Вы находитесь на странице: 1из 7

Section2

Tender Data Sheet


Section2. Tender Data Sheet
ITT Amendments of, and Supplements to, Clauses in the Instructions to
Clause Tenderers

A. General
The Employer is BPDB represented by
ITT 1.1
Director, Purchase, WAPDA Building 9th Floor, Motijheel C/A, Dhaka-1000.

Phone: + 880 2 712 6151. Fax: + 880 2 955 0532


The Name of the Tender:

“Design, Manufacture, Supply, Installation, Testing & Commissioning of Pre-Payment


Metering System at Rajshahi-4, Bogra-1 & Pabna-2 Division of Distribution, Northern
Zone, Rajshahi with 5 (Five) years Operational Support on Turn-key Basis”.

The Supply, Work & Services included in Section 6: Bill of Quantities.


ITT 2.1 The source of fund is BPDB’s own Revenue Funds.
The name of the Development Partner is [state name of Development Partner].
ITT 2.3
General Manager, Commercial Operation, BPDB, Dhaka.
Tenderers from the following countries are not eligible:
ITT 4.1
Israel
Materials, equipment and service from the following countries are not eligible.
ITT 5.1
Israel

B. Tender Document
Authorised agent of the Employer for the purpose of issuing the Tender Document:
ITT 7.2
Director, Purchase, WAPDA Building 9th Floor, Motijheel C/A, Dhaka-1000. Phone: +
880 2 712 6151. Fax: + 880 2 955 0532
For clarification of Tenders purposes only, the Employer’s address is:
ITT 8.1
Attention: Project Director, Pre-payment Metering Project for Distribution Southern
Zone, Chittagong, (Phase-1).
Address: Biddut Bhaban, Level-12, 1 Abdul Goni Road, BPDB, Dhaka-1000.
Phone + 880 2 7110038, e-mail: pd.ppm@bpdb.gov.bd

Place/Date/Time of Pre-Tender Meeting


ITT 9.1
Not Applicable

C. Evaluation and Qualification Criteria


For delayed Completion time the Tender price shall be loaded as follows:
ITT 11.1
Not Allowed.
1) The minimum period of general experience of the Tenderer in supply, installation,
ITT
testing and commissioning of Electrical works & services at least 10 (Ten) years.
12.3(a)
2) The tenderer shall have local establishment or local representative having proper

2-2
establishment in Bangladesh for providing instant services as and when required.
The Tenderer should have to fulfil the following requirements, otherwise bid will be
ITT
rejected:
12.3(b)
1) The tenderer shall have experience of following during last 10 (Ten) Calendar
years. All supported documents/papers shall have to enclose with the bid.

Execution of offered type pre-payment Metering system along with at least 50,000
offer type Meter Supply & Installation in one contract.

2) The tenderer shall have to furnish with their offer at least 1 (one) performance
certificate as stipulated bellow to be issued from End User (Must be a Utility)
outside the country of the Country of manufacturing.

Offered type pre-payment Metering system along with the supply of at least
50,000 offer type Meter for Supply & Installation, clearly outlining that the
system is implemented and licensed to manage more than 5,00,000
meters/consumers.

All performance certificates shall be in English language and in the original end
customer letter head where detailed e-mail address, Telephone no., Fax no. will be
furnished.

3) Both the Meter Manufacturer and Software Manufacturer shall have to be bona fide
member of the STS Association (supported documents/papers shall to be submitted
with the bid).

4) The tender/Offer shall have to be furnished with following documents.

a) Manufacturer Authorization and Warranty certificate of the offered items as per


section 5: PG3 -5.
b) Updated certification of the offered type pre-payment meter by STS Association.
c) Type test report, Authorization from Manufacturer of Latching Relay as Specified
in clause 8.2 in Section-7 B2 (i) page 7-57 and in clause 5.2 in Section-7 B2(ii)
page 7-72 of Technical Specification.
d) Updated certification of the offered software along with information security
management system by STS Association.
e) Authorization of Network service provider, if network service provider is other
than the tenderer.

5) The Tender shall have to fulfil the requirements as stated in the Compliance sheet as
per PG3-4 and also GTP format of the offered items as mentioned in Section: 8.

6) The Manufacturer shall have to confirm that their meter shall be interfaced with the
software compiled as per STS Guideline.

7) The Software Manufacturer shall have to confirm that their offered software shall be
interfaced with other manufacturer’s Meter manufactured as per STS guideline.

8) The Tenderer shall have to submit with their offer, an authorization from the Software
provider if the Software provider is not the Meter Manufacturer. In that case, Software
provider for software, Software maintenance and support service shall have
certification of CMMI Level -3.

