CONTRACTOR EMPLOYER

Similar documents
WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

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

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

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

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

THE TERMS AND CONDITIONS OF SALE TO BE UPLOADED ON THE WEBSITE OF THE SECURED CREDITOR.

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

West Bengal State Food Processing

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

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

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

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

THE PLANTATION CORPORATION OF KERALA LTD KOTTAYAM - 4 PCK/SEC/

THE TERMS AND CONDITIONS OF SALE. PROPERTY WILL BE SOLD ON AS IS WHERE IS, AS IS WHAT IS AND WHATEVER THERE IS BASIS. 1. Sri.Radhakrishana Pillai

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

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

THE INSTITUTE OF MATHEMATICAL SCIENCES

Notice for Licensing of 97 Built-up Shops/Bare Spaces at 38 Metro Stations of Delhi Metro Network on Line 1, 2, 3, 5 & 6, through Open Auction

Telephone: Fax :

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

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

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

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

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

THE TERMS AND CONDITIONS OF SALE TO BE UPLOADED ON THE WEBSITE OF THE SECURED CREDITOR.

: 156 m to 177 m above Mean Sea Level

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

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

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

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

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

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

Notice Inviting Tender (NIT) (Detailed)

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

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

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

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

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

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

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

STATE BANK OF INDIA STRESSED ASSETS MANAGEMENT BRANCH COIMBATORE

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE

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.

TENDER CALL NOTICE (PRINTING AND SUPPLY OF PASSBOOKS)

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

Indian Overseas Bank Jayanagar V Block Branch No: 251/62, 43 rd cross, 9 th Main JAYANAGAR 5 TH BLOCK, BANGALORE PHONE : /347

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

DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA

137/MD/NTESCL OF

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

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

Chief Engineer, Koyna Project, Pune

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

Patna Divisional Office-2 Jeevan Ganga, Frazer Road, Patna Telephone No. (0612)

Wanted office Premises on Lease.

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

WEBSITE ADVERTISEMENT

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

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

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

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

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

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

Indian Overseas Bank (Central Office: 763, Anna Salai, Chennai ) F-23, Opp Deshbandhu College Tel No: Kalkaji

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

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

- NOTICE INVITING TENDER (NIT)

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

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

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

LIFE INSURANCE CORPORATION OF INDIA THANJAVUR DIVISION

Fullerton India Credit Company Limited, E-AUCTION SALE NOTICE PUBLIC NOTICE FOR SALE

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

E-AUCTION SALE NOTICE

STOCK HOLDING CORPORATION OF INDIA LTD.

E - AUCTION SALE NOTICE PUBLIC NOTICE FOR E-AUCTION FOR SALE OF IMMOVABLE PROPERTIES

Union Bank of India, Raniganj Branch, Raniganj 87, N.S.B. Road, P.O. Raniganj, Dist Burdwan, West Bengal

BID DOCUMENT. Mr. R K Meena Chairman of Asset Sale Committee Contact No INDEX

Regional Office-Jaunpur Hotel River View Complex Sipah Road Jaunpur Uttar Pradesh UNION BANK OF INDIA REQUEST FOR PROPOSAL (RFP)

IFCI Infrastructure Development Ltd. (IIDL) IFCI Tower, 61, Nehru Place, New Delhi Phone(s): / , Fax:

Date: SALE NOTICE OF IMMOVABLE SECURED ASSETS Issued under Rule 8(6) and 9(1) of the Security Interest (Enforcement) Rules 2002

LIFE INSURANCE CORPORATION OF INDIA Bongaigaon Divisional Office, Jeevan Prakash, Barpara, Main Road, Bongaigaon, PIN No

IFCI Infrastructure Development Ltd. (IIDL) IFCI Tower, 61, Nehru Place, New Delhi Phone(s): / , Fax:

UTTAR PRADESH JAL NIGAM

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

TENDER FORM (No.NIT/WORKS_CHAIN_LINK_FENCING/2/2010) CHAIN LINK FENCING AT NABI SITE, SECTOR-81, MOHALI

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

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

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

Indian Overseas Bank

SHORT TERM TENDER NOTIFICATION CALL - 2 (Through e- Procurement only) No: KBJNL/MLI Dn-1/PB/Tender/ SCP-TSP / / 45 Date:

SCOPE OF WORK. 2. The company reserves the right to reject any one of the offers without assigning any reason.

