INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Similar documents
ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

Tender Notice No. GETCO/TR-II/TL/66kV/S&E/2338

Section 2 - Bid Data Sheet

CRFQ No E - TENDER No. : 16507

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

HOOGHLY RIVER BRIDGE COMMISSIONERS

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

Cost of Document in ` Date of Submission/ Uploading of bid. `41,08,164/- `5000/- `82,160/ to hrs.

(Submission of Bid through online)

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

Websites :(

Earnest Money (Rs.) Cost of tender Document (Rs.)

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

West Bengal State Electricity Transmission Company Limited

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919)

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

Section 2 - Bid Data Sheet

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

Gujarat Electricity Regulatory Commission

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

at 13:30 hrs

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

NIT FOR TENDER NO. CGI 0949 P19

MAHARASHTRA STATE ELECTRICITY TRANSMISSION COMPANY LTD. EHV PC O&M Zone, Karad. T

West Bengal Renewable Energy Development Agency

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

Notice InvitingTender (NIT)

HT/LT LINE,DTC,UG CABLE

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

Section I DETAILED NOTICE INVITING TENDER

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

NOTICE INVITING e-tender Contract for providing 02 no. Telephone Operator at JNCH.

NOTICE INVITING TENDERS

NOTICE INVITING E-TENDER

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

Tender Document For Hiring of Vehicles

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

ESTATE DEPARTMENT. E-Tender for Supply of Electrical Material for YASHADA

Document Download Start Date & time (e-tender) Lac at Hrs

WEST BENGAL TEXT BOOK CORPORATION LIMITED. (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata

Notice Inviting e-tender

NOTICE INVITING TENDER (NIT)

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

NIT No: Civil/IMSc/11/2015

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

NIT for Tender No. CGI 9352P19

NIT FOR TENDER NO. CGI 3644 P17

DELHI METRO RAIL CORPORATION LIMITED

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

Sd/- Dy. Chief Engineer, (OP)Circle, HPSEBL, Solan. (OP) Circle, HPSEBL, Solan (H.P.) Ph & (Fax),

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Transcription:

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) SRM E-Tender No. : MSETCL/EHV PROJECTS DN./KOP/TSS/PKG-C/T-2R/2018-19 (RFx. No. 70000010751) (Re-tender) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites SRM e-tender in TWO bids system (Techno- commercial Bid & Price Bid) from eligible bidders in India having executed similar projects in transmission sector on turnkey basis for construction of 132 KV lines under Karad Zone in Sindhudurg and Ratnagiri District. 2.0 SCOPE OF WORK : Name of Line Turnkey contract for construction of (i) 132 KV LILO Line on existing 132 KV Pedambe- Niwali LILO Line for proposed Arawali Road TSS of KRCL (Route length 0.06 Km) Dist. Ratnagiri. (ii) 132 KV LILO on existing Kharepatan Kanakawali Line for proposed Kharepatan (Chinchawali) TSS of KRCL (Route length 5 Km.) Dist. Sindhudurg. Estimated Cost in Rs. Lakhs 236.76 Completion period (Including Monsoon) 8 Months (From the date of handing over of line profile) The prices to be quoted against this IFB shall be in Indian rupees only. The tender will be considered as In-divisible Composite Works Contract in totality. For Evaluation of the Tender, the total price of Supply & ETC including all Taxes & Duties shall be considered. The LoA will be placed on final accepted price for Supply and ETC parts including all applicable Taxes & Duties. Variation in Taxes & duties if any will not be payable. Price variation shall be given on ex-works price mentioned in MSETCL s estimate or bidder s quoted ex-works price, whichever is lower. 3.0 MINIMUM QUALIFYING REQUIREMENTS FOR THE BIDDERS : In order to be qualified for award of Contract, the bidder will be required to satisfy the following minimum criteria, which will take precedence over any qualification requirements that may be stated in the specifications or elsewhere in the bidding document. The bidder shall satisfy the following conditions : Page 1 of 6

