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

Similar documents
RE-TENDER BID DOCUMENT

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

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.

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED)

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

TRANSMISSION CIRCLE Navsari TENDER

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY )

CIN-U40102GJ2003SGC PR NO RFQ NO 47678

BANK NOTE PAPER MILL INDIA PRIVATE LIMITED, CIN: U21090KA2010PTC CORPORATE OFFICE, MYSORE Ph:

Qty (Nos.) Total Oil to be filtered (Ltrs.) Description

LIMITED TENDER ENQUIRY

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

Scope of work: Supply of Valves

(Web Advertisement) TENDER NOTICE

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

LIMITED TENDER ENQUIRY BNPM/LTE/BEARING 6003 RSR/888/

interruption from one source to another source and viceversa;

LIMITED TENDER ENQUIRY

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

LIMITED TENDER ENQUIRY

A. Scope of work: Supply of Coal Tar Sheet (Underground pipe wrapping sheet) as per the specifications provided at page no. 7 & 8. Qty: 100 Sq. Mtr.

A. Scope of work: Supply of Push button, pilot light, selector switch etc., as per the list of requirements.

Ph no /182; LIMITED TENDER ENQUIRY No: BNPM/LTE/BATTERY/936/

Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

Ph No ; LIMITED TENDER ENQUIRY No.BNPM/LTE/SICK Sensor/616/

LIMITED TENDER ENQUIRY

LIMITED TENDER ENQUIRY

THE PLANTATION CORPORATION OF KERALA LIMITED (A Government of Kerala Undertaking) KOTTAYAM-4

A. Scope of work: Supply of SMF Battery and vent plugs as per the list of requirements.

MGVCL/PP/4067/M S Chhanel/

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

A. Scope of work: Supply of Electronic Ballast as per the list of requirements.

Bidders should place the following ANNEXURES as FIRST SIX pages of their offer in the following sequence only. This is mandatory.

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

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

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

A. Scope of work: Supply of Metal Halide Lamps, Indication lamps etc., as per the list of requirements.

Balmer Lawrie & Co. Ltd. Container Freight Station, [Chennai ] Tender No : BLC/CFS/CCTV AMC/32

Ph No ; ENQUIRY No. BNPM/LTE/ Pressure Reducing Valve Spare Parts/658/

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

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

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

AUCTION NOTICE. The sealed offer should be submitted in the office of SBTE. No offer will be accepted beyond the date and time mentioned as below.

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

A. Scope of work: Supply of CPVC pipe, valve, rod & adhesive solution as per the list of requirements.

496, Udyog Vihar, Phase-III, Gurgaon Phone:

GST NO: 36AAACT8873F1Z1

TERRESTRIAL LASER SCANNER

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

LIMITED TENDER ENQUIRY

Ph no /336;

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No.

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

Sd/- (Er. Sudesh Kumar Sen) Dy. Chief Engineer, (OP)Circle, HPSEBL, Solan.

COCHIN SHIPYARD LTD. (A GOVERNMENT OF INDIA ENTERPRISE) KOCHI , INDIA

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

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

Headmistress, Govt. High SCHOOL, SECTOR-47A, CHANDIGARH PHONE NO

UNIVERSITY OF ALLAHABAD

DATED: DUE ON

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

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE HIMATNAGAR. Tender No: /HTC/Offline/07

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET

Government Model Senior Secondary School Karsan, U.T., Chandigarh Phone: ,

THE MYSORE ELECTRICAL INDUSTRIES LIMITED Tumkur Road, Yeshwanthpur, Bangalore-22.

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

Description. MGVCL/MM /16-17/2077/3Cx240 mm 2 HTXLPE Cable 2

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

&K STATE AGRO INDUSTRIES DEVELOPMENTCORPORATION LTD. 7, ROMESH MARKET, SHASTRI NAGAR, JAMMU

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862

Separate Sealed TWO PART tenders are invited from accredited manufacturers / suppliers / agents for the supply of the following equipments:

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu.

