معلومات المناقصة

توريد كابلات ذات جهد 66 كيلو فولت و ملحقاتها

رقم المناقصة: 139/2025/BTB (PT/CSD/MM/2025/016)

رقم مرجع الجهة المتصرفة: PT/CSD/MM/2025/016

وصف المناقصة

تعتزم إدارة الخدمات العامة و المخازن المركزية شراء كابلات ذات جهد 66 كيلو فولت و ملحقاتها لغرض استخدامها من قبل إدارة نقل الكهرباء: 1. CABLE XLPE 66KV 800 SQMM 1 CORE AL CONDUCTOR PB SHEATH HDPE JACKET. 2. JOINT STRAIGHT PREMOLDED FOR 66KV XLPE 1 CORE 800 SQMM AL CONDUCTOR LEAD SHEATHED CABLE. 3. JOINT TRANSITION PREMOLDED FOR 66KV XPLE 1 CORE 550 OVER 800 SQMM AL CONDUCTOR LEAD SHEATHED CABLE. 4. JOINT STRAIGHT THROUGH PREMOLDED FOR 66KV XLPE 1 CORE 550 SQMM AL CONDUCTOR LEAD SHEATHED CABLES. 5. END SEALING FOR 66 KV XLPE 1CORE 800 SQMM AL CONDUCTOR LEAD SHEATHED CABLE TRANSFORMER SIDE. 6. CABLES FIBER OPTIC 48 CORES FOR COMMUNICATION CABLE ACCESSORIES. 7. CABLE 61 PAIR 0.9 MM DIA CU CONDUCTOR PE INSULATED JELLY FILLED STEEL WIRE ARMOURED HDPE SHEATHED OUTER JACKET. 8. JOINT PILOT 61 PAIR 0.9 MM2 COPPER CONDUCTOR. 9. JOINT DTS IN LINE FIBER OPTIC CABLE FOR Outdoor APPLICATION. 10. ROD COPPER CLAD STEEL WITH U CLAMP AND COUPLING FOR EARTHING 1.2M LENGTH WITH DIA.20MM.

الجهة المتصرفة
إدارة المخازن المركزية – هيئة الكهرباء والماء
التصنيف/القطاع
General
داخلي/خارجي
External
Invitation Method
Public (LOCAL GCC)
الضمان الابتدائي
BD 2500
صلاحية العطاء/صلاحية الضمان الابتدائي (أيام)
120 days
رسوم المناقصة
BD 100
مدة العقد
20 Week
هل ممكن تقديم اكثر من خيار؟
Yes
تاريخ النشر
Wednesday, 05 March 2025
قبل الشراء
Tuesday, 18 March 2025
تاريخ الإغلاق
Wednesday, 09 April 2025
موعد الافتتاح
Thursday, 10 April 2025

ملاحظات إضافية

تعتزم إدارة الخدمات العامة و المخازن المركزية بهيئة الكهرباء والماء شراء  كابلات ذات جهد 66 كيلو فولت و ملحقاتها لغرض استخدامها من قبل إدارة  نقل الكهرباء:

 

1.       CABLE, XLPE, 66KV, 800 MM², SINGLE CORE, AL CONDUCTOR, PB SHEATH, HDPE JACKET, AS PER SPECIFICATION NO. N-116-R0. FOR NETWORK CABLE MAINTENANCE.  (CABLE CUT LENGTH 600*9 DRUMS – 650*12 DRUMS – 700*7 DRUMS)

 

2.       JOINT, STRAIGHT, PREMOLDED, FOR 66KV, XLPE, 1 CORE, 800 MM², AL CONDUCTOR, LEAD SHEATHED CABLE, AS PER SPECIFICATION NO.: N-039-R01, FOR NETWORK CABLE MAINTENANCE.

 

3.       JOINT, TRANSITION, PREMOLDED, FOR 66KV, XPLE, 1 CORE, 550/800 MM², AL CONDUCTOR, LEAD SHEATHED CABLE, AS PER SPECIFICATION NO.: N-040-R01, FOR NETWORK CABLE MAINTENANCE.

