Back to tenders & grants page
Kiribati-Tarawa: EDF — Design, supply, installation, and commissioning of HV network, power stations, 200 kWp PV system and associated works for Kiritimati Construction & Engineering, Electronics & Electrical Kiribati-Tarawa: EDF — Design, supply, installation, and commissioning of HV network, power stations, 200 kWp PV system and associated works for Kiritimati
Receive Tenders like this by email

Kiribati-Tarawa: EDF — Design, supply, installation, and commissioning of HV network, power stations, 200 kWp PV system and associated works for Kiritimati

Kiribati-Tarawa: EDF — Design, supply, installation, and commissioning of HV network, power stations, 200 kWp PV system and associated works for Kiritimati has been closed on 25 Apr 2016. It no longer accepts any bids. For further information, you can contact the The Government of Kiribati, represented by the National Authorising Officer

Bellow, you can find more information about this project: 

Location: Indonesia

General information

Donor:

The Government of Kiribati, represented by the National Authorising Officer

Industry:

Construction & Engineering

Electronics & Electrical

Status:

Closed

Timeline

Published:

23 Feb 2016

Deadline:

25 Apr 2016

Value:

Not available

Contacts

Description

Supply contract notice

Location — Kiritimati, Republic of Kiribati, Pacific Region

1.Publication reference:
EuropeAid/137566/IH/SUP/KI.
2.Procedure:
Open.
3.Programme title:
Adapting to climate change and sustainable energy (ACSE), component 2 (energy catalytic) — Kiribati.
4.Financing:
Financing agreement No FED/2013/024-262.
5.Contracting authority:

The Government of Kiribati, represented by the National Authorising Officer, Tarawa, KIRIBATI.


Contract specifications

6.Description of the contract:
The subject of the contract is the design, supply, delivery, unloading, installation, commissioning, maintenance and after-sales service by the contractor of the following goods:
• final design, supply, installation and commissioning of 2, 11-kV electricity networks for Kiritimati. The Zone 1 network covering London, Tabwakea and Tennessee and the Zone 2 network supplying Banana, the Captain Cook Hotel and the Cassidy International Airport,
• supply of 1 050 single-phased standard transfer specification (STS)-compliant electricity prepayment meters,
• supply of 30 3-phase STS-compliant electricity prepayment meters,
• supply, construction and commissioning of a new diesel power station to the north of the Kiribati Oil Company facility (Zone 1 power station),
• clearing and rebuilding the existing diesel power station in Banana (Zone 2 power station),
• installation and commissioning of 2, 315-kVA diesel generators at the Zone 1 power station (generators to be supplied under a separate contract),
• clearing of Tabwakea power station and rehabilitation of land,
• relocation of existing 500 kVA diesel generator from the London power station to the Zone 1 power station, and clearing of old generators, alternators, switchgear and other materials from the existing London power station,
• relocation of the 80 kVA diesel generator at the Tennessee power station to the Zone 2 power station, and clearing and rehabilitation of land at the Tennessee power station.
Supply, installation and commissioning of a 200 kWp grid-connected PV system to the north of the new Zone 1 power station.
7.Number and titles of lots:
The tender is divided into 3 lots. The lots are as follows:
• lot A: supply of Kiritimati high-voltage electricity network,
• lot B: supply of 2 power stations to Kiritimati,
• lot C: supply of 200 kWp grid-connected PV system.
Further details of the lots are provided in Annexes II and III: ‘Technical specifications’ and ‘Technical offer’.


Terms of participation

8.Eligibility and rules of origin:
Participation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in one of the Member States of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also item 22 below). Participation is also open to international organisations.
All supplies under this contract must originate in 1 or more of these countries.
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’.
10.Number of tenders:
Tenderers may submit only 1 tender covering 1, several or all lots. 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 the following amount when submitting their tender.
Lot A: 45 000 EUR.
Lot B: 23 500 EUR.
Lot C: 9 000 EUR.
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:

An optional site visit is tentatively scheduled for 9.3.2016 (8:00) in Kiritimati. Bidders wishing to attend this are required to confirm participation by 29.2.2016 to Teriba Tabe ([email protected]) and Pranil Singh ([email protected]).

The site visit is expected to take 5 hours. Transportation from the airport and back will be provided by the contracting authority.
Attendance to this site visit is highly recommended but not mandatory. All costs of attending this meeting must be met by the tenderers.
14.Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period (see paragraph 8.2 of the instructions to tenderers).
15.Period of implementation of tasks:
The period from contract signature until the delivery of the goods will be 270 calendar days. All systems are to be installed within 450 calendar days after contract signature.


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 unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:
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. The reference period which will be taken into account will be the last 3 years for which accounts have been closed:
• the average annual turnover of the tenderer must exceed:
lot A — 3 000 000 EUR;
lot B — 1 500 000 EUR;
lot C — 500 000 EUR,
• current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In the case of a consortium, this criterion must be fulfilled by each member.
The abovementioned selection criteria are cumulative when tendering for more than 1 lot.
2) Professional capacity of tenderer (based on i.a. items 4 and 5 of the tender form for a supply contract). The reference period which will be taken into account will be the last 5 years from the submission deadline:
Lot A:
• has a professional certificate appropriate to this lot, such as those issued by the competent authority in their industry, and
• at least 6 permanent staff are currently working for the tenderer in the fields related to this lot.
Lot B:
• has a professional certificate appropriate to this lot, such as those issued by the competent authority in their industry, and
• at least 4 permanent staff are currently working for the tenderer in the fields related to this lot.
Lot C:
• has a professional certificate appropriate to this lot, such as those issued by the competent authority in their industry, and
• at least 2 permanent staff are currently working for the tenderer in the fields related to this lot.
The abovementioned selection criteria are cumulative when tendering for more than 1 lot.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the tender form for a supply contract). The reference period which will be taken into account will be the last 5 years from submission deadline.
Lot A:
• the tenderer has delivered supplies under at least 1 contract with a budget of at least 3 000 000 EUR in a similar/related field which was implemented during the following period: 5 years from the submission deadline, i.e. from 25.4.2011 to 25.4.2016.
Lot B:
• the tenderer has delivered supplies under at least 1 contract with a budget of at least 1 500 000 EUR in a similar/related field which was implemented during the following period: 5 years from the submission deadline, i.e. from 25.4.2011 to 25.4.2016.
Lot C:
• the tenderer has delivered supplies under at least 1 contract with a budget of at least 500 000 EUR in a similar/related field which was implemented during the following period: 5 years from the submission deadline, i.e. from 25.4.2011 to 25.4.2016.
The abovementioned selection criteria are cumulative when tendering for more than 1 lot.
This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In the case of projects still ongoing only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.
Capacity-providing entities:
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 a commitment 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.
With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required.
With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
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 Teriba Tabe ([email protected]), copy to Pranil Singh ([email protected]) via e-mail or via postal address to the following address: European Union Delegation for the Pacific, Level 6, Tappoo City Complex, Corner of Scott and Usher Street, Suva, FIJI (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:
25.4.2016 (12:00), local Fiji time.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
25.4.2016 (12:30), local Fiji time.
The opening will be held at the Delegation of the European Union for the Pacific, Level 6, Tappoo City Complex, Corner of Scott and Usher Street, Suva, FIJI.
21.Language of the procedure:
All written communication for this tender procedure and contract must be in English.
22.Legal basis:
Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.

http://ted.europa.eu/udl?uri=TED:NOTICE:59428-2016:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more