3.1 STATUTORY QUALIFYING CRITERIA : Statutory Licences/Registration 3.1.1 The bidder or his associate should have a valid Govt. Electrical Contractor s License. 3.1.2 The bidder should be registered under GST. The bidder should have filed returns of preceding 3 financial years. (IT returns) i.e. 2015-16, 2016-17, 2017-18. 3.1.3 The lead bidder should be registered under P.F. Act. Note : The original colour scan copy should be uploaded as bid documents in support of Statutory Qualifying Criteria i.e. Statutory Licenses / Registration. The Attested / Notarized photocopies of the same will not be entertained. 3.2 TECHNICAL QUALIFYING CRITERIA : 3.2.1 (a) The bidder should have, in last 5 years executed the work on turnkey basis including supply of material, erection, testing & commissioning as mentioned at (i) and (ii) below i. The bidder should be an approved vendor of MSETCL or PGCIL and have installed tower material manufacturing capacity of at least 10000 MT per year and should have fabricated and supplied at least 1000 MT of EHV transmission line towers cumulatively in last three years of voltage class at least one step below than the voltage class as mentioned in scope of tender. OR The bidder not satisfying above condition shall furnish a legally enforceable Joint Deed of undertaking duly notarized (Format Enclosed) from the manufacturer who satisfies such condition fully, to guarantee for quality & timely supply of tower material. ii. The bidder should have constructed (including tower foundation, tower erection and stringing) mentioned in the scope of this tender. 3.2.1 (b) The bidder should submit the user s certificate in support of tower material supplies executed in last three years and end user s certificate for completed works issued by the concerned ordering authority indicating therein name of the line constructed, its voltage class, route length, configuration of conductor, date of completion and period taken for completion etc. Page 2 of 6

3.2.2 The owner reserves the right to accept / reject the Bid. Note : The original colour scan copy should be uploaded as bid documents in support of Technical Qualifying Criteria. The Attested/ Notarized photocopies of the same will not be entertained. Detailed communication address, e-mail ID & contact numbers of end users should be furnished for cross verification. 3.3 FINANCIAL QUALIFYING CRITERIA : 3.3.1 The average annual turnover of the bidder during last three financial years should be not below than 60% of estimated cost. 3.3.2 The bidder should have a Net Worth (which is defined as Equity share capital + Reserves Revaluation reserves Intangible assets Miscellaneous expenditure to the extent not written off and carry forward losses ) of not less than 25% (Twenty Five Percent) value of estimated cost of tender offered. The bidder should submit the statement of Net worth duly certified by Chartered Accountant for the last financial year. Note : 1. The original colored scan copy should be uploaded as bid documents in support of Financial Qualifying Criteria. The Attested /Notarized photocopies of the same will not be entertained. 2. The duly audited, verified & certified figures from Chartered Accountant will be considered for Annual Turnover & Net worth. The provisional certificates (if any) will not be entertained. 3.4 IN CASE OF CONSORTIUM : (Not more than 2 partners including lead partner) 3.4.1 The principal (lead) bidder who desire to bid against this specification may submit the offer jointly with erection contractor /equipment manufacturer by entering into a legally valid agreement subject to fulfilment of following requirements. The bid, and in case of a successful bid, the Contract Agreement shall be signed so as to be legally binding on both partners. Both partners of the consortium shall be jointly and severally liable for execution of the contract in accordance with the Contract terms. 3.4.2 One of the consortium partners should satisfy 100% technical qualifying criteria at 3.2 and subject to fulfilment of remaining qualifying criteria jointly by both the partners. 3.4.3 The number of partners in a consortium should not be more than two, including the lead partner. Page 3 of 6

3.4.4 The lead partner shall be authorized to be in charge and this authorization shall be evidenced by submitting a duly registered/ notarised power of attorney signed jointly by legally authorized signatories of both partners. 3.4.5 A copy of agreement entered into by the consortium partners as specified in Schedule 'G' shall be submitted with the bid. 3.4.6 The bid document should have been purchased and submitted by the Lead Partner only. 3.5 OTHER MANDATORY DOCUMENTS FOR VALID BID : 3.5.1 Original colour scan copy of duly signed/sealed schedules given in Book-I (GTC). 3.5.2 Earnest Money Deposit (EMD) for an amount equal to 1% (one percent) of the estimated cost of tender shall be paid On-Line through MSETCL SRM E-tender portal. Scan copy of transaction details shall be uploaded with the bid documents. 4.0 SPECIAL TERMAS AND CONDITIONS APPLICABLE FOR THIS TENDER : 1. The incentive of 0.25% of estimated cost per fortnight subject to ceiling of two percentage max will be allowed for early completion of work to the contractual period of 8 months. 2. Owner (MSETCL) shall have a right to make direct payment to the sub vendors (Pre-approved by MSETCL) in case of delay of the project on whatever ground to ensure targeted completion of the work. The necessary vendor approval shall be obtained from concern Superintending Engineer (EHV Projects Circle). 5.0 CHECK LIST TO QUALIFY FOR AWARD OF CONTRACT, WHICH THE BIDDER SHOULD INVARIABLY SUBMIT : a) A written power of attorney authorizing the signatory of the bid to commit the bidder. b) Audited annual accounts including balance sheets and other financial statements for past three financial years (2014-15, 2015-16 and 2016-17) duly signed by Chartered Accountant c) List of works executed by the bidder till date. d) Performance certificate from end users in support of construction of works executed (including tower foundation, tower erection and stringing). The certificate should also indicate route length of line constructed along with its voltage class, number of circuits and conductors per phase. The certificate should also indicate date of commencement & date of completion thereof. Page 4 of 6

