Вы находитесь на странице: 1из 45

KERALA STATE ELECTRICITY BOARD LTD.

(Incorporated under the Indian Companies Act,1956)

RMU WORKS OF KUTTIYADI (3x25 MW)


HYDRO ELECTRIC PROJECT

e-TENDER No.: CEPED/04/2017-18

VOLUME – 1

PRE-QUALIFICATION BID
(E&M WORKS)

Office of the Chief Engineer


(Projects – Electrical Designs), #201,
Vydyuthi Bhavanam, Pattom P.O.
Thiruvananthapuram,
Pin – 695 004
Kerala State, India
Phone: +91 471 2555030
Fax: +91 471 2447672 BHUVANENDRA PRASAD T R
e-mail: ceped@kseb.in CHIEF ENGINEER
ceprojects@ksebnet.com (Projects-Electrical Designs)
KERALA STATE ELECTRICITY BOARD LTD.
(Incorporated under the Indian Companies Act,1956)

VOLUME – 1

PRE-QUALIFICATION BID

CERTIFICATE

Certified that this ‘Pre-Qualification Bid' Document for the Execution of


Electromechanical works for Kuttiyadi 3 × 25 MW HEP RMU Works contains serially
numbered pages from 1 to 41

Office of the Chief Engineer


(Projects – Electrical Designs), #201,
Vydyuthi Bhavanam, Pattom P.O.
Thiruvananthapuram,
Pin – 695 004
Kerala State, India
Phone: +91 471 2555030
Fax: +91 471 2447672 BHUVANENDRA PRASAD T R
e-mail: ceped@kseb.in CHIEF ENGINEER
ceprojects@ksebnet.com (Projects-Electrical Designs)
Table of Contents
1 GLOSSARY.......................................................................................................................1
1.1 Board.........................................................................................................................1
1.2 Contractor..................................................................................................................1
1.3 Joint Venture (JV) / Consortium / Group...................................................................1
1.4 Sub-Contractor..........................................................................................................1
2 PRE-QUALIFICATION......................................................................................................2
2.1 Scope of Pre-Qualification Bid...................................................................................2
2.2 Corrupt Practices.......................................................................................................2
2.3 Eligible Applicants......................................................................................................3
2.4 Content of Pre-Qualification Document.....................................................................5
2.5 Clarification on Bid Document...................................................................................5
2.6 Amendment of Pre-Qualification Document..............................................................6
2.7 Cost of Bidding..........................................................................................................6
2.8 Language of Applications..........................................................................................6
2.9 Currency....................................................................................................................6
2.10 Validity of Application...............................................................................................6
2.11 Extension of Validity of Application..........................................................................6
2.12 Formats and Questionnaires...................................................................................7
2.13 Supporting Documents............................................................................................7
2.14 Signing of Application and Formats.........................................................................8
2.15 Submission of Bid Documents.................................................................................9
2.15.1 On-line Submission..........................................................................................9
2.15.2 Hard-copy Submission...................................................................................11
2.16 Check List for Contents of Cover – 2 for Pre-qualification....................................11
2.17 Last Date for Submission of Bids...........................................................................11
2.18 Opening of Bids.....................................................................................................12
2.19 Confidentiality........................................................................................................12
2.20 Clarification of Bids................................................................................................13
2.21 Sub-contractors.....................................................................................................13
2.22 Evaluation of Application.......................................................................................13
2.23 KSEBL's Right to Accept or Reject Bids................................................................14
2.24 Qualification of Bidders..........................................................................................14
2.25 Notification of Pre-qualification..............................................................................15
2.26 Eligibility Parameters.............................................................................................15
2.26.1 Financial Capability........................................................................................15
2.26.2 Technical Capability........................................................................................15
2.27 Criteria for Financial Capability..............................................................................16
2.28 Evaluation of Financial Capability..........................................................................17
2.29 Qualification Criteria for Technical Capability........................................................17
2.29.1.1 For Hydro-Electric Projects with installed capacity of and above 25 MW
.................................................................................................................................17
2.29.1.2 For Small Hydro-Electric Projects (with capacity less than 25 MW).......17
2.30 Evaluation of Technical Capability.........................................................................19
2.31 Qualification of Bidder............................................................................................19
3 FORMATS AND QUESTIONNAIRES.............................................................................19
3.1 Letter of Application.................................................................................................20
3.2 Declaration by the Bidder........................................................................................22
3.3 Applicant Information Sheet.....................................................................................23
3.4 PQ Questionnaire....................................................................................................25
3.5 Financial Statement.................................................................................................35
3.6 Minimum Requirement of Technical Persons..........................................................39
3.7 Consortium Partners' Responsibility........................................................................40
4 Annexures.......................................................................................................................41
E & M Equipment Pre-Qualification Bid Document

1 GLOSSARY

1.1 Board
The ‘Board’ shall mean The Kerala State Electricity Board Limited or the successor
company.

1.2 Contractor

The ‘Contractor’ shall mean the bidder whose bid has been accepted by or on
behalf of the KSEBL and shall include the contractor, legal personnel, successors
and assignees.

1.3 Joint Venture (JV) / Consortium / Group


An adhoc association of firms that pool their resources and skills to undertake a
large or complex contract in the role of contractor, with all firms (partners in the JV)
being legally liable, jointly and severally responsible for the execution of the
contract.

1.4 Sub-Contractor
Any person named in the bid and agreement for any part of the work and the legal
representatives, successors and assignees of such persons.

Projects Electrical Designs Bid Document - Volume-1 Page 1


E & M Equipment Pre-Qualification Bid Document

2 PRE-QUALIFICATION

2.1 Scope of Pre-Qualification Bid


KSEBL, as per the terms and conditions set forth in these documents, aims at
selecting bidders having appropriate level of experience, financial soundness,
technical capability and backed by competent managerial and technical personnel,
equipment and machinery for undertaking the particular contract and other
expertise necessary for carrying out the work in time, of requisite standard and
quality and in a smooth manner, if awarded to him / them.

