Supported byOwner's Engineer
Clarion Energy banner

RS-Belgrade: IPA —construction of substations 400/110 kV Vranje-4 & Leskovac-2 — relaunch ‘Equipment and materials for 400/110 kV Vranje-4 substation’

Supported byspot_img

 

2012/S 1-000024

Supported by

10SER01/25/22

Location — Republic of Serbia

Supply procurement notice

1.Publication reference:

Supported by

EuropeAid/131497/C/SUP/RS.

2.Procedure:

Open.

3.Programme:

IPA 2010.

4.Financing:

Budget line.

5.Contracting authority:

European Union, represented by the Delegation of the European Union to the Republic of Serbia, on behalf of and for the account of the beneficiary country, Belgrade, SERBIA.

Contract specifications

6.Description of the contract:

The subject of the contract shall be the detailed design for specific items, manufacture, delivery, testing, commissioning and training for the following supplies:

high voltage equipment, relay protection control and monitoring and metering system, telecommunications, auxiliary supply and diesel generator set and LV and control cables for Vranje-4 substation, which is air-insulated type consisting of: 2 × 400 kV OHL bays, 1 × 400 kV bus coupler bay, 2 × 400 kV power transformer bays, (main 1 and main 2) 400 kV bus-bars tubular type, 6 × 110 kV OHL bays, 1 × 110 kV bus coupler bay, 2 × 110 kV power transformer bays and 110 kV bus-bars tubular type (main 1 and main 2).

It is included detailed design of control, protection, monitoring and metering and telecommunication system and detailed design for auxiliary supply.

It is to be noted that for the implementation of the contract, the contractor will have to carry out the detailed design for auxiliary supply, control, protection, monitoring and metering and telecommunication system according to the Serbian legislation which requires that the legal person doing it must have the necessary licences issued by the relevant national authorities.

7.Number and titles of lots:

1 lot: ‘Equipment and materials for 400/110 kV Vranje-4 substation’.

Terms of participation

8.Eligibility and rules of origin:

Participation is open to all legal persons participating either individually or in a group (consortium) of tenderers which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see item 22 below). All goods supplied under this contract must originate in one or more of these countries. Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.

Derogation on the rule of origin is granted in respect of the following equipment included in this lot. These supplies listed below may originate in countries other than Member States of the European Union or countries covered by the IPA programme.

a) Testing and measuring equipment

Item No; name; pcs:

9.4.1 L2-TC; magnification video probe with hand-held display; 1;

9.2 L2-TC; optical loss test set; 1;

9.3 L2-TC; Datacom and Ethernet data tester; 1;

9.5 L2-TC; optical network test platform for dispersion measurement; 1.

b) Data processing equipment

Item No; name; pcs:

1.3.1 L2-RP; rugged laptop computer; 1;

1 L2-CM (14262); operator workstation; 2;

1 L2-CM (14265); monitoring workstation; 1;

1; 2 L2-CM; printer; 2.

c) Telecommunication equipment

Item No; name; pcs:

1 L2-TC; Ethernet switch — process LAN; 1;

L2-CM (14274); Ethernet switch — control room; 1;

9.3 L2-TC (14346); E1/Datacom and Ethernet data tester; 1;

1 L2-TC; Ethernet switch; 2;

1 L2-TC; access router; 2;

5.21 L2-TC; UPS 230 V AC, 1 000 VAr; 2;

5 L2-TC; UPS 230 V AC, 2 500 VAr; 2.

9.Grounds for exclusion:

Tenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the ‘Practical Guide to contract procedures for EU external actions’.

10.Number of tenders:

Tenderers may submit only 1 tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.

11.Tender guarantee:

Tenderers must provide a tender guarantee of 130 000 EUR when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.

12.Performance guarantee:

The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the contracting authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.

13.Information meeting and/or site visit:

No information meeting is planned.

14.Tender validity:

Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.

15.Period of implementation of tasks:

545 days is the period from the commencement date until the delivery of supplies.

730 days is the implementation period of tasks from the commencement date till the contractor’s application for provisional acceptance certificate.

In the period between the delivery on site and the issuance of the provisional acceptance certificate, installation, testing, commissioning and training will be performed. Provisional acceptance certificate will be issued after satisfactory performed tests and commissioning.

Selection and award criteria

16.Selection criteria:

The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole:

1) Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract). In the case of the tenderer being a public body, equivalent information should be provided:

(a) the average annual turnover of the tenderer for the last 3 years (2009, 2010 and 2011) must exceed: 4 000 000 EUR.

2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract):

(a) at least 10 permanent engineers as staff currently working for the tenderer in fields related to this contract;

(b) the tenderer must provide evidence of his own, or the manufacturer’s (if the tenderer is not a manufacturer) current quality management system certificate according to ISO 9001 or national equivalent.

3) Technical capacity of tenderer (based on i.e. items 5 and 6 of the tender form for a supply contract):

(a) the tenderer has completed successfully in the past 3 years at least 2 similar projects with a budget of at least 6 000 000 EUR each in supplying 400 kV high voltage substation equipment and 400 kV substation control, protection and telecommunication (the reference period starting 1.1.2009).

The tenderer shall supply copies of the respective certificates of provisional or final acceptance issued by the supervisors/contracting authority of the reference projects concerned and/or a written letter of satisfaction from the employer or clients of that contract;

(b) the legal person proposed by the tenderer who will carry out the detailed design for auxiliary supply, control, protection, monitoring and metering and telecommunication system must possess necessary licences from the relevant ministries and local authorities.

An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the contracting authority are when the tenderers rely in majority on the capacities of other entities or when they rely on key criteria. If the tenderer relies on other entities it must prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the contracting authority.

17.Award criteria:

Price.

Tendering

18.How to obtain the tender dossier:

The tender dossier is available from the following Internet address:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

The tender dossier is also available from the contracting authority. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and instructions must be strictly observed.

Tenderers with questions regarding this tender should send them in writing to: darko.popovicZeeas.europa.eu and delegation-serbia-fcsZeeas.europa.eu (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers’ questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

19.Deadline for submission of tenders:

13.3.2012 (12:00), Central European Time.

Any tender received after this deadline will not be considered.

20.Tender opening session:

13.3.2012 (15:00), Central European Time, at the Delegation of the European Union to the Republic of Serbia (GTC avenue Building Block 19a, Vladimira Popovica Street 40, 9th floor, 11070 New Belgrade, REPUBLIC OF SERBIA).

21.Language of the procedure:

All written communications for this tender procedure and contract must be in English.

22.Legal basis:

Council Regulation (EC) No 1085/2006 of 17.7.2006.

Supported by

RELATED ARTICLES

Supported byClarion Energy
spot_img
Serbia Energy News
error: Content is protected !!