​​​​​​​​​​​​​​​​​


400/2001
Γαλβανισμένα Υλικά
03/08/2001
Language Image
"Tender No.: 400/2001 Galvanised Materials Successful Tenderer Brief Description of Contract Work 1. EXTENT OF CONTRACT - The Contract includes the 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 Galvanised Materials: GROUP I Item No. Quantity Pcs/sets Description 1 6000 Intermediate Pole Steel Crossarms, 1620mm. 2 2000 Intermediate Pole Steel Crossarms, 2240mm 3 3000 Section Pole Steel Crossarms, 2240mm 4 3500 Terminal Pole Steel Crossarms, 1620mm 5 26000 Crossarm Tie Straps. 6 14000 Terminating Straps 7 1300 Steel Supporting structure for 11KV Expulsion Fuses (“D” Fuses) 8 1900 Transformer Steel Mounting Platform H-Pole arrangement GROUP II Item No. Quantity Pieces Description 9 140000 ‘D’-Irons 10 6000 Knuckle Boss 11 5000 Shackle straps 12 200 Extension(Off-set) brackets, 550mm wide 13 220 Extension (Off-set) brackets, 850mm wide 14 450 Extension (Off-set) brackets, 1.150mm wide 15 1600 Bangalow Brackets, 2.400mm long and leg length 600mm 16 400 Bangalow Brackets, 2.400mm long and leg length 300mm 17 1200 Wall spikes GROUP III Item No. Quantity Pcs/Sets Description 18 14000 Eye Bolts 19 2500 Eyes 20 1800 Tie Rods M20x1.800mm 21 1800 Tie Bolts 22 18000 Insulator Pins 23 4000 Pilot Insulator Pins 24 15000 Disc Insulator Hooks 25 33000 Adjustable Stay Rod Assemblies GROUP IV Item No. Quantity Pieces Description 26 2000 Earth Rods 1000mm 27 20000 Earth Rods 1800mm 2. SHIPMENT - The port to which the equipment should be shipped is Limassol or Larnaca on the South Coast of Cyprus. 3. DELIVERY - Delivery is required in six shipments, with the first being effected within 4 months from Contract award and the rest in 6 month intervals from each other. It will be to the Authority’s absolute discretion a. to change any of the deliveries by up to ±3 months, and b. to vary the total quantity of each item by up to ±20% without any change in the unit prices or other term of the Contract. For any change or variation, the Contractor will be informed accordingly in advance. 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 9002 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 9002 Standard. 8. CERTIFICATES -The Tenderer must furnish as part of his Tender: (i) Certificates establishing that the goods offered comply with the relevant Specification. (ii) Valid ISO 9002 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 9002 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 following sums: Group I C£ 15.000 (fifteen thousand Cyprus Pounds) Group II C£ 10.000 (ten thousand Cyprus Pounds) Group III C£ 20.000 (twenty thousand Cyprus Pounds) Group IV C£ 3.000 (three 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 13 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, 3 August 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, 3 August 2001 at 12.30 hours local time. 16. AWARD – Each Group of items will be adjudicated and awarded separately. It will be, however, to the Authority’s absolute discretion to consider any Tenders which offer more favourable terms to the Authority, in case two or more Groups are combined for adjudication and award. 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