All the bidders participating in the bid will be evaluated for their financial capability,
technical soundness and previous experience in executing works of similar nature.
For pre-qualification, the bidders have to submit the Pre-qualification (PQ) bid in the
prescribed form.

The bidders shall submit the PQ bid duly filled in as stated in the PQ document,
along with other bid documents before the due date of submission. The Bidder shall
furnish relevant details as per the formats, documentary evidences, photograph,
audited financial statements etc... for the last three years. After examination and
evaluation, the KSEBL will select the qualified bidders. The result of Pre-
qualification will be informed to all the bidders through the e-procurement website.

2.2 Corrupt Practices


KSEBL requires that the bidder shall observe highest standard of ethics during
bidding process and execution of the project. The KSEBL defines for the purpose of
this provision, the term set forth below:

‘Corrupt practice’ means the offering, giving, receiving or soliciting of


anything of value to influence the action of an official in the selection process
or in contract execution; and

‘Fraudulent practice’ means a misrepresentation of facts in order to influence


the selection process or execution of a contract which is detrimental to the
KSEBL and includes collusive practice among the applicants during selection
process, designed to establish prices at artificial, non-competitive levels and

Projects Electrical Designs Bid Document - Volume-1 Page 2


E & M Equipment Pre-Qualification Bid Document

to deprive the KSEBL of the benefits of free and open competition.

KSEBL will reject any bid if it is found that the applicant has engaged in corrupt or
fraudulent practices while competing for the contract in question. KSEBL will declare
an applicant / contractor ineligible, either indefinitely or for a stated period of time, if
at any time, finds that the applicant has engaged in corrupt or fraudulent practices
while competing for or executing the project.

2.3 Eligible Applicants


An applicant shall be any person, Company, corporate body, association, body of
individuals, group of persons, limited Company, firm, organization either single or
Joint Venture from India or abroad who are legally competent and entitled for
entering into contract as per the law of contract prevailing in India.

2.3.1
In the case of a Joint Venture / Consortium / Group bidding:

2.3.1.1
For joint venture or consortium or group bidding; there shall be a lead bidder. A lead
bidder shall submit only one bid for the work. He shall not be a member in any other
bid for the same work. There shall be a joint venture or consortium or group
agreement executed between the parties exclusively for the project and which shall
be legally enforceable by way of attesting by a notary. This agreement shall be
submitted along with the Bid.

2.3.1.2
All partners shall be jointly and severally liable for carrying out the work under the
contract.

2.3.1.3
The lead bidder shall be designated in the Joint Venture / Consortium / Group
agreement to be submitted along with the bid. The lead bidder shall have the
authority to conduct all business for and to act on behalf of any and all partners of

Projects Electrical Designs Bid Document - Volume-1 Page 3


E & M Equipment Pre-Qualification Bid Document

the Joint Venture / Consortium / Group, during the bidding process and in the event
the contract is awarded.

2.3.1.4
The lead bidder shall be responsible for submission of bid and complete information
required as per the prescribed formats, pertaining to each firm in the Joint Venture /
Consortium / Group and completion of contract documents and to furnish evidences
admissible as per law. The Lead bidder shall clearly identify the responsibility of
other members of the Joint Venture / Consortium / Group.

2.3.1.5
An entity is permitted to participate as a member of more than one Joint Venture /
Consortium / Group for a particular project. But a lead bidder shall submit only one
bid for the work. He shall not be a member in any other bid for the same work.

2.3.1.6
The lead bidder shall have an average annual turnover during the last three
financial years of not less than 30% of Probable Amount of Contract (PAC).

2.3.1.7
The execution of contract agreement will be done exclusively with the lead bidder of
Joint Venture / Consortium / Group. The payment will be made only to the lead
bidder. Payment to any member, if required, in respect of any part of the work, shall
be specifically agreed in the Joint Venture / Consortium / Group agreement and
payment for such part only will be made to that member.

2.3.1.8
The bid documents can be downloaded by any one of the prospective members of
a Joint Venture / Consortium / Group, but shall be duly filled in, printed using pdf
printer and the resulting pdf document shall be digitally signed by the lead bidder as
specified elsewhere in this contract while submitting the bid.

Projects Electrical Designs Bid Document - Volume-1 Page 4


E & M Equipment Pre-Qualification Bid Document

2.4 Content of Pre-Qualification Document

2.4.1
This pre-qualification document (Volume - 1) consists of instructions to bidders,
conditions of pre-qualification, eligibility criteria for pre-qualification, qualification
criteria for financial capability, qualification criteria for technical capability, details of
bidding process, method of submission of bid, formats and questionnaires etc... and
should be read in conjunction with any addenda issued in accordance with Clause
2.5 and other volumes of these bid documents.

2.4.2
The KSEBL accepts no responsibility for the completeness of the pre-qualification
document and its addenda unless they are authorized by the KSEBL.

2.4.3
The bidder is expected to examine and understand all instructions, forms,
questionnaires, terms and conditions in the pre-qualification document and to
furnish all information and documents as required by the KSEBL for pre-
qualification.

2.5 Clarification on Bid Document


There will be a Pre-bid meeting to clarify any queries raised by the prospective
bidders on the meaning / interpretations of any portion of the bid document or on
the project, work etc... The bidder shall submit the consolidated query to the bidding
authority (preferably by e-mail). The submission shall reach the bidding authority
not later than the day stipulated in the bidding schedule (Clause 3.7) of Volume - 2
or the modified bidding schedule published thereafter, if any. Pre-bid meeting will be
conducted as per date informed to the bidders. Any addendum / modifications, if
required, based on the Pre-bid queries will be released not later than the day
stipulated in the bidding schedule (Clause 3.7) of Volume - 2. and shall form part of
the bid document.

Projects Electrical Designs Bid Document - Volume-1 Page 5


E & M Equipment Pre-Qualification Bid Document

2.6 Amendment of Pre-Qualification Document


The KSEBL may modify the bid documents at its own initiative by an addendum /
amendment.

