GMINA G?USK has floated a tender for Contract notice: Solar photovoltaic modules. The project location is Poland and the tender is closing on 29 Aug 2019. The tender notice number is 341935-2019, while the TOT Ref Number is 34871603. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Poland

Summary : Contract notice: Solar photovoltaic modules

Deadline : 29 Aug 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 34871603

Document Ref. No. : 341935-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : GMINA G?USK
Office Name: Gmina G?usk
Address: ul. Rynek 1
Town: Dominów
Postal Code: 20-388
Contact Point: Bogus?aw Kukuryk

Phone: +48 817519716
Fax: +48 817518650
Poland
Email :sekretariat@glusk.pl
URL :http://ugglusk.bip.lubelskie.pl

Tender Details

Object of the contract
Solar photovoltaic modules

Description: Contract notice: Solar photovoltaic modules

Authority Type: Regional or local authority
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 09331200, 45261215, 09331200, 45261215
CPV Description: Solar photovoltaic modules.

Solar panel roof-covering work.

Construction of renewable energy infrastructure in the territory of the Glusk Municipality. Photovoltaic installations

Reference Number: ZP.271.25.2019

The subject of the order is the delivery and installation of photovoltaic installations on private buildings in the Głusk commune, including other:

Main Site: Głusk Commune

1. The subject of the order is the delivery and assembly of the installationphotovoltaic plants in the Głusk commune. The order is implemented as part of the project "Construction of renewable energy infrastructure in the Glusk Municipality" co-financed from the EU funds under the Regional Operational Program of the Lublin Province for the years 2014-2020 Priority axis 4 Environment-Friendly Energy Measure 4.1. Support for the use of renewable energy sources.

2. CONTRACTand there is delivery and installation of solar installations on private buildings in the Głusk commune, including, among others:

1) delivery and assembly, according to the following list:

a) installation with 10 kW 1 (residential building),

b) 7 kW installations, 4 units (residential buildings), - c) 6 kW installations, 3 units (residential buildings),

d) 5 kW installations, 36 pieces (33 unitsresidential dwellings, 3 units outbuildings),

e) installations with a capacity of 4 kW 47 units (44 dwellings, 3 units outbuilding),

f) installations with a capacity of 3 kW 113 pcs. (108 items residential buildings, 4 pcs. outbuilding, 1 pc. ground),

g) 2 kW installations 9 pcs. (residential buildings),

2) delivery and assembly based on technical documentation of photovoltaic sets attached to the SIWZ3) assembly of inverters and other devices, connection of the installation with an earth electrode,

4) assembly of complete wiring

5) installation of surge and fire protection devices,

6) AC wires connection to the existing fuse panel of the building and adaptation to connect a new circuit,

7) tests, regulation and commissioning of the installation,

8) execution shortenedj as-built documentation for each participant of the project and full as-built documentation for the Employer (approvals, guarantees, operating manuals, detailed electrical measurements, a set of documents for changing the meter, documentation received from the Employer with corrections in red),

9) connection to the PGE Dystrybucja SA network along with prepared onesem of the set of documents and installation notification,

10) marking of the delivered and installed equipment in accordance with the "Program Guidelines for the implementation of the ROP LV for 2014-2020",

11) training of Users in the scope of correct exploitation of performed installations,

12) preparing service manuals containing necessary information on how to proceed in the case of- 13) programming and commissioning of the installation together with delivery and commissioning of the communication module enabling remote reading of data on energy yields via the internet, connection of modules to the LAN / WLAN / WiFi network in all locations. The controller should write min. data on daily, monthly and annual yieldsrgii produced by the installations on microSD or SD cards and have the possibility to transfer recorded data to a mobile external device,

14) supplement any possible walls, ceilings, sealing the roofing after wire passes,

15) other elements included in the design documentation constituting an attachment to the ToR .

3. The contracting authority requires that the installation in a framech one location did not last longer than 3 consecutive business days.

4. The Contractor of each task will provide warranty and guarantee for the work performed for a period of 5 years from the date of signing the final acceptance protocol by the Employer and the Contractor.

5. The order should be made, among others in accordance with the technical documentation constituting Annex 7.

6. Devices and accessories installed during implementationji order must be brand new, in accordance with the parameters specified in the technical documentation.

From the proceedings, the Contracting Authority will exclude Contractors, referred to in art. 24 sec. 1 item 12-23 and in art. 24 sec. 5 points 1 and 8 of the Public Procurement Law Act. - In confirmation of the lack of grounds for excluding the Contractor from the proceedings, a statement in the form of a single document should be submitted together with the offer. - Documents, confirmationcircumstances referred to in art. 25 para. 1, which the Contractor will submit in response to the ordering party`s order to confirm that the Contractor is not subject to exclusion:

1) Information from the National Criminal Register in the scope specified in art. 24 sec. 1 point 13, 14 and 21 of the Public Procurement Law, issued not earlier than 6 months before the deadline for submitting bids,