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

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

6 Earnest Money Deposit Rs. 17, Date of Opening of Price Bid Hrs.

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

NOTICE INVITING TENDERS

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

GSFC AGROTECH LIMITED [GATL]

M. S. PUNE TENDER FORM FOR. From. Contract Broiler Farming Companies, Commercial Poultry Farming Companies.

Expression of Interest. Procurement of Renewable Energy Under Short Term basis. Reliance Industries Limited In Gujarat and Maharashtra

NOTICE INVITING TENDER. (NIT) SUPPLY, INSTALLATION & COMMISSIONING FULLY AUTOMATIC ORGANIC WASTE COMPOSTER HAVING CAPACITY OF

Transcription:

STANDARD BID DOCUMENT for ERECTION OF OVERHEAD & UNDERGROUND NETWORK PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM] The bidder must submit the following all details / all documents (as mentioned) in Technical Bid Cover, which are mandatory. Due to Non Submission of any details / any document as per requirement, the bid will be rejected out rightly. 1. for erection & maintenance of Overhead network: A. For experienced / Regular Contractor: Contractor must have experience of erection of overhead HT/LT lines & Transformers along with satisfactory work completion certificate regarding execution of work from order issuing authority of any DISCOM of GUVNL or any Govt. / private DISCOM of any state of India. The documents for considering the experience such as Work order copies, experience certificate indicating order number and value has to be submitted. However, the work executed through open/ advertised tender shall only be considered. The work done through limited tender shall not be considered for experience. B. for Un-experienced /New contractor: New contractors not possessing any experience of erection of overhead network can also participate in tender for erection of overhead net work provided they fulfill other eligibility criteria at Sr. no. 5 to 9 below. Also they have to submit electrical contractor s license of any state Govt in their own name / name of firm. The contractor / firm participating for the first time shall be considered as New contractor & work distribution shall be made as per cl no. 7B(a) of commercial terms & condition. After successful completion new firm will be considered as regular firm only after full filing experience criteria as mentioned in qualifying criteria as below point no. 3. 2. For erection & maintenance of HT/LT underground network: Contractor must have experience of erection of HT/LT underground Power cable and Transformer. He must have submitted copies of such work orders along with successfully completion certificate from order issuing authority of any DISCOM of GUVNL or any Govt. / private DISOM of any state of India. However, contractor has to offer tender qty. in his bid. However, in case of telecom license holder who has experience of underground work of lying of telecommunication cable only, qty. allocation shall be as per commercial terms & condition. Such bidders must submit Certificate of work experience issued by [Office Note for approval of Commercial terms & condition of works // Page 1 of 6]

Engineer in charge showing length of cable in KM along with order copy from Govt. Department / telecommunication license holder subject to verification by MGVCL. No fresh / new contractor is allowed to participate in this tender. 3. Regular contractor must submit Experience of having successfully completed similar works through open/advertised tender anywhere in India only during last 7 years ending last day of month previous to the one in which tenders are invited should be either of the following:- a. Three similar completed works costing not less than the amount equal to 40% of the estimated cost. Or b. Two similar completed works costing not less than the amount equal to 50% of the estimated cost. Or c. One similar completed works costing not less than the amount equal to 80% of the estimated cost. The work done through limited tender shall not be considered for experience criteria. Definition of Similar work for overhead network: Erection of overhead electric Net work up to voltage level 22 KV Definition of Similar work for underground network: Laying of HT/LT Underground Power cable net work for Distribution system. 4. Average Annual financial turnover during last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost. The above Average Annual financial turnover be supported by certificate of Chartered Accountant. 5. Copy of valid E. P. F. Registration in the name of bidder. 6. Copy of valid GST Registration Certificate in the name of bidder 7. Copy of valid PAN card in the name of bidder 8. Copy of valid Labour Insurance Policy in the name of bidder 9. Latest bank solvency certificate from any nationalized bank for a sum of Minimum 20% of Tender cost Note: 1. For the work of overhead network, the contractor, who have not submitted any documents as per point no. 3, in support of his experience OR are not meeting criteria of experience, as mentioned in above point 1A, shall be considered as [Office Note for approval of Commercial terms & condition of works // Page 2 of 6]