The addendum / amendment will be published on the https://etenders.kerala.gov.in


website as a corrigendum. The bid shall be furnished taking into account the
addendum / amendments, if any, issued as mentioned above and any failure in
doing so will lead to consequences including rejection of bid for which
KSEBL will not be responsible. KSEBL shall not be responsible for bidder’s
negligence in checking the website regularly for any updates on this tender.

The KSEBL may extend the last date for the submission of bids at its discretion in
exceptional cases. The details of the same will be published by the KSEBL in the
website https://etenders.kerala.gov.in. The bidders shall not amend/add/alter any of
the bid conditions, conditions of contract, specifications etc...

2.7 Cost of Bidding


Provided in clause 4.3 of Conditions of Bid and Contract (Volume – 2)

2.8 Language of Applications


Provided in clause 4.4 of Conditions of Bid and Contract (Volume – 2)

2.9 Currency
The currency for the purpose of the bid document and price bid shall be the Indian
Rupees (INR), (`) only.

2.10 Validity of Application


Provided in Clause 4.7 of Conditions of Bid and Contract (Volume – 2)

2.11 Extension of Validity of Application


Provided in Clause 4.7 of Conditions of Bid and Contract (Volume – 2)

Projects Electrical Designs Bid Document - Volume-1 Page 6


E & M Equipment Pre-Qualification Bid Document

2.12 Formats and Questionnaires

2.12.1
All questions shall be answered and answers shall be complete in all respects.
Details required as per the enclosed formats / annexures shall be duly filled in using
adobe acrobat reader and printed using pdf printer and resulting pdf document shall
be digitally signed for submission. In the case of Joint Venture / Consortium /
Group, details of each member shall be provided separately in the enclosed
annexures / formats / questionnaires. If any additional details in respect of the
above formats is found necessary, the same should be uploaded as separate
portable document format (pdf) documents with proper digital signature.
Failure to furnish complete information as requested by the KSEBL shall lead to
rejection of bid.

The KSEBL will evaluate the bids in as if condition without obtaining further
information from the bidder.

The KSEBL will consider only the submitted documents without any further
clarifications from the bidder. However, if KSEBL so desires, rectification documents
will be called for through the e-procurement site.

2.12.2
It is mandatory to fill up all formats, questionnaires, declarations etc... All schedules
shall be duly filled up as stipulated in the bid document and shall be digitally signed
properly. Each bid shall contain an address for service of notice.

2.13 Supporting Documents


The bidders shall upload scanned copies of supporting documents to establish their
qualification.

The supporting documents include copies of audited profit and loss account and
balance sheet of the bidder for the last three year duly certified, solvency
certificates from bank defined vide Item No. 5 of Part I of Volume–2 or from
Revenue Authorities, audited annual reports, statutory auditors certificate,
performance certificates of completed projects having generator and turbine of

Projects Electrical Designs Bid Document - Volume-1 Page 7


E & M Equipment Pre-Qualification Bid Document

rating as mentioned in Clause 2.29.1, experience certificate, list of technical and


managerial personnel available indicating qualification and experience, details of
manufacturing facility, literature about the firm etc... In case of Consortium, details of
all members shall be submitted. Supporting documents such as photographs,
literature etc., if any, can also be submitted along with the pre-qualification bid
replacing the Place holder document for PQ.

The copies of supporting documents shall be self- attested and the original shall be
produced at any time, if called for during the evaluation stage for verification.

Refer to clauses 3.2 of Conditions of Bid and Contract document (Volume - 2) also.

Note: -

1. Experience certificate / completion certificate / performance certificate of


completed projects shall preferably be obtained from the agreement authority
of the project executed.

2. If single bidder or lead bidder or member of Consortium is a foreign entity


then their respective documents attached with the application shall be
attested / Notarized by Notary public before they are submitted to the Indian
embassy / consulate in the respective country for attestation for approval.

3. If single bidder or lead bidder or member of Consortium is an Indian entity


with any of the supporting documents from a foreign country, then their
respective documents attached with the application shall be attested /
Notarized by Notary public before they are submitted to the Indian embassy /
consulate in the respective country for attestation for approval.

2.14 Signing of Application and Formats


The Bidder shall digitally sign all the documents (including supporting documents),
for the online submission. If the bidder is a Joint Venture Undertaking / Consortium /
Group, all the parties need not sign provided that a Joint Venture / Consortium /
Group agreement and power of attorney (on Kerala Government Stamp worth
Rs.200/-) for the person to sign is submitted along with the bid. Date of signature
shall be provided wherever necessary.

Bid by a partnership firm shall contain the full names and addresses of all partners.

Projects Electrical Designs Bid Document - Volume-1 Page 8


E & M Equipment Pre-Qualification Bid Document

It shall be signed in the name of the partnership firm by one of the members of the
partnership authorized for the purpose or by an authorized representative.
Necessary authorisation for the signatory to be attached, indicating the name and
designation of the person signing.

Bids by corporations shall be signed with the legal name of the corporation followed
by the name, State of incorporation and by the signature and designation of the
President, Secretary or other person authorized to bind it in the matter.

The copy of the constitution of Firm / Partnership with the name of Partners duly
attested by a notary public and the instrument authorizing the persons to sign on
behalf of the firm shall be furnished. Copy of documents establishing the formation
and functioning, nature of business of the bidder like Articles of Association,
Memorandum of Association etc. shall be provided.

The bidder shall prepare and submit, as part of his bid, a complete construction
programme showing in detail his proposed programme of time schedule of the
operation for the orderly performance of the contract work within the time specified
in the Conditions of Bid and Contract. The construction programme shall be in such
form and in such details as to show properly the time schedule of the sequence of
operations of each milestone or activity of the works and the progress for each item
or group of like items in the schedule of quantities and rates.

