct)/ _______ euro (______ euro, _____ ct) or ___% of the total Contract price shall be paid to Supplier after the delivery of the Scientific Equipment and signing of invoice and Acceptance Certificate by both parties.

4. TERMS OF DELIVERY OF SCIENTIFIC EQUIPMENT4.1. Scientific Equipment shall be delivered to Lithuanian Energy Institute (Breslaujos

str. 3, Kaunas, Lithuania) according to INCOTERMS 2000 - DDP (Delivered Duty Paid) Kaunas;

4.2. Supplier chooses a carrier that will undertake to deliver to Purchaser the Scientific Equipment to the place indicated in the Contract;

4.3. Supplier is responsible that the Scientific Equipment be packaged and transported according to all common standards applied to transportation of Scientific Equipment or similar equipment, that will ensure safe delivery thereof;

4.4. All the risks concerning Scientific Equipment pass from Supplier to Purchaser from the acceptance of delivery of the Scientific Equipment at the Purchaser’s place.

5. TERMS OF ACCEPTANCE OF DELIVERY5.1. The Scientific Equipment will be accepted by the Purchaser only after the

delivery, setup and tuning by the Supplier’s representatives at Lithuanian Energy Institute;

44 of 49

5.2. The acceptance of Scientific Equipment delivery shall be confirmed by signing the Acceptance Certificate by both parties;

5.3. If the quality or specification of the delivered Scientific Equipment does not correspond to Technical Specification (Annex 1), the Purchaser has the right to choose one of the following options:

5.3.1. demand the immediate replacement of improper parts of Scientific Equipment with an appropriate one, or

5.3.2. demand the immediate elimination of any deficiencies of delivered Scientific Equipment by the Supplier;

5.4. At the time of setup and tuning of the Scientific Equipment the Supplier’s representatives will briefly acquaint representatives of Purchaser with basic operation specifics and directions for use of the equipment.

6. VALIDITY OF THE CONTRACT6.1. The Contract comes into force after signing it by both parties and shall be in force

until the fulfillment of all obligations of the parties;6.2. After the conclusion of the Contract, not later than within 14 days, Supplier must

submitthe financial security of performance of the Contract. The financial security of performance shall be a guarantee of the bank registered in the Republic of Lithuania or abroad, or an insurance policy issued by insurance company for at least 2% of the total Contract price.

7. RESPONSIBILITY OF THE PARTIES7.1. If Supplier fails to meet the final date for delivery of Scientific Equipment,

Purchaser shall be entitled to demand payment of a contractual penalty from the determined delivery date on. The applicable rate for such contractual penalty shall be 0.02% of the Contract Price for each day of delay or 10 % of the Contract Price penalty;

7.2. The parties agree to settle by negotiations all disputes and disagreements that may arise in the course of fulfillment of the Contract. In cases the parties do not find mutually acceptable solution in 20 working days, the dispute will be settled according to the laws of the Republic of Lithuania, in the Court of first instance of Kaunas;

7.3. The parties are released from responsibility for nonfulfillment or improper fulfillment of the obligations under the Contract, if the nonfulfillment takes place due to the circumstances of force-majeure, such as natural disasters like flood, fires, earthquake, as well as acts of legislative bodies, which at the time of drawing the Contract the Party could not foresee and which it could not avoid or overcome. In this case parties agree to move the term for the fulfillment of Contractual obligations for the period of duration of the above circumstances.

8. GUARANTEE AND SERVICE8.1. The Supplier guarantees the quality and workability of Scientific Equipment

described in paragraph 1.1 and Annex 1, and undertakes to provide free service on fixing defects of the Scientific Equipment when those defects are revealed within _____ months after signature of Acceptance Certificate. Supplier must cover all transportation and insurance expenditures if they arise in connection with aforementioned conditions of guarantee. Supplier shall not be responsible for the damages of the Scientific Equipment caused by Purchaser as a result of maloperation or mishandling by the Purchaser’s personnel;

8.2. The Supplier shall eliminate defects, which arise during the term of guarantee, within 20 days after Purchaser notifies Supplier about defects;

8.3. After the end of the guarantee period the Supplier shall provide technical assistance and service to Purchaser in connection to Scientific Equipment. Supplier shall perform such service in accordance with Service Contract, which will be signed by the parties.

