Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
https://www.eac.com.cy
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Electricity
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
471/2017 - Consultancy Services for the Retrofit of Emission Abatement Technologies and for Natural Gas Infrastructure and Boilers Conversion Works at Vasilikos Power Station
II.1.2)Main CPV code
79410000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Electricity Authority of Cyprus calls for tenders for the provision of consultancy services for the projects that are currently in the tendering or contracting process for Vasilikos Power Station in relation to:
a— retrofit of selective catalytic reactors on boilers 1, 2 and 3,
b— retrofit of seawater flue gas desulfurization on boilers 1 and 2,
c— restoration of the seawater flue gas desulfurization on boiler 3,
d— completion of the dual firing conversion works (Heavy Fuel Oil or Natural Gas) for boilers 1 and 2,
e— dual firing conversion works (Heavy Fuel Oil or Natural Gas) for boiler 3,
f— installation of natural gas infrastructure for the Combined Cycle Gas Turbine (CCGT) units 4 and 5.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71314000
72224000
II.2.3)Place of performance
NUTS code: CY000
Main site or place of performance:
Head Offices, Nicosia. Site Office, Vasilikos.
II.2.4)Description of the procurement:
The Electricity Authority of Cyprus calls for tenders for the provision of consultancy services for the projects that are currently in the tendering or contracting process for Vasilikos Power Station in relation to:
a— retrofit of selective catalytic reactors on boilers 1, 2 and 3,
b— retrofit of seawater flue gas desulfurization on boilers 1 and 2,
c— restoration of the seawater flue gas desulfurization on boiler 3,
d— completion of the dual firing conversion works (heavy fuel oil or natural gas) for boilers 1 and 2,
e— dual firing conversion works (heavy fuel oil or natural gas) for boiler 3,
f— installation of natural gas infrastructure for the Combined Cycle Gas Turbine (CCGT) Units 4 and 5.
II.2.5)Award criteria
Criteria below
Cost criterion - Name: Technical offer evaluation mark / Weighting: 70
Cost criterion - Name: Relative cost of the Financial Offer / Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As specified in the tender document.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As specified in the tender document.
Minimum level(s) of standards possibly required:
As specified in the tender document.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
As specified in the tender document.
Minimum level(s) of standards possibly required:
As specified in the tender document.
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
As specified in the tender document.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As specified in the tender document.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in the tender document.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified in the tender document.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As specified in the tender document.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 21/03/2018
Local time: 12:30
Place:
EAC HEAD OFFICE, NICOSIA.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The complete tender document may be downloaded free of charge from EAC’s website, www.eac.com.cy by visiting the section tenders → New.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
1— Every interested economic operator who has or had an interest in being awarded the contract and who has sustained or is likely to sustain a loss as a result of an act or decision of the contracting authority which precedes the signature of the contract and for which it is alleged that it violates any provision of the legislation in force, has the right to file a recourse to the tenders review authority in accordance with the provisions of the law on the review procedures concerning the award of public contracts of 2010 (Law 104(I)/2010).
2— To file a recourse to the tenders review authority, the applicant must pay a non-refundable fee which is deposited into the general government account. More details are given in the Website of the tenders review authority (www.tra.gov.cy).
3— Regarding the manner and procedure for filing recourses, the manner in which these are examined and the procedure for the issue of the relevant rulings, the provisions of the law on the review procedures concerning the award of public contracts of 2010 (Law 104(I)/2010) shall apply.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
09/02/2018