2.15 Submission of Bid Documents

2.15.1 On-line Submission


The bid shall be submitted in 3 parts simultaneously, addressing the bidding
authority and each part shall be in separate designated online covers as detailed
below with questionnaire duly filled in.

Cover No.1 – Bid Security and Agreement

This cover marked as ‘Cover Number-1’, shall contain scanned copies of Bid
Security BG as specified in Clause 4.8 of Volume - 2 and agreement to
accompany the bid as per Annexure-1 of Volume - 2.

Cover No.2 – Pre-Qualification documents

Projects Electrical Designs Bid Document - Volume-1 Page 9


E & M Equipment Pre-Qualification Bid Document

The cover marked as ‘Cover Number – 2' is meant for 'Pre Qualification Bid /
Technical Bid’ and should contain the Pre Qualification Bid documents
Volume-1 (with 7 Nos Annexures of Volume-1), Volume-2, Volume-3 (with 4
Nos Annexures of Volume-3), Volume-4 and Volume-5. (pdf Annexure forms
to be filled up using Adobe Acrobat Reader, printed using pdf printer and the
resulting pdf document to be digitally signed and uploaded). The details of
contents of Cover Number-2 are stated in Vol-1 ‘Pre-Qualification Bid’ vide
Clause 2.16. The MoM of Pre-bid meeting (Reply to pre-bid queries) should
also be uploaded in this cover.

N.B: - The 4 Nos Annexures of Volume-4 should not be uploaded in Cover-2 as it


contains priced lists and hence it will lead to rejection of bid, if the same is
found uploaded in Cover-2.

Cover No.3 – Price Bid

The cover marked as ‘Cover Number – 3' is meant for 'Price Bid’ and should
contain 4 Nos Annexures of Volume-4 and (BoQ -.xls document to be filled in
and uploaded separately). The Annexure forms of Volume-4 are to be filled
up using only Adobe Acrobat Reader, printed using pdf printer and the
resulting pdf document to be digitally signed and uploaded.

Tenders / bids shall be accepted only through on-line mode and no manual
submission shall be entertained. Bids containing any sort of deviations
including technical deviations and additional conditions will be summarily
rejected if:

1. The technical deviations are totally unacceptable to KSEBL.

2. Financial implications of the deviations are not spelt out.

Bid documents received within the due date of submission will be treated as
confidential and will not be returned. Bids received late will not be entertained.

N.B: - While filling up the schedules / questionnaires, only the data entered in the
text box before the window starts to scroll can be saved / printed and viewed by the
bidding authority. Hence the bidders are requested to limit the data entry within the
box without scrolling. Further, the bidder is requested to view and ensure that all the

Projects Electrical Designs Bid Document - Volume-1 Page 10


E & M Equipment Pre-Qualification Bid Document

data entered is visible and readable in the final .pdf file before uploading.

2.15.2 Hard-copy Submission


The documents specified elsewhere which are to be submitted in original by the
bidder shall reach the office of the tender inviting authority after the last date of bid
submission, but on or before the due date of opening of the PQ bid in sealed covers
clearly superscribing the contents. Also, the bidder shall submit the original of any
of the documents uploaded in the bid, if so required at any stage of evaluation and
award process.

2.16 Check List for Contents of Cover – 2 for Pre-qualification


Cover Number-2 for pre-qualification shall contain the following:

In addition to Volume-1 (with 7 Nos Annexures of Volume-1), Volume-2,


Volume-3 (with 4 Nos Annexures of Volume-3), Volume-4 and Volume-5, the
bidders shall ensure to furnish the following documents (scanned copy of the
original) in the Cover Number- 2.
1. Joint Venture / Consortium / Group Agreement

2. Power of attorney / extract of resolution of Board of director’s of the


firm, as the case may, be for signing the bid document (both physically
and digitally)

3. Letter of Application

4. Formats and Questionnaires as per the pre-qualification document for


Technical Experience and Financial Capability duly filled in by the
applicant (In the case of consortium, details called upon in the formats
and questionnaires pertaining to each member of consortium shall be
submitted)

5. Supporting documents as per clause 2.13 and clause 2.14

2.17 Last Date for Submission of Bids


The bidder is advised to submit the bids online, well before the stipulated time and
date to avoid any kind of network issues, congestion etc... In this regard, the KSEBL

Projects Electrical Designs Bid Document - Volume-1 Page 11


E & M Equipment Pre-Qualification Bid Document

shall not be responsible for any kind of such issues / delays.

2.18 Opening of Bids


Cover Number-1 containing bid security and agreement will be opened as per the
bidding schedule by the bidding authority or his authorised representative in the
presence of bidders or their authorised representative who are present. If the bidder
fails to enclose the bid security as per clause 4.8 and agreement as per Annexure-1
of Volume - 2 – ‘Conditions of Bid and Contract’, the bid will be summarily rejected.

The bidder shall ensure that the BG and agreement in original should reach the
bidding authority after the last date of bid submission, but on / before the due date
of opening of the PQ bid, failing which the bid is liable to be rejected.

There after Cover Number-2 containing the pre-qualification bid documents of the
bidder who satisfy the above condition and as per clause 4.16.1 and 4.16.2 of
Volume - 2 – ‘Conditions of Bid and Contract’, will be opened for evaluation.

After evaluation of the pre-qualification documents, the bidders who are qualified
will be intimated through web-site about the date and time of opening of the
remaining document viz. Cover Number-3. As per Clause number 3.7 of Volume – 2
- ‘Conditions of Bid and Contract’, Online Cover Number-3 containing the Price bid
will be opened by the bidding authority or his authorised representative in the
presence of qualified bidders or their authorised representative who are present.

Any bid which does not conform to all the terms, conditions or specifications of bid
documents or not substantially responsive and genuine will be rejected.

The evaluation statement generated in the e-procurement system shall only


be provisional and the final bid evaluation after the evaluation of technical
parameters shall be published by the tendering authority. The decision of the
tendering authority for making cost comparative statements and arriving at
lowest bidder shall be final.

