​​​​​​​​​​​​​​​​​


397/2001
Πίνακες Διανομής Χαμηλής Τάσης
20/07/2001
Language Image
"Tender No.: 397/2001 Low Voltage Distribution Fuseboards 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 : ITEM NO. QUANTITY DESCRIPTION 1 80 pcs L.V. Distribution Fuseboards (Enclosed type) 6-way, Left-hand entry. (Stores Code 102063) 2 80 pcs L.V. Distribution Fuseboards (Enclosed type) 6-way, Right-hand entry. (Stores Code (102067) 3 80 pcs L.V. Distribution Fuseboards (Enclosed type) 8-way, Left-hand entry. (Stores Code 102078) 4 80 pcs L.V. Distribution Fuseboards (Enclosed type) 8-way, Right-hand entry. (Stores Code 102079) 2. SHIPMENT - The port to which the equipment should be shipped is Limassol or Larnaca on the South Coast of Cyprus. 3. DELIVERY - The equipment is required to be delivered in two shipments as follows: (a) Shipment 1: 50% of the total quantity of each item to be shipped so that to arrive at Limassol or Larnaca Docks, four months from the date of award of Contract. (b) Shipment 2: the balance to be shipped so that to arrive at Limassol or Larnaca Docks in December 2002. 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 Quality Assurance Certificate for the goods offered 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 ISO 9001 Standard. 8. CERTIFICATES -The Tenderer must furnish as part of his Tender: (i) Type Test Certificates issued by a reputable and internationally recognised Testing Body such as KEMA or CESI, establishing that the goods offered comply with the relevant Standards. (ii) Valid ISO 9001 Quality Assurance Certificate of the goods offered 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 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. 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 sum of C£ 25.000 (twenty five 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. 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 1 June 2001, 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, 20 July 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, 20 July 2001 at 12.30 hours local time. 16. AWARD - The Tender will be adjudicated and awarded as a whole. 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