The Karur Vysya Bank Ltd, ARB, Third Floor, Chirag Ali Lane, Abids, Hyderabad Telangana PhoneNo

TENDER CUM AUCTION SALE NOTICE

GOVERNMENT OF KARNATAKA INDIA

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

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

Borrower : 2. Mr. Ajay Kumar Bhuwalka Director of M/S Navakarnataka Steels Pvt Ltd. Sy No. 8-A, 8-B, 11-B, 9-1, Bisilahalli Village, Ananthapur Road

Transcription:

INVITATION FOR BIDS 1. Mangalore SEZ Limited (MSEZL) is jointly promoted by Oil & Natural Gas Corporation Ltd. (ONGC), Infrastructure Leasing & Financial Services Ltd., Karnataka Industrial Areas Development Board (KIADB) and Kanara Chambers of Commerce and Industries (KCCI). MSEZL has taken up a project to set up a Sector Specific SEZ initially and is upgraded to Multi product SEZ catering mainly to the petrochemical industry and other sectors such as manufacturing, services, trading and warehousing (hereinafter referred to as the Project ). 2. MSEZL invites proposals comprising Capability Statement (Qualification Documents) and Price Proposals from interested Bidders for the work of Providing and Laying HDPE Raw Water Pipeline from MSEZ Raw Water Transmission System to Industrial Plots at Thokur-Contract Package No: MSEZL/Raw Water Pipeline/Thokur/17-18. 3. Bidding is open to all eligible Contractors / firms based in India, who are eligible as per technical requirements. Joint Venture is allowed between two parties only, provided the lead partner is a HDPE pipe manufacturer. 4. The intending bidders are required to make a onetime registration with M/s Karnataka State Electronics Development Corporation Limited (KSEDCL/KEONICS), the service providers for the e-tender by following the registration process on www.tenderwizard.com/msez. 5. The blank E-tender document can be procured between 20/01/2018 to 12/02/2018 by Online Payment of Rs. 10,000 plus GST @ 12% totalling to Rs 11,200/- (Rupees Eleven Thousand Two Hundred Only) by RTGS, NEFT remitted to Mangalore SEZ Limited Account No: 36335706882 of State Bank Of India, Corporate Accounts Group-II, New Delhi, IFSC Code: SBIN0017313 6. The Bid document comprises: i) Invitation for Bids ii) Bidding data iii) Instructions to Bidders iv) General Conditions of Contract v) Special Conditions of Contract vi) Technical Specifications vii) Price Bid viii) Annexures / Drawings 7. Scope of work The scope of work will be but not limited to: 1. Civil works: i. Earthwork excavation and backfilling for the pipeline connections ii. RCC chamber for valves iii. Thrust blocks and pipe supports CONTRACTOR - 1 - EMPLOYER

2. Mechanical works: i. Supply, laying, jointing of 315 mm OD pipeline ii. Supply and fixing of sluice valves and air valves iii. Supply and fixing of flow meters iv. Supply and fixing of MS specials for tapping All the above works would be under the overall direction of the Engineer-in-Charge whose decision would be final and binding in all matters 8. The filled-in E-tender documents shall be uploaded before 15:00 hours on 14/02/2018. 9. In case bidders need any further information about the Project or for inspection of any other document related to the Project available with MSEZL they are requested to contact the MSEZL Office at the address given below: Mangalore SEZ Limited, Third Floor, MUDA Building, Ashok Nagar, Urva store, Mangalore-575006 Karnataka State Ph.No: 0824-2452750 Email: velnati.surya@gmail.com; ashwini.sez@gmail.com 10. The technical proposals uploaded by the tenderers will be opened at 15:30 hours on 14/02/2018 11. Price bids will be opened on completion of evaluation of technical proposals. Opening of price bids will be followed by e-reverse auction. Base price for e-reverse auction will be the lowest price evolved from price bid opening. The detailed procedure for e-reverse auction will be intimated to the bidders in advance. However, MSEZL reserves the right not to conduct e-reverse auction and can select the lowest bidder based on the price bids received. 12. If no bidder participates in e-reverse auction within the specified time or if bid received is high and not acceptable to MSEZL, then MSEZL at its sole discretion, may decide to negotiate with lowest bidder for obtaining offer acceptable to MSEZL. 13. MSEZL shall not be responsible for any costs or expenses incurred by the Bidder in connection with the preparation and delivery of Proposals, including costs and expenses related to visits to the sites. MSEZL reserves all the rights to cancel, terminate, change or modify this procurement process and/or requirements of Bidding stated in the TENDER PROPOSAL, at any time without assigning any reason or providing any notice and without accepting any liability for the same. Date: 20/01/2018 Chief Operating Officer Mangalore SEZ Limited CONTRACTOR - 2 - EMPLOYER