2.19 Confidentiality
Information relating to the evaluation of bids and recommendation for pre-
qualification shall not be disclosed to applicants or any other persons not officially
concerned with such process until the notification of pre-qualification is published.

Projects Electrical Designs Bid Document - Volume-1 Page 12


E & M Equipment Pre-Qualification Bid Document

2.20 Clarification of Bids


No clarification will be sought by the KSEBL for processing of bids in respect of pre-
qualification. The KSEBL will consider only the submitted documents without any
further clarifications from the bidder. However, if KSEBL so desires, rectification
documents will be called for through the e-procurement site.

2.21 Sub-contractors
The Contractor shall not assign or sublet his contract or any substantial part thereof
to anybody other than those specifically stated in the bid. In case of raw materials or
minor details of work or the name of makers of minor bought out items, which are
not named in the contract, he need not obtain consent during course of execution.
But this will not relieve the contractor from any obligation, duty or responsibility for
the proper fulfillment of work under the contract.

Even though the name and details of subcontractor are given in the bid but for
sufficient reasons at any time during the progress of work, the engineer-in-charge
determines that any such subcontractor is incompetent or undesirable, he will notify
the contractor accordingly and immediate steps shall be taken for cancellation of
such sub contract and arranging the work by the contractor himself. Nothing
contained in the contract shall create any contractual relations between the KSEBL
and Subcontractor. The contractor shall be responsible for the acts, defaults and
neglects of any subcontractor or his agents or servants or workmen.

The qualification of the sub-contractors enlisted by the bidder shall not be treated as
the qualification of the bidder for pre-qualification purpose. The contractor shall
submit the list of personnel proposed to work under the subcontractor and to submit
before the Engineer-in-charge for approval.

2.22 Evaluation of Application


The bidders shall submit the PQ bid duly filled in as stated in this PQ document,
along with other bid documents before the due date of submission. The Bidder shall
furnish relevant details as per the formats, documentary evidences, photograph,
and audited financial statements for the last three years, etc... The details of pre-
qualification are given in Volume - 1 of these documents. After examination and

Projects Electrical Designs Bid Document - Volume-1 Page 13


E & M Equipment Pre-Qualification Bid Document

evaluation, the KSEBL will select the qualified bidders. The result of Pre-
qualification will be informed to all the bidders through the e-procurement website.

In the first stage, the pre-qualification bids will be thoroughly evaluated for the
financial capability and technical soundness of the bidders. For this, the value of
work done, audited annual accounts, bankers certificate etc... will be evaluated to
assess their financial capability. Nature, volume, type etc... of works done, time of
completion of works done, type of clients, tools, plants and machinery possessed by
the bidder, availability of required managerial and technical persons etc... will be
evaluated to assess the technical soundness. The documents accompanied with
PQ bids shall be responsive to the PQ bid criteria.

Only qualified bids in the pre-qualification shall be considered for further evaluation.

KSEBL will use the criteria and methods described in Clause No: 2.26 to determine
the qualifications of the Bidders.

In the case of joint venture / consortium / group, financial and technical capability of
each member of the consortium will be evaluated and combined capability will be
considered for the qualification of the applicant.

2.23 KSEBL's Right to Accept or Reject Bids


The KSEBL reserves the right to reject any bid or all bids or annul the bidding
process at any time prior to the award of contract without assigning any reason
thereof. No liability other than giving information regarding the above to the bidders
shall rest with the KSEBL.

2.24 Qualification of Bidders


All bidders, whose bids have been found to be substantially responsive to the
requirements of the pre-qualification document and who have met or exceeded the
eligibility criteria vide Clause Nos: 2.27 & 2.29 in the opinion of the KSEBL will be
qualified for further evaluation.

If any bidder who have been pre-qualified for any other work previously by the
KSEBL, the matter shall be informed to the bidding authority while submitting the
bid.

Projects Electrical Designs Bid Document - Volume-1 Page 14


E & M Equipment Pre-Qualification Bid Document

2.25 Notification of Pre-qualification


Once the KSEBL has completed the evaluation of the application it will notify all
qualified applicants in writing through the e-procurement site.

2.26 Eligibility Parameters


The bidder’s financial capability and technical soundness is proposed to be
assessed based on the following parameters:

2.26.1 Financial Capability


i. Average annual turnover by taking together the annual turn over during the
last three completed financial years.

ii. Solvency certificate from Nationalized / Scheduled bank or from revenue


authorities specifying the solvency amount. In case of a foreign bidder, the
certificate issued by their respective banker shall be translated to English,
notarized and attested by the Indian Embassy / Consulate in the respective
country.

The notarization is to be made in the foreign country itself where embassy


attestation is being done.

2.26.2 Technical Capability

2.26.2.1
The bidder shall be an established manufacturer of hydraulic turbines who has
designed, manufactured, supplied, erected and commissioned hydro generating
units of similar type and capacity. He can also be a turnkey contractor with
experience of similar SHP / HEP works.

2.26.2.2
Previous experience in Planning, Engineering, Design, Manufacture, Supply,
Erection, Testing and Commissioning of Electrical, Electro-Mechanical and Hydro-
Mechanical equipment of Hydro generating stations.

Projects Electrical Designs Bid Document - Volume-1 Page 15


E & M Equipment Pre-Qualification Bid Document

2.26.2.3
Availability of manufacturing facility of hydraulic turbines and/or generators. The
foreign manufacturer shall either have a service facility of their own in India in
existence for at least three years for their supplied items of turbines and generators
or shall ensure arrangement for the service of their supplied items through a
consortium partner in India and this should be ensured through a proper agreement.

2.26.2.4
Availability of Technical and Managerial Personnel.

2.27 Criteria for Financial Capability

2.27.1
The bidder should have an average annual turnover of not less than 75% of PAC
amount of the project bid by taking together the annual turn over during last three
financial years. In case of Consortium, all partners combined shall meet the
requirement. However, the lead member shall have an average annual turnover
corresponding to the last three years of not less than 30% of PAC.