2) certificate of the competent heada tax office confirming that the Contractor is not in default of paying taxes, issued no earlier than 3 months before the deadline for submission of tenders or other document confirming that the contractor has concluded an agreement with the competent tax authority regarding repayment of such receivables with possible interest or fines, peculiarities obtained the legally required exemption, deferralsand / or spreading overdue payments into installments or suspending in full the decision of the competent authority, - 3) a certificate from the relevant organizational unit of the Social Insurance Institution or Agricultural Social Insurance Fund or other document confirming that the contractor is not in arrears with paying social security or health insurance contributions, issued no earlier than3 months before the deadline for submission of tenders, or other document confirming that the contractor has entered into an agreement with the competent authority regarding repayment of such receivables with possible interest or fines, in particular obtained legally permissible, postponement or installment payment of overdue payments or suspension in full implementation of the decision of the competent authority,

4) excerpt from inclproper register or from central records and information about business activities, if separate regulations require an entry in the register or records, in order to confirm the absence of grounds for exclusion under Art. 24 sec. 5 point 1 of the Public Procurement Law Act,

5) the contractor`s statement on the lack of issuing a final court decision or a final administrative decision on default of tax payment against him, fees or social security or health insurance premiums or - in the event of such a verdict or decision - documents confirming the payment of such claims together with any interest or fines or conclusion of a binding agreement on repayment of these debts, (the above-mentioned statement is made by completing Part III letter B of a single document),

6) declaration(contractor submits to completing Part III letter D a single document of the exclusion basis of a purely domestic nature), - 7) the contractor`s statement on non-payment of taxes and local fees referred to in the Act of 12.1.1991.on local taxes and charges (Journal of Laws of 2016, item 716), (the above-mentioned statement is submitted by completing Part III letter B of the single document).

The Contracting Authority informs that pursuant to art. 24aa of the Act may first evaluate the offers, and then examine whether the contractor, whose offer has been evaluated as the most advantageous, is not subject to exclusion.

The Ordering Party does not specify the condition.Each offer must be secured by a bid bond in the amount of PLN 50, 000.00 (in words: fifty thousand PLN 00/100), which may be paid in:

money,

bank guarantees or social-savings credit sureties, except that the surety is always a financial guarantee, - bank guarantees, - insurance guarantees, - sureties granted by entities, oreferred to in art. 6b par. 5 point 2 of the Act of 9.11.2000 on the establishment of the Polish Agency for Enterprise Development (consolidated text Journal of Laws of 2016, item 359).

2. The bid bond paid in cash should be paid by bank transfer to the Employer`s bank account: Powiatowy Bank in Piaski no. 24 8689 0007 0000 3580 2000 0060

3. The bid security paid in cash at the cash register, for example, the bank will be treated as a contributionin an incorrect way. The offer of the contractor who submitted the bid bond in an incorrect manner is subject to rejection.

4. If the bid bond is transferred in money by bank transfer, it is recommended that the contractor include a photocopy of payment of the bid security with a confirmation of the transfer.

The transfer title should include: deposit - Construction of renewable energy infrastructure in the Głusk Commune - photovoltaic installations.

5.With the exception of the security lodged in cash, it is required to attach to the offer the original document in electronic form signed by a signature qualified by the issuer. The documents referred to must remain valid for the whole period in which the Contractor is bound by the offer.

6. The bid bond must be submitted before the deadline for submission of tenders, ie until 29/08/2019 until 10:00 (in case ofthe deposit paid in cash is the date on which the funds are credited to the Employer`s bank account).

7. The offer of the Contractor who did not bring the bid bond is subject to rejection.

8. Offers of Contractors who have brought the bid bond in an incorrect manner will be rejected.

9. The ordering party returns the bid bond to all contractors immediately after the selection of the best offer or cancellation of the proceedings, with the exception of the executionawcy, whose offer has been chosen as the most advantageous.

10. The contractor whose offer has been selected as the most advantageous, the contracting party returns the deposit immediately after the conclusion of the public procurement contract and the lodging of the performance bond, if his request was requested. The Ordering Party shall immediately return the bid bond at the request of the contractor who withdrew the offer beforeby the expiry of the deadline for submitting offers.

12. The ordering party requests that the bid bond be brought back by the contractor, who has been returned a security deposit pursuant to para. 9, if as a result of resolving the appeal his offer was selected as the most advantageous one. The Contractor shall pay the bid bond within the time specified by the ordering party.

13. If the deposit was paid in cash, the ordering party returns it together with interest resultingfrom the bank account agreement on which it was stored, less the costs of running a bank account and bank commission for transferring money to the bank account indicated by the contractor. The ordering party shall retain the bid bond with interest if:

1) the contractor in response to the call referred to in art. 26 par. 3 and 3a, for reasons attributable to him, did not make any statementsor documents confirming the circumstances referred to in art. 25 para. 1, the statement referred to in art. 25a para. 1, powers of attorney or did not agree to correct the mistake referred to in art. 87 par. 2 point 3, which resulted in the inability to select the offer submitted by the contractor as the most advantageous,

2) the contractor whose offer was selected:

a) the refusal to sign the contract in the caseknows the public order on the terms specified in the offer, - b) fails to provide a performance bond, - c) it is impossible to conclude a public procurement contract for reasons attributable to the contractor.

15. The bid security paid by one of the consortium partners is considered to have been filed correctly
Internet address (URL): http://ugglusk.bip.lubelskie.pl

Documents

 Tender Notice