​​​​​​​​​​​​​​​​​


415/2002
Υπαίθριος Υποσταθμός Αφροδίτη 132KV
05/04/2002
Language Image
"Tender No.: 415/2002 132KV Outdoor Aphrodite Substation Closing Date Amended to 5.4.2002 Brief Description of Contract Work 1. EXTENT OF CONTRACT – The Contract is on a turnkey basis and provides for all parts of the work, excluding civil works, to be completed in every respect for commercial operation to the requirements of the Engineer. However, the 11kV switchboards for substations Karvounas, Pyrgos, Kophinou and Sotira S/S’s are supply CIF Cyprus. The Contract covers the design, manufacture, inspection and testing at the maker's works and at site, packing for export shipment, insurance, transport and delivery CIF Cyprus to site or store, unloading, customs clearance, complete erection, testing and setting to work and maintenance for a period of twelve (12) months of the following: Aphrodite Substation Establish a new 132/11 kV outdoor substation with two 16MVA 132/11,51 kV transformers and a 13 panel 11kV switchboard. In addition to the above the following are also required: Karvounas Substation Supply CIF Cyprus only a 15-Panel 11kV Switchboard. Bay units on each feeder shall include all the necessary functions for the protection of feeders and the control and monitor of the circuit breakers without the necessity for communicating with the Station Control Unit. Bay units shall have also the facility to be accessed through an Engineering PC both locally and through a modem remotely. The modem shall be provided in this Contract. In addition Bay Units of the whole switchboard shall be wired together so as simultaneous interrogation to one or more units can be possible if needed. Pyrgos Substation Supply CIF Cyprus only a 15-Panel 11kV Switchboard. Bay units on each feeder shall include all the necessary functions for the protection of feeders and the control and monitor of the circuit breakers without the necessity for communicating with the Station Control Unit. Bay units shall have also the facility to be accessed through an Engineering PC both locally and through a modem remotely. The modem shall be provided in this Contract. In addition Bay Units of the whole switchboard shall be wired together so as simultaneous interrogation to one or more units can be possible if needed. Kophinou Substation Supply CIF Cyprus only a 12-Panel 11kV Switchboard. Bay units on each feeder shall include all the necessary functions for the protection of feeders and the control and monitor of the circuit breakers without the necessity for communicating with the Station Control Unit. Bay units shall have also the facility to be accessed through an Engineering PC both locally and through a modem remotely. The modem shall be provided in this Contract. In addition Bay Units of the whole switchboard shall be wired together so as simultaneous interrogation to one or more units can be possible if needed. Sotira Substation Supply CIF Cyprus only a 15-Panel 11kV Switchboard. Bay units on each feeder shall include all the necessary functions for the protection of feeders and the control and monitor of the circuit breakers without the necessity for communicating with the Station Control Unit. Bay units shall have also the facility to be accessed through an Engineering PC both locally and through a modem remotely. The modem shall be provided in this Contract. In addition Bay Units of the whole switchboard shall be wired together so as simultaneous interrogation to one or more units can be possible if needed. 2. SITE INFORMATION - The Site is situated in “Petra tou Romiou” region between Limassol and Paphos cities in the southwestern coast of Cyprus. 3. SHIPMENT - The port to which the equipment should be shipped is Limassol or Larnaca on the South Coast of Cyprus. 4. COMPLETION - All works under the Contract relating to the establishment of Aphrodite Substation must be completed within 16 months from the date of Contract award. Delivery of the 11KV switchboards must be effected within 8 months from the date of Contract award. 5. CONDITIONS OF CONTRACT - The Conditions of Contract will be the Electricity Authority of Cyprus Conditions and the Contract will be in conformity with the laws of the Republic of Cyprus and shall be governed by such laws. 6. PAYMENT - The work will be financed from the Authority’s funds and the Contract will provide terms of payment as quoted in the above mentioned Conditions of Contract. 