2.27.2
Solvency Certificate from the Nationalized / Scheduled bank specifying a solvency
amount of 50% of PAC amount of the project bid for.

The assessment of the bidder’s average annual turnover for the last three-year shall
be based on the audited annual accounts submitted by the bidder for the respective
years. If the bidder or any of the partners of Consortium is a foreign entity, then the
solvency certificate issued by their respective banker shall be translated to English,
notarized and attested by the Indian Embassy / Consulate in the respective country.

The notarization is to be made in the foreign country itself where embassy


attestation is being done.

In case the annual accounts for the latest financial year are not audited and
therefore the applicant could not make it available, the Applicant shall give an
undertaking to this effect and the statutory auditor shall certify the same. In such a

Projects Electrical Designs Bid Document - Volume-1 Page 16


E & M Equipment Pre-Qualification Bid Document

case, the Applicant shall provide the un-audited annual accounts (with schedule) for
the latest financial year, duly certified by the Statutory Auditor as well as Audited
Reports for three years preceding the latest financial year.

2.28 Evaluation of Financial Capability


Applicants who have met or exceeded the eligibility criteria vide Clause No: 2.27 in
the opinion of the KSEBL shall be qualified for financial capability.

2.29 Qualification Criteria for Technical Capability

2.29.1

2.29.1.1For Hydro-Electric Projects with installed capacity of and above 25 MW


The bidder must be an established manufacturer of Hydraulic turbines. The bidder
should have satisfactorily completed similar works of rating / capacity not less than
50% of the highest rating / capacity of individual unit (Turbine and Generator)
proposed for the project as a bidder and the same are in successful operation for a
minimum period of two years. Also the bidder should have satisfactorily completed
similar works of at least two hydroelectric projects of capacity not less than 50% of
the total station capacity proposed for the project, as a bidder during the last seven
years as on the date of notice inviting bid and the same shall be in successful
operation for a minimum period of two years. In case of Consortium, all partners
combined need to meet the requirement. However a consortium partner’s
experience / capability in his specific area of work / service will be considered only if
it is in his scope of work as per the consortium agreement.

2.29.1.2For Small Hydro-Electric Projects (with capacity less than 25 MW)


The bidder shall be an established manufacturer of hydraulic turbines who has
designed, manufactured, supplied, erected and commissioned hydro generating
units of similar type and capacity, as a bidder during the last seven years as on the
date of notice inviting bid and the same shall be in successful operation for a
minimum period of two years. He can also be a turnkey contractor with experience
of similar SHP works. In case of Consortium, all partners combined need to meet
the requirement. However, a consortium partner’s experience / capability in his

Projects Electrical Designs Bid Document - Volume-1 Page 17


E & M Equipment Pre-Qualification Bid Document

specific area of work / service will be considered only if it is in his scope of work as
per the consortium agreement.

Note: For the purpose of pre-qualification, similar works shall mean:

Previous experience in Planning, Engineering, Supply, Erection, Testing and


Commissioning of Electrical, Electro-Mechanical and Hydro-Mechanical
equipment of Hydroelectric Projects and design and manufacture of hydraulic
turbines.

2.29.2

The KSEBL shall verify the document evidences submitted by the bidder to prove
the criteria specified under Clause 2.29.1. The documents shall be self-attested
copy of the work order of completed works, completion certificate and performance
certificate issued in the name of bidder or consortium partner. Experience of the
subcontractor to which the bidder propose to sublet any part or in full of work shall
not be accepted as the qualification of the bidder for satisfactory completion of
projects within the stipulated time.

2.29.3
Availability of Technical and Managerial personnel with prescribed staffing. The
documentary evidences, submitted by the bidder to ascertain the bidders eligibility
should be self attested, The original of the same should be produced at any time if
required for verification.

The KSEBL shall verify the documentary evidences submitted by the bidder to
ascertain whether the bidder has sufficient man power for satisfactory completion of
projects within the stipulated time.

The bidder shall furnish a personnel deployment schedule for the project with the
name of personnel, qualification, experience, place of deployment etc...

The KSEBL shall have full right to obtain necessary reports from the concerned
officers of KSEBL regarding the performance of the bidder in the execution of the
contract. The performance of the bidder and the performance of the equipment

Projects Electrical Designs Bid Document - Volume-1 Page 18


E & M Equipment Pre-Qualification Bid Document

supplied by the bidder for the completed projects and the ongoing projects of
KSEBL shall also be considered and due weightage on the same shall be given
while pre-qualifying the bidder. This shall be based on the report of the agreement
authority of the project concerned.

2.30 Evaluation of Technical Capability


Bidders who have met or exceeded the eligibility criteria vide Clause No: 2.29 in the
opinion of the KSEBL shall be qualified for Technical capability.

2.31 Qualification of Bidder


The Bidder who qualifies for financial capability under Clause 2.27 and technically
capability under Clause 2.29 shall be considered as qualified bidder and will be
considered for further processing.

Even though the bidder meets the above qualifying criteria, the bidder may be
disqualified if they made misleading statements or false representations in the
forms, statements and attachments submitted as proof of the qualification
requirements; and / or have poor track record such as abandoning of works, not
properly completing the contract, inordinate delays in completion, history of habitual
litigation, or financial failures etc...

3 FORMATS AND QUESTIONNAIRES

Projects Electrical Designs Bid Document - Volume-1 Page 19


E & M Equipment Pre-Qualification Bid Document

3.1 Letter of Application

From,

To,

The Chief Engineer (Projects-Electrical Design),


Kerala State Electricity Board Ltd.,
#201, Vydyuthi Bhavanam, Pattom P O,
Thiruvananthapuram, Pin: 695 004,
Kerala State, India,
Phone / Fax : +91 471 2524478 / 2514495,
e-mail : ceped@kseb.in, ceprojects@ksebnet.com,
Sir,

Sub:- Submission of bid for pre-qualification of contractors for the


Execution of RMU works of Kuttiyadi hydroelectric project - E&M
part.