e) Up to date information for the current contract commitments/ works in progress and financial commitments so as to enable assessment of the bidder s capacity for execution of present scope of works. f) Letter from the bidder to seek references from the bidder s Bank along with details of the Bank. g) Proposals regarding work methods, scheduling and resourcing which shall be provided in sufficient detail to confirm the bidder s capability to complete the works in accordance with the specifications and the time of completion, including; i) Qualification and experience of key site management and technical personnel proposed for the contract. ii) Source (own, lease, hire, etc) and deployment schedule for major items of construction equipment and materials handling facilities proposed for carrying out the work. iii) Proposed plan for supply and delivery of major materials and equipment to the site. The same should be in accordance to the erection schedule proposed by the bidder. iv) Proposed program of erection of works in terms of various activities right from survey to stringing/ commissioning. h) Electrical Contractor s License as may be applicable under the act. i) The bidder should be registered under GST, and j) Registration certificates under P.F. and Labour laws as may be applicable as per the relevant acts. 6.0 The bidder has to present all the financial supporting documents pertaining to qualifying requirements duly certified/attested by the Chartered Accountant and the technical documents duly attested by Gazetted Officer/Notary Public/ Chartered Accountant. Documents submitted without the required Certification will not be considered for evaluation. 7.0 The bidder has to note that no deviation in tender conditions will be allowed after bid submission and no time shall be given in any circumstances after opening of Techno- Commercial bid for submission of documents which are missing with offer. 8.0 Before submission of offer Bidders are requested to (I) visit the site (II) Note the payment terms conditions & dependency clauses for payment eligibility. 9.0 Notwithstanding anything stated above, the owner reserves the right to assess the bidders capability and capacity to perform the work, should the circumstances warrant such an assessment in the overall interest of the owner, and may reject the offer without assigning any reason. Page 5 of 6

Note : The prospective bidder shall, submit along with his offer the Qualifying Requirement Data Schedule (Form No. 1 to 8) as per SCHEDULE - C duly filled in, in support of fulfilment of above Qualifying Conditions (Q.C.) by him. 10.0 A complete set of bidding documents may be obtained by the interested eligible bidders, from MSETCL s SRM-Tendering website http://srmetender.mahatransco.in/. The cost of bidding documents can be paid online before the date of bid submission and the screen shot of successful payment transaction shall be uploaded with bid documents being submitted by the bidder. 11.0 The successful bidder shall be required to submit a contract performance bank Guarantee of any Nationalized or Scheduled Bank for 10% (ten percent) of the contract price in the event of contract being awarded to him as given in Proforma E. 12.0. Interested bidders may obtain further information, if needed, on our Website www.mahatranso.in or from the Office of the Executive Engineer, EHV Projects Division, MSETCL, Vidyut Bhavan, 2 nd Floor, Tarabai Park, Kolhapur 416003. Tel. No. (0231) 2655937 (O),(0231) 2665320 (P). E-mail ID : ee3610@mahatransco.co.in 13.0 Bidders are requested to note the dates for downloading of bid documents, payment towards cost of bid documents, submission and opening of the bids as below a) Starting Date of downloading 14.12.2018 at 16:00 Hrs. b) Price of bid document 5000/- + Applicable Taxes c) Pre bid meeting 18.12.2018 at 11:00 Hrs. d) Last date for submission of Queries 20.12.2018 e) Last date and time for submission of bid 29.12.2018 up to 15:00 Hrs. f) g) Date and time for opening of technocommercial bid Date and time for opening of price bid of qualified bidders 29.12.2018 at 15:30 Hrs. 29.12.2018 at 16:00 Hrs. if possible It is mandatory to get enrolled on SRM E-Tendering portal for all eligible bidders. In case the due date for sale, receipt and/or opening of bids happens to be a holiday, the next working day shall be the corresponding due date. The bidder should take care of SRM e-tender website system constraint and upload the document accordingly. Executive Engineer, EHV Projects Division, Kolhapur. Page 6 of 6