 

4.       JOINT, STRAIGHT THROUGH, PREMOLDED, FOR 66KV, XLPE, 1 CORE, 550 MM², AL CONDUCTOR, LEAD SHEATHED CABLES, AS PER SPECIFICATION NO.: N-038-R2, FOR NETWORK CABLE MAINTENANCE.

 

5.       END, SEALING, FOR 66 KV, XLPE, 1CORE.800MM², AL CONDUCTOR, LEAD SHEATHED CABLE, TRANSFORMER SIDE, AS PER SPECIFICATION NO: N-022-R04, FOR ETDNETWORK SECTION, CABLE MAINTENACE.

 

6.       CABLES, FIBER OPTIC 48-CORES FOR COMMUNICATION CABLE ACCESSORIES USED FOR NETWORKS SECTION. Specification No: N-007-R2.(CABLE CUT LENGTH 4000*3 DRUMS – 3000*1 DRUMS)

 

7.       CABLE, 61 PAIR, 0.9 MM DIA, CU, CONDUCTOR, PE INSULATED, JELLY FILLED, STEEL WIRE ARMOURED, HDPE SHEATHED, OUTER JACKET, FOR NETWORK CABLE MAINTENANCE AS PER SPECIFICATION N-095-R02. (CABLE CUT LENGTH 600*8 DRUMS – 650*8 DRUMS)

 

8.       JOINT, PILOT,61 PAIR,0.9 MM2 COPPER CONDUCTOR, FOR NETWORK CABLE MAINTENANCE AS PER SPECIFICATION NO: N-096-R01.

 

9.       JOINT, DTS, IN LINE, FIBER OPTIC CABLE, FOR Outdoor APPLICATION, AS PER SPECIFICATION NO.: N-001 2023-R0 FOR NETWORKS SECTION.

 

10.   ROD, COPPER CLAD, STEEL WITH 'U' CLAMP AND COUPLING FOR EARTHING, 1.2M LENGTH WITH DIA.20MM AS PER SPECIFICATION NO. N-078-R03. FOR NETWORK CABLE MAINTENANCE.

,

Approved Manufacturers for items 2, 3 & 4:

·         Brugg - Switzerland

·         NKT - Germany

·         Pfisterer – Germany

 

Approved Manufacturers for item 6:

·         Brugg Cables - Switzerland

·         LS Cable & System Gumi Factory - Korea

·         Prysmian Santader, Spain

·         RIYADH CABLES - KSA

·         SAUDI CABLE CO - KSA

·         Thai Fiber Optic Company Ltd. - Thailand

 

Mandatory Requirements:

·         Only offers from approved manufacturers will be evaluated.

·         It is mandatory to state the country of origin of the Item.

·         Meeting specified guarantee period is mandatory (36 months) commencing from the date of receipt must be explicitly guaranteed by the supplier and clearly stated within the offer.

·         The proposed delivery timeline must be clearly specified within the offer.

·         Non-submission of mandatory documents will render the offer null and void (rejected).

,

Mandatory Technical Submittals 

Item 1:

1.Type Test Report: A valid type test report must besubmitted. This report shall conform to the requirements outlined in thisspecification and relevant IEC publications or internationally recognizedstandards.
2. Technical Schedules: Comprehensive technical schedules must beincluded with the tender. These schedules shall be completed in full usingthe attached format or an alternative format provided by the bidder.Regardless of the format chosen, all information specified in the EWATechnical Schedules must be included.
3. Detailed Drawings: Detailed drawings to be checked andconfirm by EWA.
4. Third-Party Inspection: The bidder must incorporate athird-party inspection into their offer. This inspection shall verify factorytests, approve packing lists, and generate a detailed inspection reportcomplete with supporting images prior to shipment.
5. Cable Cut Length: the offered cable cut length shall bewithin 5% of the specified length in the tender documents
6. Cable Drum: All cables shall be supplied on non-returnedsteel cable drums.