New contractor. No correspondence in this regard shall be entertained after opening of bid. 2. In case of erection of HT/LT underground cable, being technically critical work, non experienced contractor shall not be considered technically qualified. Commercial terms & conditions consisting of so many points like tender fee, EMD, Tender specification, price evaluation, Guarantee, Performance Guarantee, Payment terms, Qty. distribution, Validity of tender, GST, Repeat / Additional order, contract period, penalty, extension in contractual completion date, Bills etc. However, Major points covered in commercial terms & conditions are as under. 1. Tender Fee: From erstwhile GEB, tender fee of works tender is as under as per circular no.: SP/MPP/F-24/3721 dtd 22.09.2003 Sr. Revised rate of Amount of estimated cost of the work No. tender fee in Rs. 1 Work costing up to Rs. 5,00,000/- 500 2 Work costing above Rs. 5,00,000/- and up to Rs. 10,00,000/- 750 3 Work costing above Rs. 10,00,000/- and up to Rs. 25,00,000/- 1000 4 Work costing above Rs. 25,00,000/- and up to Rs. 50,00,000/- 1250 5 Work costing above Rs. 50,00,000/- and up to Rs. 1,00,00,000/- 5000 6 Work costing above Rs. 1,00,00,000/- and up to Rs. 5,00,00,000/- 7500 7 Work costing above Rs. 5,00,00,000/- and up to Rs. 10,00,00,000/- 10000 8 Work costing above Rs. 10,00,00,000/- 15000 7 7A Copy of above circular put up on case side for perusal. 2. EMD: to be paid @ 1% of the total estimate of the work 3. Qty. distribution (Clause no. 7): Quantity Distribution: Reservation for Gujarat based Parties: 50% quantity of work / 50% of tender amount shall be reserved for Gujarat based parties who are techno-commercially qualified and who match the L-1 end cost with GST and Cess of New / Regular contractor (if they themselves are not L-1). The firm shall be considered as Gujarat base on submission of his license of Govt. of Gujarat on their own name. The benefit of Gujarat based reservation is applicable where the quoted Unit End Cost with GST and Cess as applicable of Gujarat based bidder is not higher than 15% of the quoted Unit End Cost with GST and Cess as applicable of L-1 New / Experienced bidder, as the case may be. If difference is higher than 15%, then reservation benefit of Gujarat based parties may not be applied. [Office Note for approval of Commercial terms & condition of works // Page 3 of 6]

7B QUANTITY DISTRIBUTION For Erection & Maintenance work of HT/LT/TC: The Contractors whether non-experienced / New or experienced / Regular who have confirmed /fulfilled pre eligibility criteria will only be considered for price evaluation. MGVCL will not consider the price bid of any contractor who does not confirm / fulfill the eligibility criteria. [a] While placing the order, the quantity distribution to each new contractors / new firms shall be restricted up to 10% of the tender amount or Rs 1.0 Lac whichever is higher subject to ceiling of 30% of tender amount for all such new bidders provided the price of New contractor is lower than the regular/experienced contractor. New contractor / new firm will be considered as a regular contractor only after full filing experience criteria as mentioned in Bidders qualifying criteria as per point no. 3. [b] The new contractor will be asked to match the L-1 prices of the new contractor only and the Regular contractor has to match the L-1 price of the Regular/experienced contractor only. But if there are no Regular contractor OR if the rate of Regular contractor is very high, the above condition no. (a) shall be suitably relaxed by MGVCL. MGVCL would not place order on more than 50% of the total parties who are bidding for the order. L-1 regular contractor however will get heavy weight age in order placement. 7C The contractor, who have not submitted any documents in support of his experience OR are not meeting prequalification criteria of experience as mentioned in point no. 3, shall be considered as New contractor. No correspondence in this regard shall be entertained after opening of bid. QUANTITY DISTRIBUTION For laying of Under Ground Cable work: The Contractors who have confirmed /fulfilled pre eligibility criteria will only be considered for price evaluation. MGVCL will not consider the price bid of any contractor who does not confirm / fulfill the eligibility criteria. [a] While placing the order, the quantity/work distribution among new contractors / new firms i.e. telecom license holder who have experience of underground work of lying of telecommunication cable) shall restricted up to 10% of the tender amount or minimum Rs 1.0 Lac whichever is higher subject to ceiling of 30% of tender amount for all such bidders. New contractor / new firm i.e. telecom license holder who has experience of underground work of lying of telecommunication cable only will be considered as a regular contractor only after full filing experience criteria as mentioned in Bidders qualifying criteria as per point no. 3. [b] The new contractor / new firms will be asked to match the L-1 prices of the new contractor only and the regular contractor has to match the L-1 price of the regular contractor only. But if there are no Regular contractor OR if the rate of Regular contractor is very high, the above condition no. (a) shall be suitably relaxed by MGVCL. MGVCL would not place order on more than 50% of the total parties who are bidding for the order. L-1 regular contractor however will get heavy weight age in order placement. The contractor, who have not submitted any documents in support of his experience OR are not meeting criteria of experience, as mentioned in above point, will be [Office Note for approval of Commercial terms & condition of works // Page 4 of 6]