Ref:- Your e-Tender No:

Having examined the details given in the pre-qualification bid document for
the aforesaid work, we hereby submit the pre-qualification bid and other documents
required.

I / We hereby declare that all statements made and the information furnished
are true and correct.

I / We submit the requisite solvency certificate and authorize the Kerala State
Electricity Board Ltd. to approach the Bank issuing the Solvency Certificate to verify
the correctness thereof. We also authorize the Kerala State Electricity Board Ltd. to
approach individuals, Employers, Firms and Corporations to verify our competence

Projects Electrical Designs Bid Document - Volume-1 Page 20


E & M Equipment Pre-Qualification Bid Document

and general reputation.

We submit the following certificates and documents in support of suitability,


technical know-how, and capability of having successfully completed the following
works.

Sl. Works Client / Owner


No.

Note: In the case of Consortium, proofs and details for the technical know-
how and capability in respect of each member shall be submitted separately.

Projects Electrical Designs Bid Document - Volume-1 Page 21


E & M Equipment Pre-Qualification Bid Document

3.2 Declaration by the Bidder

DECLARATION BY THE BIDDER / TENDERER

I / We

hereby declare that I / We am / are not in any way related to any KSEBL’s servant

who is in charge of or having control of this work. I / We agree that if, at any stage, it

is found that this declaration is untrue, the bid security / performance security paid

by me/us will be forfeited and the contract entered will stand canceled at the risk

and cost of contractor. It is understood that the relationship with the KSEBL’s

servant referred to herein will be restricted to my spouse, father, mother, son,

daughter, brother, sister, direct uncle, nephew, father-in-law, mother-in-law, brother-

in-law, sister-in-law and first cousins of the officer concerned.

Projects Electrical Designs Bid Document - Volume-1 Page 22


E & M Equipment Pre-Qualification Bid Document

3.3 Applicant Information Sheet

APPLICANT INFORMATION SHEET

Sl. No. Questions Answers to be Furnished by the Bidder

1. Bidder’s Legal Name (In case of Consortium, give


Name of the Consortium)

2. In the case of Consortium, legal name of each


partner

a. Partner – 1

b. Partner – 2

c. Partner – 3

d. Agreement executed between partners exclusively Please Select


for this Project?
e. Agreement executed is Legally Enforceable by way Please Select
of proper attestation (Notary / Indian Embassy)?
f. Power of Attorney with proper attestation for the lead Please Select
bidder to represent the Consortium Furnished?

Projects-Electrical Designs Bid Document - Volume-1 Page 23


E & M Equipment Pre-Qualification Bid Document

Sl. No. Questions Answers to be Furnished by the Bidder


3. Bidder’s legal address in country of constitution

a. Postal Address

b. Fax No.

c. e-mail

4. Bidder’s address for Communication

a. Postal Address

b. Fax No.

c. e-mail

5. Bid Security Details

a. BG No. and date

b. BG Amount (INR)

c. BG Issued Bank with Branch Address

d. BG Valid up-to (date – dd/mm/yyyy)

6. Bid Agreement Furnished? Please Select

Projects-Electrical Designs Bid Document - Volume-1 Page 24


E & M Equipment Pre-Qualification Bid Document

3.4 PQ Questionnaire

PRE QUALIFICATION BID QUESTIONAIRE


Note : In the case of Consortium, the lead bidder shall submit the answers as per the questionnaire pertaining to each firm in the Consortium

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

1. Name of Firm

2. Country of Incorporation
3. Head Office

a. Postal Address

b. Fax No.

c. e-mail

Projects-Electrical Designs Bid Document - Volume-1 Page 25


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

4. Former name of firm, if any

5. Branch Office

a. Postal Address

b. Fax No.

c. e-mail

6. Type of Organization Please Select Please Select Please Select

7. Year & Place of Establishment

8. Nature of Firm Please Select Please Select Please Select

Projects-Electrical Designs Bid Document - Volume-1 Page 26


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3
If member of a group or
a. subsidiary of a large
organization:

Name & Descriptions of Main


Company / Other Companies

Address of the Other Companies

Relation with Other Companies

Manufacturer of Hydraulic
9. Please Select Please Select Please Select
Turbines?

Projects-Electrical Designs Bid Document - Volume-1 Page 27


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

Give brief description of field /


areas in which you have
Executed work. Please furnish
details and particulars of such
10.
works in the relevant formats
attached. Furnish exhibits of the
important projects executed by
you in the last Seven Years

11. What best describes your firm Please Select Please Select Please Select

a. If Others Please Specify

Are you registered with any other


Government / Department /
12.
Public undertaking? (if yes, give
details)

Have you ever failed to complete


13. Please Select Please Select Please Select
any work awarded to you?

Projects-Electrical Designs Bid Document - Volume-1 Page 28


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

a. If Yes, When, Where and Why

Has Arbitration proceedings


14. Please Select Please Select Please Select
initiated in any of your Projects?

If Yes, When, Where, and Why?


a. How many cases were settled in
your favor? (give details)

Have you ever Failed to


15. Please Select Please Select Please Select
Complete the Work in Time?

If Yes, Any Penalty was Imposed


a.
on You, give details

Projects-Electrical Designs Bid Document - Volume-1 Page 29


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

In what other line of business are


16.
you financially interested

Have you ever been Denied /


Debarred from Participation in
17. Tenders by any Government / Please Select Please Select Please Select
Public Sector Under- taking of
India or of any other country

a. If Yes, give details

For how many years have your


18. organization been in business
under present business name?

What were your fields at the time


a.
of establishing the company?

What were the new fields


b. subsequently added by you, if
any, and if so when and why ?

Projects-Electrical Designs Bid Document - Volume-1 Page 30


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3
Has any officer or partner of your
organization ever been an officer
19. or partner of any other Please Select Please Select Please Select
organization that failed to
complete construction contract?