,Items 2,3 & 4:

1. Type Test Report: A valid type test reportmust be submitted. This report shall conform to the requirements outlined inthis specification and relevant IEC publications or internationallyrecognized standards.
2. Technical Schedules: Comprehensive technical schedulesmust be included with the tender. These schedules shall be completed in fullusing the attached format or an alternative format provided by the bidder.Regardless of the format chosen, all information specified in the EWATechnical Schedules must be included.
3. Detailed Drawings: Detailed dimensional drawings clearlyillustrating the product's dimensions to check and confirm the compatibilityby EWA.
4. Stress Relief Control (Joint Body): The offered jointdrawings and schedules shall specify the inner diameter bore and suitablediameter range for the prepared cable XLPE insulation or insulation screenouter diameter. EWA retains the discretion to reject any materials that donot meet the compatibility requirements, even if such materials comply withinternational standards.
5. The Factory Test Inspection/Witnessing: The bidder mustincorporate a third-party inspection or EWA representatives witnessing intotheir offered unit price. This inspection shall verify factory tests, approvepacking lists, and generate a detailed inspection report complete withsupporting images prior to shipment.
6. Joints: All joints must be supplied complete and compatiblewith the specified 66kV XLPE cable.

,Item 5:

 

1. Type Test Report: A valid type test report must besubmitted. This report shall conform to the requirements outlined in thisspecification and relevant IEC publications or internationally recognizedstandards.
2. Technical Schedules:
Comprehensive technical schedules must be included with the tender.These schedules shall be completed in full using the attached format or analternative format provided by the bidder. Regardless of the format chosen,all information specified in the EWA Technical Schedules must be included.
3. Detailed Drawings: Detailed dimensional drawings clearlyillustrating the product's dimensions to check and confirm the compatibilityby EWA.
4. Third-Party Inspection: The bidder must incorporate athird-party inspection into their offer. This inspection shall verify factorytests, approve packing lists, and generate a detailed inspection reportcomplete with supporting images prior to shipment.
5. Terminations: All terminations must be supplied completewith the corresponding connecting ferrule, glands and any required adapters.


,Item 6:

1. Third-Party Inspection: The bidder must incorporate a third-party inspection into their offer.This inspection shall verify factory tests, approve packing lists, andgenerate a detailed inspection report complete with supporting images priorto shipment.
2. Cable Drum: All cables shall be supplied on non-returnedcable drums.


,Item 7:

1. Type Test Report: A valid type test report must be submitted. This report shall conformto the requirements outlined in this specification and relevant IECpublications or internationally recognized standards.
2. Technical Schedules: Comprehensive technical schedules mustbe included with the tender. These schedules shall be completed in full usingthe attached format or an alternative format provided by the bidder.Regardless of the format chosen, all information specified in the EWATechnical Schedules must be included.
3. Detailed Drawings: Detailed drawings to be checked andconfirm by EWA.
4. The Factory Test Inspection/Witnessing: The bidder mustincorporate a third-party inspection or EWA representatives witnessing intotheir offered unit price. This inspection shall verify factory tests, approvepacking lists, and generate a detailed inspection report complete with supportingimages prior to shipment.
5. Cable Cut Length: The supplier shall specify the proposedcable cut length in their offer for EWA approval. The offered cable cutlength shall adhere to a tolerance of ±5% of the specified length outlined inthe tender documents. Any proposed cut length exceeding this tolerance willnecessitate prior written approval from the EWA. The EWA retains thediscretion to reject any proposed cut length, regardless of approval status,especially if another offer meets all requirements, including the specifiedcable cut length.
6. Cable Drum:
All cables shall be supplied on non-returned cabledrums.


,Item 8:

1. Technical Schedules: Comprehensive technical schedulesmust be included with the tender. These schedules shall be completed in fullusing the attached format or an alternative format provided by the bidder.Regardless of the format chosen, all information specified in the EWATechnical Schedules must be included.
2. Detailed Drawings:
Detailed dimensional drawings clearlyillustrating the product's dimensions to check and confirm the compatibilityby EWA.
Joints: All joints must be supplied complete with thecorresponding connecting ferrule.


