​​​​​​​​​​​​​​​​​


388/2000
Φανάρια Οδικού Φωτισμού
02/03/2001
Language Image
"Tender No.: 388/2000 Street Lighting Lanterns Successful Tenderer Brief Description of Contract Work 1. EXTENT OF CONTRACT The Contract covers the design, manufacture, inspection and testing at manufacturer’s Works, packing for export and delivery CFR Limassol or Larnaca, Cyprus, on liner terms at both ends, of the following: GROUP I Item Material No. Quantity Pcs Description 1 300480 2000 Street Lighting HPS Lanterns 250W 2 300478 2000 Street Lighting HPS Lanterns 150W GROUP II Item Material No. Quantity Pcs Description 3 300488 10000 Street Lighting HPS Lanterns 70W 4 300487 1500 Street Lighting HPS Lanterns 50W GROUP III Item Material No. Quantity Pcs Description 5 300486 1000 Post Top HPS Decorative Lantern 70W 2. SHIPMENT - The port to which the equipment should be shipped is Limassol or Larnaca on the South Coast of Cyprus. 3. DELIVERY - The Lanterns must be delivered in four consignments (25%of each item) every 4 months from the date of order. 4. 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. 5. 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. 6. 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. 7. QUALITY ASSURANCE - The Tenderer must have an ISO 9001 for the Lanterns and ISO 9002 for the Control Gear Quality Assurance Certificates 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. OR The Tenderer must implement a Quality Assurance system which ensures that the procedures, processes and other measures taken by the Tenderer are equivalent to the Quality System requirements specified in the relevant ISO 9001 or ISO 9002 Standard. 8. CERTIFICATES - The Tenderer must furnish as part of his Tender: (i) Test Certificates establishing that the goods offered comply with the specified Standards. (ii) Valid ISO 9001 for the Lanterns and ISO 9002 for the Control Gear Quality Assurance Certificates 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. 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 relevant ISO 9001or ISO 9002 Standard. The certificates 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. 9. 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. 10. VALIDITY - Tenders are required to be held open for acceptance for 120 days from the Closing Date specified. 11. 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 following amount: Group I C£ 10.000 (ten thousand Cyprus Pounds) Group II C£ 18.000 (eighteen thousand Cyprus Pounds) Group III C£ 2.000 (two thousand Cyprus Pounds) It is clarified that Tenderers offering more than one item may submit only one Tender Security in the relevant total amount. 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. 12. 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 18 months after delivery of the equipment. 13. TENDER DOCUMENTS - Tender Documents will be available from the Electricity Authority of Cyprus as from 29 December 2000, upon payment of C£ 50,-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£20,-per set should be paid, in order to cover packing and postage costs. 14. CLOSING DATE - Tenders are returnable to the Head Office of the Electricity Authority of Cyprus, by Friday, 2 March 2001 at 12.00 hours noon local time. 15. PUBLIC OPENING - The public opening of the Tenders will take place at the Authority's Head Office on Friday, 2 March 2001 at 12.30 hours local time. 16. AWARD - Each Group of items will be adjudicated and awarded separately. 17. 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. 18. 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