1. BIDDING DATA S. N. Key Information Details 1. Project Title Providing and Laying HDPE Raw Water Pipeline from MSEZ Raw Water Transmission System to Industrial Plots at Thokur 2. Owner Mangalore SEZ Limited (MSEZL) a) Brief Scope of Works The scope of work will be but not limited to: 1. Civil works: i. Earthwork excavation and backfilling for the pipeline connections ii. RCC chamber for valves iii. Thrust blocks and pipe supports 2. Mechanical works: i. Supply, laying, jointing of 315 mm OD HDPE pipeline ii. Supply and fixing of sluice valves and air valves iii. Supply and fixing of flow meters iv. Supply and fixing of MS specials for tapping All the above works would be under the overall direction of the Engineer-in-Charge whose decision would be final and binding in all matters 3. Time Period Time frame will be Two Months including monsoon from the date of issue of Letter of Intent 4. Financial Turn Over in any one of the last five financial years ending with 2016-17 Turn over should be min of Rs 2.10 Cr (The bid must be accompanied by the Annual Reports of the preceding five years of the bidder to fulfil the above financial criteria and separate certificate issued by the Chartered Accountant showing the Annual Turnovers for the last five financial years). Note: The Chartered Accountant signature should bear his Membership Number also. All copies of certificates should be notarised. Note: In case of a JV, the lead partner should satisfy the above requirements. a) Net Worth Should be positive as per the Annual Report for the latest financial year. The specific certificate to this effect should be obtained and produced from the qualified Chartered Accountant. Note: The chartered Accountant signature should bear his Membership Number also. All copies of certificates should be notarised. Note: In case of a JV, both the JV partners should satisfy the above requirements. CONTRACTOR - 3 - EMPLOYER

S. N. Key Information Details 5. Technical Qualification One similar work costing minimum Rs 2.10 Cr should be Requirements completed and such completed work should have been in use successfully for a period of minimum one year during the last Five Years reckoned from the Proposal Due Date. (Similar work means Supply, laying, jointing, testing and commissioning of HDPE pipeline of minimum 200mm dia and minimum length of 5km ) The minimum value of work specified above should be executed under single contract. Joint Venture (JV) is allowed only between two parties. In case of JV, the Lead Partner must be a HDPE pipe manufacturer having manufactured and supplied minimum 5km of at least 200mm dia HDPE pipes under a single order in the last 5 years reckoned from the proposal due date and the other partner must have completed a HDPE pipe laying work of minimum 200mm dia pipes over a minimum length of 5km in the last 5 years reckoned from the proposal due date and such completed work should have been in use successfully for a period of minimum one year. The total value of the works executed by the JV partners under not more than 2 contracts shall not be less than Rs 2.10 Cr. Bidders need to submit the corresponding Purchase / Work Order copies & Experience Certificates issued by the respective clients duly notarized. MSEZL may call for original certificates for verification during the technical evaluation. The Bidders need to provide the same during the stage of technical evaluation. Note: Experience Certificate shall include actual cost of work completed with date of completion. The Bidders need to furnish the complete information in the forms provided in Annexure-III of the Bid. 6. Proposal Validity 60 days from the last date of submission of the proposal. 7. Amount of Bid Security Rs 6,85,000 (Indian Rupees Six Lakh Eighty Five Thousand Only) in the form of a Bank Draft drawn in favour of Mangalore SEZ Limited payable at Mangalore, or an Unconditional Bank Guarantee issued on behalf of the Bidder by a Nationalised/scheduled Bank (other than Cooperative Bank) in favour of Mangalore SEZ Limited valid for a period up to 60 days beyond the validity of the proposal (i.e., 120 days from the proposal due date) CONTRACTOR - 4 - EMPLOYER