,Item 9:

1. The submission of a valid typetest report according to the specification requirements and relevant IECpublications or approved international standards. (See clause 1.8)
2. The technical schedules must be fully completed and returned as part ofthe tender documents.
3. The third-party inspection must be included in the offer to witness thefactory tests, check, approve the packing list, and submit the inspectionreport supported with pictures prior to the material shipment.
4. The shelf lifetime for the joints as a unit or in detail for theconstituent parts and storage conditions.


,Item 10:

1. Detailed Drawings: Detailed dimensional drawingsclearly illustrating the product's dimensions to check and confirm thecompatibility by EWA.
2.
Earth Rod: The earth rod must besupplied complete with a clamp and coupling suitable for the supplied rod anddetailed below the earthing cable.



كيفية المشاركة؟

  • على الراغبين في المشاركة في هذه المناقصة، ممن تتوافر فيهم الكفاءة اللازمة، شراء وثائق المناقصة إلكترونياً من خلال نظام المناقصات الإلكتروني التابع لمجلس المناقصات والمزايدات https://etendering.tenderboard.gov.bh وذلك اعتباراً من Wednesday, 05 March 2025.
  • على مقدمي العطاءات إرفاق مبلغ الضمان الابتدائي المشار إليه أعلاه أو بنسبة 1% من قيمة العطاء، أيهما أقل، وفي جميع الأحوال يجب ألا تقل قيمة الضمان الابتدائي عن 100 دينار بحريني. (باستثناء المناقصات على مظروفين)
  • للمناقصات على مظروفين، على مقدمي العطاءات إرفاق مبلغ الضمان الابتدائي المشار إليه أعلاه.
  • يتم تقديم الضمان الابتدائي على شكل شيك مصدق أو خطاب ضمان بنكي أو بوليصة تأمين من إحدى المؤسسات المالية المحلية أو نقداً (أو حسب ما هو منصوص عليه في وثائق المناقصة) على ان يكون ساري المفعول طوال المدة المنصوص عليها أعلاه.
  • مكان إيداع العطاءات: في المكان المحدد في وثائق المناقصة.
  • تخضع هذه المناقصة لأحكام المرسوم بقانون رقم (36) لسنة 2002 بشأن تنظيم المناقصات والمزايدات والمشتريات والمبيعات الحكومية، وتعديلاته، ولائحته التنفيذية الصادرة بالمرسوم رقم (37) لسنة 2002.
  • كما يجب مراعاة الشروط التالية:
    • أن ترفق نسخة صالحة السريان من شهادة السجل التجاري على أن تكون مشتملة على نشاط موضوع المناقصة ضمن أنشطتها.
    • أن ترفق نسخة صالحة السريان من شهادة صادرة من وزارة العمل لإثبات نسبة البحرنة
  • يعتبر هذا الإعلان مكملاً لوثائق المناقصة وفي حال وجود أي اختلاف ما بين الإعلان ووثائق المناقصة، فيجب الاعتداد بما جاء في وثائق المناقصة.
  • تعطى المؤسسات بالغة الصغر والصغيرة والمتوسطة أفضليه بنسبة 10% في مرحلة التقييم المالي، على أن تقدم هذه المؤسسات ضمن عطاءاتها المقدمة للمناقصة (شهادة تصنيف المؤسسات الصغيرة والمتوسطة) الصادرة من وزارة الصناعة والتجارة والسياحة، والتي يمكن الحصول عليها باستخدام الرابط: https://www.moic.gov.bh/en/eServices/sme
  • يجب على الموردين غير المسجلين في نظام المناقصات الإلكتروني بمجلس المناقصات والمزايدات، التسجيل من خلال الرابط الإلكتروني أدناه، وللمساعدة يرجى التواصل مع المعنيين بمجلس المناقصات والمزايدات عبر البريد الإلكتروني helpdesk@tenderboard.gov.bh أو الاتصال على الرقم +97317566617.
  • تسجيل الموردين

الاستفسارات

للاستعلام عن تفاصيل المناقصة يرجى الاتصال على:

إدارة المخازن المركزية – هيئة الكهرباء والماء
  17995500