If Yes, state Name of the


a.
Individual and other Organization

Has any Officer or Partner of


your organization ever Failed to
b. complete the construction Please Select Please Select Please Select
contract handled in his own
name?

c. If Yes, Please give details

In what fields do you claim as


20.
specialized and interested work?

Projects-Electrical Designs Bid Document - Volume-1 Page 31


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

Name of any international


organization for which your firm
21.
has already been registered
/pre-qualified?

What are your sources of finance


( Please give details of bank
reference – certificate from bank
22.
endorsing your financial stability
and certificate to substantiate
other sources)

Have your company ever been


23. Please Select Please Select Please Select
declared bankrupt?

a. If Yes, Please give details

What is the maximum value


24.
(INR) of projects / works that
a. You can handle?

b. You have handled so far?

Projects-Electrical Designs Bid Document - Volume-1 Page 32


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3
Whether accounts for each of
the three financial years with
auditor’s reports, balance sheet,
25. Please Select Please Select Please Select
profit and loss account, and
income tax clearance certificate
has been furnished?
26. How much is your

a. Paid up Capital?

b. Working Capital?

c. Foreign Investment?

Annual turn over for the last 10


d. years? (give separately for each
year)

Projects-Electrical Designs Bid Document - Volume-1 Page 33


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3

Net Income for the last 10


e. years? (Give separately for each
year)

27. Formats (enclosed filled)?


Details of Engineers &
a. Please Select Please Select Please Select
Managerial Personnel
Details of Machinery and
b. Equipment owned by the Please Select Please Select Please Select
Company
Details of Machinery &
Equipment that Company
c. Please Select Please Select Please Select
proposes to take on Rent and
use for the work
Present activities in which your
d. firm is working as: (Formats
enclosed filled)?
A Main contractor (last ten years) Please Select Please Select Please Select

Joint Venture (last ten years) Please Select Please Select Please Select

Projects-Electrical Designs Bid Document - Volume-1 Page 34


E & M Equipment Pre-Qualification Bid Document

Answers to be Furnished by the Bidder (for each Partners)


Sl. No. Questions
Partner – 1 Partner – 2 Partner – 3
Sub contractor (last ten years) Please Select Please Select Please Select
Simultaneous Contract
Please Select Please Select Please Select
Engagement of the Contractor
Material Testing facilities
available with the firm furnished
e. (details of testing equipment Please Select Please Select Please Select
both for civil and electrical works
are to be mentioned)?

3.5 Financial Statement

FINANCIAL STATEMENT (DATA FOR PREVIOUS THREE YEARS - IN INDIAN RUPEES)


Note: Attach copies of financial statements (balance sheets including schedules and income statements) for the last three years, as indicated below,
of each Consortium Partners, complying with the following conditions

• All such documents reflect the financial situation of the bidder


• Historical financial statements must be audited by a certified chartered accountant
• Historical financial statements must be complete, including all schedules to the financial statements

a. Information from Balance Sheet


Partner - 1 Year

Projects-Electrical Designs Bid Document - Volume-1 Page 35


E & M Equipment Pre-Qualification Bid Document

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Year

Total Assets

Total Liabilities
Partner - 2
Net Worth

Current Assets

Current Liabilities

Year

Total Assets

Total Liabilities
Partner - 3
Net Worth

Current Assets

Current Liabilities

Projects-Electrical Designs Bid Document - Volume-1 Page 36


E & M Equipment Pre-Qualification Bid Document

FINANCIAL STATEMENT (DATA FOR PREVIOUS THREE YEARS - IN INDIAN RUPEES)


b. Information from Income Statement
Year

Total Revenue
Partner - 1
Profit before Tax

Profit after tax

Year

Total Revenue
Partner - 2
Profit before Tax

Profit after tax

Year

Total Revenue
Partner - 3
Profit before Tax

Profit after tax

Projects-Electrical Designs Bid Document - Volume-1 Page 37


E & M Equipment Pre-Qualification Bid Document

FINANCIAL STATEMENT (DATA FOR PREVIOUS THREE YEARS - IN INDIAN RUPEES)

c. Total Annual Turnover

TOTAL ANNUAL TURNOVER FOR LAST THREE FINANCIAL YEARS

Partner Year Amount and Currency Exchange Rate Indian Rupee Equivalent

Partner - 1

Partner - 2

Partner - 3

Projects-Electrical Designs Bid Document - Volume-1 Page 38


E & M Equipment Pre-Qualification Bid Document

3.6 Minimum Requirement of Technical Persons

MINIMUM REQUIREMENT OF TECHNICAL PERSONS

Designation No: of Persons Required Qualification Professional Experience

Project Manager Graduate in Engineering

Project Engineer Graduate in Electrical


(Electrical) Engineering

Design Engineers Graduate in Engineering

Supervisor (Electrical) Diploma in Electrical Engineering

Supervisor (Mechanical) Diploma in Mechanical


Engineering

Projects-Electrical Designs Bid Document - Volume-1 Page 39


E & M Equipment Pre-Qualification Bid Document

3.7 Consortium Partners' Responsibility

DETAILS OF CONSORTIUM & THEIR RESPONSIBILITIES

Partner Responsibility in the proposed work

Partner – 1

Partner – 2

Partner – 3

Projects-Electrical Designs Bid Document - Volume-1 Page 40


E & M Equipment Pre-Qualification Bid Document

4 Annexures
1. Annexure-1 Requirement of Machinery / Tools

2. Annexure-2 Experience & Qualification of Key Personnel

3. Annexure-3 Present Activities of the Firm as Main Contractor

4. Annexure-4 Present Activities of the Firm as other than Main Contractor

5. Annexure-5 Completed Similar Works of the Firm as Main Contractor

6. Annexure-6 Completed Similar Works of the Firm as other than Main Contractor

7. Annexure-7 Simultaneous Contract Engagement of Partner Firms

Projects-Electrical Designs Bid Document - Volume-1 Page 41

Вам также может понравиться