S. N. Key Information Details 8. Performance Security Total 10% of the Contract Price in the form of an Unconditional Bank Guarantee issued on behalf of Bidder by a Nationalised/Scheduled Bank (other than Cooperative Banks) in favour of Mangalore SEZ Limited to be provided within 10 days of receipt of the Letter of Intent & to be valid until acceptance of the Works and issuance of the Defects Liability Period Completion Certificate. 9. Price reduction Schedule 0.50% of Contract Value per week up to 5% of the Contract value. 1% (one percent) per week up to 10% of the Contract value on the unfinished work provided the rest of the work is useable to Client s satisfaction. If the balance work affects the whole work usage then 0.5% of Contract Value per week delay to a maximum of 5% of the Contract value will be charged. The choice of (a) or (b) to be made by MSTPL. 10. Mobilisation advance 10% of the Contract value as interest-free advance payment as a one-time mobilization advance will be paid to the Contractor against production of unconditional bank guarantee issued on behalf of Bidder by a Nationalised / Scheduled Bank (other than Co-operative Banks) to Mangalore SEZ Limited in amounts equal to the advance payment. 11. Duties and Taxes Rate to be quoted shall be inclusive of GST. 12. Recovery of Mobilisation Advance Recovery of Mobilization advance will not be made up to 15% work completion. After 15% of the work is completed the recovery will commence & will be done at minimum of 15% of the subsequent Running Account Bills and the recovery of entire Mobilization Advance (100%) will be completed when 82% of the work is completed. 13. Payment Terms Contractor shall submit bill only once in a month. The bill will be certified for payment within 20 working days after its submission in full required form with all relevant documents & Certificates. Payment will be made to the Contractor after certification within 10 working days. 14. Deduction of Advance Income Tax and Advance Works Contract Tax As per the prevailing Tax Rules of the Government of India and the Government of the State of Karnataka 15. Signing of Agreement Within 10 Days from the date of issue of LoI. 16. Important Dates (a) Issue of Blank E- Tender Document 22/01/2018 to 12/02/2018 by Online Payment of Rs. 10,000 plus GST @ 12% totalling to Rs 11,200/- (Rupees Eleven Thousand Two Hundred Only) by RTGS, NEFT remitted to Mangalore SEZ Limited Account No: 36335706882 of State Bank Of India, Corporate Accounts CONTRACTOR - 5 - EMPLOYER

S. N. Key Information Details Group-II, New Delhi, IFSC Code: SBIN0017313 (b) Due Date for Up Loading the filled E- Tender Documents (c) Opening of Technical Proposals (d) Opening of Financial Proposals Before 15.00 hrs on 14/02/2018 14/02/2018 at 15.30 hrs. Price bids of technically qualified bidders will be opened on completion of evaluation of technical proposals. Opening of price bids will be followed by e-reverse auction. Base price for e-reverse auction will be the lowest price evolved from the price bid opening. The detailed procedure for e-reverse auction will be intimated to the bidders in advance. However, MSEZL reserve the right not to conduct e-reverse auction and can select the lowest bidder based on the price bids received. If no bidder participates in e- Reverse auction within the specified time or if bid received is high and not acceptable to MSEZL, then MSEZL at its sole discretion, may decide to negotiate with lowest bidder for obtaining an acceptable offer. 17. Termination: MSEZL may terminate the Contract in the event of default by the Contractor as per the clause No 41 of General Conditions of Contract. CONTRACTOR - 6 - EMPLOYER