45 of 49

9. MODIFICATION AND TERMINATION OF THE CONTRACT

9.1. The Contract can be modified or terminated on the parties’ agreement only if such modifications do not change the essential terms of the Contract and contradict principles established in the Law on Public Procurement. Modifications made in the Contract on the parties’ agreement should be recorded in Annexes being indispensable part of the Contract;

9.2. Due to unforeseeable circumstances, the model of Scientific Equipment being purchased may be changed under the condition that the equipment of another model will conform to all specified requirements and delivery price will not exceed the Contract price;

9.3. Payment timetable indicated in the Contract is preliminary. Due to unforeseeable circumstances, it may be modified by the mutual agreement of the parties to the Contract;

9.4. If circumstances described in paragraph 7.3. of the Contract last more than 20 days, each party may terminate the Contract with prior written notice to the other party. In this case the parties shall mutually agree on the arrangements for termination of the Contract and payment conditions;

9.5. The Contract may be terminated by either party at any time if it determines that the other party has substantially failed to perform its functions or duties under the Contract. In such case the party initiating termination procedures shall notify the other party in writing, at least thirty (30) days prior to its intent to terminate the Contract;

9.6. In case of termination of the Contract, parties will refund to each other all actual expenses including prepayment, losses, overhead charges, transportation and other expenses.

10. OTHER CONDITIONS

10.1.The Contract has been made in two copies in English (one copy for each party). Each of the copies has equal validity. The Contract shall be governed in accordance with the laws of the Republic of Lithuania;

10.2.Any amendments or modifications of the Contract shall be made in the form of written Annexes and signed by both parties. Any documents including amendments, modifications and Annexes to the Contract, as well as the Contract itself, transmitted by parties to each other by fax are valid;

10.3.All notices, requests or other correspondence between the parties pursuant to the Contract shall be in writing and sent by registered mail or transmitted by fax to the following addresses of relevant parties or other addresses presented by the parties;

10.4.The Contract is in force until the proper fulfilment of all contractual obligations, or mutual agreement of the parties on termination of the Contract;

10.5.The parties have no right to transfer their obligations defined by this Contract to the third parties without prior written consent of the other party;

10.6.The parties shall treat all the information related to the subject matter of contractual obligations and other information presented in this Contract as confidential;

10.7.The following Annexes form indispensable part of the Contract:10.7.1. Technical specification.11. LEGAL ADDRESSES AND BANK ACCOUNTS OF THE PARTIES

46 of 49

SUPPLIERNameAddressTel.:Fax:

Account information:

PURCHASER

Lithuanian Energy InstituteBreslaujos str. 3, LT-44403 KaunasLithuaniaTel.: +37037351403; Fax: +370 37 351271

Account:Account Number: LT637011700002345654Bank “Ūkio bankas”, Kaunas BranchBank Address: Maironio str. 26, LT-44249 Kaunas

On behalf of SUPPLIER

(signature)

On behalf of PURCHASER

Director of Lithuanian Energy InstituteEugenijus Ušpuras

(signature)

Stamp place Stamp place

47 of 49

Annex 6to the Conditions of Open Tender

CHECKLIST OF SUBSTANTIATING DOCUMENTS FOR SUPPLIER

(checklist for own use of the Supplier)

No. Description of the documentArticle of

conditions of tender

PreparedEnclosed to tender

offer1. A completed and signed form of tender

offer(Annex No. 1)

25.1.

2. 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

11.1 (25.2.)

3. A document issued by the State Enterprise Centre of Registers or a relevant foreign authority

11.2 (25.2.)

4. The document issued by tax authority or by the State Enterprise Centre of Registers or a relevant foreign authority

11.3 (25.2.)

5. The document issued by social security authority or by the State Enterprise Centre of Registers or a relevant foreign authority

11.4 (25.2.)

6. 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).

11.5 (25.2.)

7. 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)

11.6 (25.2.)

8. The list of successfully completed contracts indicating contractor, software provided, total value of the contract, date of signature and accomplishment of the contract

11.7 (25.2.)

9. Duly confirmed copies of the documents, proving that the Supplier has the right, authorized by manufacturer, to provide warranty service. If the Supplier has not

11.8 (25.2.)

48 of 49

authorized technical servicing centre for the offered equipment, the Supplier shall submit a copy of the signed contractfor all the warranty service period with a providing the above-mentioned technical servicing.The list of warranty services for equipment offered, indicating its title and address (centre of service).

The certificate or other document (original or confirmed copy) about the Supplier’s potential to perform warranty service.

10. Supplier‘s Declaration of Honesty (Annex 2) 25.3.

11. Supplier‘s Declaration (Annex 3) 25.4.12. A partnership agreement or a duly

certified copy thereof, when tender offer is submitted by a group of legal entities

25.5.

49 of 49