INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Similar documents
WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

No. CIDCO/EE(ULWE-I)/2015/ Date: 09/07/2015

Notice Inviting Tender (NIT) (Detailed)

NOTICE INVITING BID. ` 5, (including 5% GST (Non-Refundable))

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

No. CIDCO/E.E.(Nerul)/2013/ Date: 25/02/2013

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

CONTRACTOR EMPLOYER

THE INSTITUTE OF MATHEMATICAL SCIENCES

CIDCO OF MAHARASHTRA LIMITED C.A.NO.01/CIDCO/EE(AP-II)/ NOTICE INVITING BID

INVITATION FOR BIDS (IFB) Doc.No.:A IFB REV.A. _ Engineers India Ltd., RO, Chennai Sheet 1 of 6

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT-185/ Date: 10/01/2019. Time for completion including monsoon

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

Chief Engineer, Koyna Project, Pune

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING)

C. A. No.03/CIDCO/SE(KHR-I)/EE(KHR-III)/ Sl.Pg.No.0

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-2805, Dt :

No.: GSIDC/ENGG./NIT-115/

TENDER NOTICE. 02 C.A. No. 06/CIDCO/SP/CE(SP)/ SE(TP-III)/ EE(BPR-I)/

NOTICE FOR PREQUALIFICATION OF CONTRACTOR

NOTICE INVITING BID. Chief Engineer (NMIA) CIDCO Limited.

West Bengal State Food Processing

Section A OFFICE OF THE DISTRICT INSPECTOR OF SCHOOLS (SECONDARY EDUCATION), KOLKATA BIDDING DOCUMENTS FOR FILING OF E-TDS CORRECTION RETURN

TENDER CALL NOTICE (PRINTING AND SUPPLY OF PASSBOOKS)

(ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT- 90/ Time for complet ion includi ng monsoo n. hours. hours

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

137/MD/NTESCL OF

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

DEVELOPMENT OF AMUSEMENT PARK WITH WATER RIDES AT SHILPARAMAM, TIRUPATI ON PPP BASIS BID SUMMARY

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

: 156 m to 177 m above Mean Sea Level

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

STOCK HOLDING CORPORATION OF INDIA LTD.

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT- 99/

WEBSITE ADVERTISEMENT

TECHNICAL BID. T 4449 (E-Tender I.D. No. ) Subject: Supply of EFW Coal Discharge Pipes for Coal Mill -3, 4 & 5 at GSECL Ukai TPS.

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

Bharat Petroleum Corporation Limited (A Government of India Enterprise) SHORTLISTING OF ELEVATOR MANUFACTURERS

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

H.O , Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai

DEVELOPMENT OF BOUTIQUE HOTEL & CONVENTION CENTRE AT SHILPARAMAM, VISAKHAPATNAM ON PPP BASIS BID SUMMARY. October 2018

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

THE COTTON CORPORATION OF INDIA LTD. (A Government of India Undertaking) Kapas Bhavan, Plot No.3-A, Sector 10, CBD-Belapur, Navi Mumbai

- NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER FOR LEASE OF GODOWN PREMISES AT KAKINADA IMPORTANT DATES 3 LAST DATE FOR TENDER SUBMISSION : UP TO 1500 HRS

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

DEVELOPMENT OF CONVENTION CENTRE WITH GUEST ROOMS & SPA AT SHILPARAMAM, TIRUPATI ON PPP BASIS BID SUMMARY. October 2018

OFFICE OF THE GENERAL MANAGER, (Technical) TSECL. Electrification rehabilitation para at Hatirleta (Lahore Tilla), Chowmohni Bazar, Sekercote due to

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

Tender for supply of spare parts use in RO Systems & Aquaguards

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

Fax: Telephone: /9600. Njrpa fhrneha; Muha;r;rp epwtdk; BID DOCUMENT

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

Collective RFQ No.: and System No.: 42188

ANDREW YULE & COMPANY LIMITED (A Government of India Enterprise) Tea Division 8, Dr. Rajendra Prasad Sarani Kolkata

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

RFP for Rented Printer and Services Document Control Sheet

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

Bharat Petroleum Corporation Limited (A Government of India Enterprise) LEASING OF OFFICE SPACE AT NEW DELHI

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

NLC INDIA LIMITED. Date & Time Description of work No. Tender value 16,76, ,000.00

Wanted office Premises on Lease.

S UPPLY OF BATTERIES WITH & WITHOUT BUYBACK OFFER THROUGH E-PROCUREMENT (REVERSE AUCTION) Ten der Notice

GOVERNMENT OF KARNATAKA INDIA

TENDER No: IMU/2018/0009 Issue Date: 15 th May, 2018

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping Boxes/2018/1683 Date: - 23/07/2018

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

TECHNICAL BID T

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

SILVASSA MUNICIPAL COUNCIL DADRA & NAGAR HAVELI SILVASSA Phone No.: , Fax No.:

KARNATAKA STATE BEVERAGES CORPORATION LIMITED NO.78, SEETHALAKSHMI TOWERS, BANGALORE.27 TENDER DOCUMENTS FOR

Details of are as below : 1. The bid will be submitted in two parts, Technical Bid (Un-priced Bid) and Commercial Bid (Priced Bid).

TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details

Bharat Petroleum Corporation Limited (A Government of India Enterprise) SHORTLISTING OF INTERIOR ARCHITECTS

TERMS & CONDITIONS OF e-tender

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT :: CHENNAI 16. Notice Inviting e-tenders. Tender Ref No. AAI / CHN / CMD-I / 2017 / 004

1 Office Space on Lease at Guwahati. Ref. No. Casf Date : Bharat Petroleum Corporation Limited (A Government of India Enterprise)

Request for Offer. for. Empanelment of Hotels for providing Boarding and Lodging Services

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

The average annual turnover of the Bidder, should not be less than 200 crores INR (Indian Rupees two

Transcription:

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) T-6 SRM E-Tender No. : MSETCL/EHV PROJECTS DN./KOP/TSS/PKG-C/T-6/S/s (RFx. No. 7000007227) 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 Establishment of 132 KV TSS at Ratnagiri Dist. Ratnagiri and Establishment of 132 KV TSS at Kudal District Sindhudurg. 2.0 SCOPE OF WORK : I) Establishment of 132 KV TSS of KRCL at Arawali Dist. Ratnagiri under Karad Zone (Including Civil Works) a) 132 KV feeder bay 2 Nos. b) Metering CT, PT, (Main & Check), Isolator. c) Control Room and allied civil works. d) Metering Room (AC) II) Establishment of 132 KV TSS of KRCL at Kharepatan (Chinchawali) Dist. Sindhudurg under Karad Zone (Including Civil Works) a) 132 KV feeder bay 2 Nos. b) Metering CT, PT, (Main & Check), Isolator. c) Control Room and allied civil works. d) Metering Room (AC) Turnkey contract for Name of TSS I) Establishment of 132 KV TSS of KRCL at Arawali Dist. Ratnagiri under Karad Zone (Including Civil Works) II) Establishment of 132 KV TSS of KRCL at Kharepatan (Chinchawali) Dist. Sindhudurg under Karad Zone (Including Civil Works) Estimated Cost in Rs. Lakhs 837.17 Completion period (Including Monsoon) 8 Months (From the date of site handing over) 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 Civil, Supply & ETC including all Taxes & Duties shall be considered. The LoA will be placed on final accepted price for Civil, Supply & 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. Page 1 of 6

T-6 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. 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 lead bidder should be registered under GST. The bidder should have returns of preceding 3 financial years. (IT returns) i.e. 2014-15, 2015-16, 2016-17. 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 not be entertained. the same will 3.2 TECHNICAL QUALIFYING CRITERIA : The bidder should have, in last 5 years executed the work on turnkey basis including Civil, supply of equipments, erection, testing & commissioning as under, 3.2.1 (a) Minimum two no. of AIS or GIS Sub Station/Bays of 132/110/100/66 KV voltage class. 3.2.1 (b) The bidder should submit the user s certificate in support of successful commissioning of end bays/sub station constructed indicating commissioning date of work with detail work order copy. Note : The bays constructed on turnkey basis with owner s supply of ICT/ Transformer will also be considered as bidder s experience provided rest of materials for the end bays are supplied by the bidder with it s erection and allied civil works. 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. Page 2 of 6

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 colour scan copy should be uploaded as bid documents T-6 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. 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. Page 3 of 6

T-6 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 Bid Security Deposit (EMD) for an amount equal to 1% (one percent) of the estimated cost of tender in the form of Bank Guarantee from Scheduled/ Nationalized Bank in the prescribed format annexed in the tender specifications as schedule F, along with the offer. The validity of Bank Guarantee should at least be for six (6) months from the originally scheduled date of techno-commercial bid opening. 4.0 SPECIAL TERMS AND CONDITIONS APPLICABLE FOR THIS TENDER : 1. 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 similar type works executed. The certificate should also indicate date of commencement & date of completion thereof. 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; Page 4 of 6

T-6 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 such as Civil, Supply and ETC. h) Electrical Contractor s License as may be applicable under the act. i) The lead 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. 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. Page 5 of 6

11.0 The bidder shall be required to furnish Bid Security Deposit (BSD) for an amount equal to 1% (one percent) of the estimated cost of tender in the form of Bank Guarantee from Scheduled / Nationalized Bank in the prescribed format annexed in the tender specification as schedule F, along with the offer. The validity of Bank Guarantee should at least be for six (6) months from the originally scheduled date of technocommercial bid opening. 12.0. 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. 13.0. Interested bidders may obtain further information, if needed, on our Website www.mahatranso.in T-6 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 14.0 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 02.01.2018 at 11:00 Hrs b) Price of bid document 5000/- + Applicable Taxes c) Pre bid meeting 15.01.2018 at 11:00 Hrs d) Last date for submission of Queries 22.01.2018 e) Last date and time for submission of bid 01.02.2018 up to 23:00 Hrs f) Date and time for opening of technocommercial bid 02.02.2018 at 10:00 Hrs g) Date and time for opening of price bid of qualified bidders 05.02.2018, 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. Sd/- Executive Engineer, EHV Projects Division, Kolhapur. Page 6 of 6