EBRD - Bosnia and Herzegovina, ISO – EMS, SCADA and IT upgrade Project (примерный перевод: ЕБРР - Босния и Герцеговина, ISO - EMS, SCADA и IT обновление проект) (Босния и Герцеговина - Тендер #2553084) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Босния и Герцеговина (другие тендеры и закупки Босния и Герцеговина) Номер конкурса: 2553084 Дата публикации: 14-12-2017 Источник тендера: Единая система закупок Европейского союза TED |
||
Project name: ISO – EMS, SCADA and IT upgrade
Country: Bosnia and Herzegovina
Business sector: Power and Energy
Project ID: 8897-IFT-47324
Funding source: EBRD loan proceeds
Type of contract: Project goods, works and services
Type of notice: Invitation for Tenders
Issue date: 8.12.2017
Closing date: 9.2.2018 at 10:00 local time
This invitation for tenders follows the general procurement notice for this project which was published on the European Bank for Reconstruction and Development (the Bank) website, procurement notices (www.ebrd.com) on 6.8.2015.
NOSBiH hereinafter referred to as “the Purchaser”, intends to use part of the proceeds of a loan from the Bank towards the cost of IT and telecommunication equipment for new Main and Backup Control Centre of NOSBiH and adaptation works for Backup Control Centre.
The purchaser now invites sealed tenders from suppliers for the following contracts to be funded from part of the proceeds of the loan:
— Lot 1: As a part of the relocation process of NOSBiH it is necessary to supply, install and commission IT and Telecomm equipment at the new NOSBiH Main and Backup Control Centre premises. The equipment included in the scope of this tender for both mentioned locations is generally the following equipment necessary for daily activities of the company as well as realtime operation of the Control Centres:
—— IT equipment (servers, data storage, backup storage, switches, routers, firewalls and other IT equipment for data centre),
—— SDH telecomm equipment for connecting to internal telecommunication network and software/hardware upgrade telecommunication network management system,
—— IP telephony platform for connecting to public telecommunication network,
— Lot 2: As a part of the relocation process of NOSBiH it is necessary to supply, install and commission the following electrical and construction equipment at the new NOSBiH Backup Control Centre premises in order to adapt the building according to data centre standards:
—— Construction elements for adaptation according to data centre needs,
—— Fire extinguishing and cooling system,
—— Electrical equipment for power supply and communication infrastructure,
—— Building systems such as fire alarm, access control, video surveillance and intrusion detection.
Tenders are invited for 1 or 2 lots. Each lot must be priced separately. Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders.
Tendering for contracts that are to be financed with the proceeds of a loan from the Bank is open to firms from any country.
To be qualified for the award of a Contract, Tenderers must satisfy the following minimum criteria:
Lot 1
1. History of non-performing contracts: The tenderer, or any partner in a JVCA, shall not have a consistent history of litigation and/or arbitration resulting in awards against the tenderer, or any partner in a JVCA, within the last 3 years.
2. Pending litigation: All pending litigation shall in total not represent more than 20 % of the tenderer’s net worth and shall be treated as resolved against the tenderer.
3. Historical financial performance: Submission of audited balance sheets, or if not required by the law of the tenderer’s country, other financial statements acceptable to the purchaser, for the last 3 years to demonstrate the current soundness of the tenderer’s financial position and its prospective long term profitability.
4. Average annual turnover: Minimum average annual turnover of 2 000 000 EUR calculated as total certified payments received for contracts in progress or completed, within the last 3 years
5. Financial resources: The tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:
(i) the following cash-flow requirement:
250 000 EUR , and
(ii) the overall cash flow requirements for this Contract and its current commitments.
6. Experience: Experience as supplier, in at least 3 contracts within the last 5 years, each with a value of at least 300 000 EUR that have been successfully and substantially completed and that are similar to the proposed goods. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Supply Requirements.
a. For assessment purposes at least one of the referred contracts shall include supply and installation of IPBX solution.
b. For assessment purposes at least one of the referred contracts shall include supply and installation of network management software of a telecommunication network management system.
Lot 2
1. History of non-performing contracts: The tenderer, or any partner in a JVCA, shall not have a consistent history of litigation and/or arbitration resulting in awards against the tenderer, or any partner in a JVCA, within the last 3 years.
2. Pending litigation: All pending litigation shall in total not represent more than 20 % of the tenderer’s net worth and shall be treated as resolved against the tenderer.
3. Historical financial performance: Submission of audited balance sheets, or if not required by the law of the tenderer’s country, other financial statements acceptable to the purchaser, for the last 3 years to demonstrate the current soundness of the tenderer’s financial position and its prospective long term profitability.
4. Average annual turnover: Minimum average annual turnover of 200 000 EUR calculated as total certified payments received for contracts in progress or completed, within the last 3 years.
5. Financial resources: The tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:
(i) the following cash-flow requirement: 50 000 EUR , and
(ii) the overall cash flow requirements for this contract and its current commitments.
6. Experience: Experience as supplier, in at least 3 contracts within the last 5 years, each with a value of at least 100 000 EUR that have been successfully and substantially completed and that are similar to the proposed Goods. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Supply Requirements.
Tender documents may be obtained from the office at the address below upon payment of a nonrefundable fee of 200 EUR or equivalent in a convertible currency.
Payment instructions
Payment should be effected as follows:
Beneficiary Bank: Raiffdeisen Bank dd Bosnia and Herzegovina
Swift Code: RZBABA2S
Adress: Zmaja od Bosne bb, Sarajevo BiH
Details of Beneficiary:
IBAN CODE: BA391610000004670076
Full Beneficiary Name: NOS Nezavisni Operator Sistema u Bosni I Hercegovini
Full Beneficiary Address: Hamdije Cemerlica 2, Srajevo BiH
TRN: 161000000467076
Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery. If requested the documents can also be dispatched electronically after the presentation by the prospective tenderer of appropriate evidence of payment of the non-refundable fee. In the event of any discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.
For Lot 1 all tenders must be accompanied by a tender security of 20 000 EUR or its equivalent in a convertible currency.
For Lot 2 all tenders must be accompanied by a tender security of 10 000 EUR or its equivalent in a convertible currency.
If the tenderer is tendering for more than one lot, it shall provide a separate tender security for each lot.
Tenders must be delivered to the office at the address below on or before 9.2.2018 at 10:00 CET, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
The applicable procurement rules are the Bank’s Procurement Policies and Rules (PP&R) which can be located at:
http://www.ebrd.com/news/publications/policies/procurement-policies-and-rules.html
A register of potential tenderers who have purchased the tender documents may be inspected at the address below.
Prospective tenderers may obtain further information from, and also inspect and acquire the tender documents at the following office:
Mario Krajina, Project Coordinator, Independent System Operator in Bosnia and Herzegovina (ISO), Hamdije Čemerlića 2/V, 71000 Sarajevo, Bosnia and Herzegovina, Tel: +387 33 720 451, Fax: +387 33 720 494, E-mail: m.krajina@nosbih.ba