7. COMPLIANCE WITH STANDARDS - Unless another standard is specifically mentioned in the Specification, all materials used and provided under the Contract must, where such standard exists, be in accordance with the latest edition of the British Standards Institution, or the International Electrotechnical Commission (IEC) or the International Organisation of Standardisation (ISO) or in accordance with any of the recognised standards appropriate to the country of manufacture, which in the opinion of the Authority, ensure an equivalent or higher quality. 8. QUALITY ASSURANCE - The Tenderer must have an ISO 9001 Quality Assurance Certificate issued by any member of the ""IQNET"" or other Organisation accredited for this purpose by a National Accreditation Body. 9. CERTIFICATES - The Tenderer must furnish as part of his Tender: (i) Type Test Certificates issued by a reputable and internationally recognised Testing Body establishing that the goods offered comply with the specified Standards and (ii) A valid ISO 9001 Quality Assurance Certificate for the goods offered issued by any Member of the ""IQNET""or other Organisation accredited for this purpose by a National Accreditation Body. OR A certificate, accompanied by the relevant Assessment Report, issued during the last 12 months prior to the Closing Date establishing that the Quality Assurance System implemented for the manufacture of the goods offered is equivalent to the Quality System requirements specified in the ISO 9001 Standard. The certificate may be issued by the Cyprus Organisation for Standards and Control of Quality, or any member of the IQNET or other Organisation, accredited for this purpose by a National Accreditation Body. 10. EXPERIENCE - The Tenderers must have proven and extensive experience in the execution of Contracts of similar nature and value, home and abroad and must submit evidence that they have manufactured goods to the specified standards. 11. VALIDITY - Tenders are required to be held open for acceptance for 120 days from the Closing Date specified. 12. TENDER BOND - The Tenderers are required, as a security for the due performance of their obligations under the Tender, to submit with their Tender an irrevocable Bank Guarantee issued or confirmed by a local Bank carrying out full Banking Operations in Cyprus, in the sum of C£ 100.000(one hundred thousand Cyprus Pounds). The validity of the said Bond shall not expire prior to 30 days beyond the validity of the Tender. The above shall be returnable to the Tenderers’ Bankers if their Tender is not accepted. 13. PERFORMANCE BOND - The successful Tenderer will be required to furnish a Performance Bond to the amount of 10% of the total Contract value. The said Bond shall be valid up to 12 months after completion of the contract. 14. TENDER DOCUMENTS - Tender Documents will be available from the Electricity Authority of Cyprus as from 10 January 2002, upon payment of C£100 - plus V.A.T. for a set of 4 Documents. This payment will not be refundable. Where Tender Documents are to be mailed by the Authority abroad, an additional amount of C£30 - per set should be paid, in order to cover packing and postage costs. 15. CLOSING DATE - Tenders are returnable to the Head Office of the Electricity Authority of Cyprus, by 8 March 2002 at 12.00 hours local time. (Amended to 5 April 2002). 16. PUBLIC OPENING - The public opening of the Tenders will take place at the Authority's Head Office on 8 March 2002 at 12.30 hours local time. (Amended to 5 April 2002). 17. AWARD – The Tender will be adjudicated and awarded as a whole. 18. GENERAL - The Electricity Authority of Cyprus does not bind itself to accept the lowest or any Tender, nor will it be responsible for any costs incurred by the Tenderers in making their Tenders. 19. LOCAL AGENT- No more than two Tenders which nominate the same Local Agent will be accepted by the Authority. It is brought to the Tenderers’ attention that in case three or more of the Tenders submitted nominate the same Local Agent, then all these Tenders nominating the same Local Agent will be rejected by the Authority."
Για επιπρόσθετες πληροφορίες επικοινωνήστε:
Διεύθυνση Προμηθειών
Τηλ.: +357-22 201655
Φαξ: +357-22201660
Ηλ. Ταχυδρομείο: purchasing@eac.com.cy
ΠΡΟΣΟΧΗ
Επιλέγοντας "Λήψη Εγγράφων Διαγωνισμού", αποδέχεστε την παραλαβή Ειδοποιήσεων σχετικά με έκδοση τροποποίησεων και διαφοροποιήσεων του διαγωνισμού αυτού