rejected out rightly. Lying of HT/LT underground cable, being a technically critical work, non experienced / new contractor shall not be considered technically qualified. No correspondence in this regard shall be entertained after opening of bid. 4. Price evaluation (Clause No. 4): No price preference shall be given on any account. All tenders will be evaluated with loading GST, unless otherwise mentioned in the tender documents. If more than one party is to be considered for placement of order, they will have to match their price with L-1 price (new or regular as the case may be), which is technically acceptable. MGVCL may go to the price L-2 depending upon the exigency. If MGVCL feels that there is lack of serious competition or any other reasons, MGVCL may negotiate with the L-1 party. MGVCL s decision shall be final and binding on all the parties. 5. Guarantee (Clause no. 44): A. For Overhead Network: Within 12 Calendar months from the date of handing over of electrical network (Certificate to be submitted by Contractor duly signed by contractor & Engineerin-charge after completion of work), if the works are found defective in poor workmanship /poor quality of material supplied by contractor, the same shall be rectified by the contractor free of cost or otherwise performance guarantee deposit will be encashed / forfeited. B. For UG Cable work: Within 12 Calendar months from the date of handing over of electrical network (Certificate to be submitted by Contractor duly signed by contractor & Engineerin-charge after completion of work), if the works are found defective in poor workmanship /poor quality of material supplied by contractor, the same shall be rectified by the contractor free of cost. If any joints / cable box / material supplied by the contractor, fails/damages within guarantee period of 12 months due to any reason not attributable to MGVCL, the same will have to be replaced free of cost by the contractor or otherwise performance guarantee deposit will be encashed / forfeited. 6. Penalty for late completion of work (Clause no.16): The time limit allowed for carrying out the work as entered in the tender shall strictly observed by the contractor and shall be reckoned from the date on which the order to commence the work is given to the contractor. The work shall throughout the stipulated period of contract be proceeded with due diligence (time being essence of contract) and for delay. The contractor shall pay penalty for an amount equal to 0.5% (half percent) per one week for the contract amount of work order subject to ceiling of 10% of order value plus applicable GST. The penalty will be invariably deducted from contractor s bill payable either from this contract or from any other contract with the Company or [Office Note for approval of Commercial terms & condition of works // Page 5 of 6]

from EMD or Security deposit amount and no refund will be given unless the competent authorities approves the reduction with the reasons for delay attributable to MGVCL as well as to party will be brought out clearly while putting the proposal for waiver / reduction in penalty to competent authority. For Annual Rate Contract (ARC): Annual Rate contracts, the contractor will be given separate sub work order for each work on the basis scheduled rate of the contract. The date of commencement and date of completion of work shall be stipulated in the sub work order, which the contractor has to agree otherwise the penalty will be charged for delay in completion of work for an amount equal to 0.5% (half percent) per one week subject to ceiling of 10% of Sub work order value plus applicable GST D.G.S & D. FORCE MAJEURE CLAUSE If, at any time during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of God (hereinafter referred to as event), then provided notice of the happening of any such event is given by either party to the other within twenty one days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party shall have any claim for damages against the other in respect of such non-performance of delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to end or ceased to exist, and the decision of the Managing Director as to whether the deliveries have been so resumed or not shall be final and conclusive. Provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that if the contract is terminated under this clause, the MGVCL shall be at liberty to take over from the contractor at a price to be fixed by the Managing Director of the company, which shall be final, all unused undamaged and acceptable materials bought out components, and stores in course of manufacture in the possession of the contractor at the time of such termination or such portion thereof as the MGVCL may be deem fit excepting such materials, bought out component and stores as the contractor may with concurrence of the MGVCL elect to retain. [Office Note for approval of Commercial terms & condition of works // Page 6 of 6]