2-3
9) The following samples shall be submitted with the tender to confirm the tender
requirement.

a) Single phase STS pre-payment meter: 1 (one) no.


b) Three phase STS pre-payment meter: 1 (one) no
10) Preliminary responsive Tenderers shall have to successfully present & demonstrate
the functionality on the sample meters & Pre-payment Metering System of the tenderer
as per Technical Specification of Tender requirements. They may also be asked for
successful interfacing their offered system with STS Meter. Meter with Supply Group
Code will be provided by BPDB. The respective preliminary qualified tenderer will be
notified the date of presentation/demonstration at least 15 (fifteen) days ahead of the
presentation/demonstration. This presentation/demonstration will be a part of the
technical evaluation. The Tenderers, who will fail to perform this
presentation/demonstration on sample meters & Pre-payment Metering System or
whose presentation/demonstration will be unsatisfactory as per technical specification
of tender requirements, will be considered Technically Non-responsive and as such
their tender will be rejected and shall not be considered for further evaluation. In the
demonstration BPDB may break the sample for checking the component of the meter.

ITT The required average annual turnover shall be greater than Tk 200 (two hundred) million
13.1(a) BDT or equivalent over the last 05(five) calendar years.

ITT The minimum amount of free funds (liquid assets) or credit facilities net of other
13.1(b) Contractual commitments of the successful Tenderer shall be 50(fifty) million BDT or
equivalent.
ITT A Project Manager shall have the following qualifications and experience:
14.1(a) As shown in Annexure-1.
ITT The Minimum number of Engineers with qualifications and experience shall be as
14.1(b) follows:
As shown in Annexure-1.
ITT Other key staff with qualifications and experience shall be as follows:
14.1(c) As shown in Annexure-1.
ITT 15.1 The Tenderer shall own or have assured access of the essential equipment, in full working
order as follows:
NOT Applicable

D. Preparation of Tender
ITT 17.1 The Tender shall be single stage two envelope. Technical and financial proposal shall be
submitted in two separate envelopes duly sealed and signed, which shall be in a single
envelope duly addressed to the employer. The Technical envelope will be opened first.
The Financial Proposal will be kept in safe custody. Financial Proposal of only technically
responsive bids will be opened at date and time to be notified later to the respective
bidder. The Financial Proposal of the technically non-responsive bidder will be returned
unopened to the respective bidder.

ITT 19.1 The Tender, as well as all correspondence and documents relating to the Tender shall be
in the English language.
Documents to be submitted by the tenderer/manufacturer :
ITT 20.1
I. The Tender Submission Sheet (W - 1) [Ref.- ITT cl no 20.1(a) & 21.1] to be
submitted with the technical proposal.

2-4
II. The price schedule completed in accordance with ITT clauses-21, 23 & 24 [Ref.-
ITT cl no 20.1(b)] and to be submitted with the price proposal.

III. The Tender validity period shall be 120 (One hundred Twenty) days from the date
of opening of Tenders [Ref.- ITT cl. no 30] to be declared in letter head pad.

IV. Original Tender security (form W-3) completed in accordance with ITT clauses-31
[Ref.- ITT cl .no 20.1(c)].

V. Written confirmation authorizing the signatory of the tenderer to commit the tender
in accordance with ITT clauses-33 [Ref.- ITT cl .no 17.1(e)].

VI. Documentary evidence in accordance with ITT clauses-25 establishing the


Tenderer’s eligibility to tender, including Tenderer Information Sheet (form W -2).
[Ref.- ITT cl .no 20.1(f)].

VII. Documentary evidence in accordance with ITT Clauses 28 establishing the


Tenderer qualification to perform the Contract if it’s Tender is accepted. [Ref.- ITT
cl .no 20.1(g)].

VIII. Description of work method and schedule in accordance with ITT Clauses 27.
[Ref.- ITT cl .no 20.1(h)].

IX. Delivery and completion time shall be 12 (Twelve) months from the date qualified
commitment of the letter of credit (L/C) [Ref. GCC CL. No. 4.5 of PCC].

X. List of manufacturers, places of manufacture and testing.

XI. Manufacturers’ authorization of the goods if bidder is not manufacturer.

XII. Schedule of Technical Particulars and Guarantees shall be filled up with


appropriate data.

XIII. Details of key personnel to be employed for the Contract work.

Drawings, documents, catalogues and leaflets.

ITT The Tenderer shall submit with its Tender the following additional documents: NONE
20.1(i)

ITT 21.1 Further, the price & discount (if any) should not be quoted in the Tender Submission
Sheet (Form - W -1) and be submitted with the Technical Proposal. Tender price and
discount (if any) should be quoted separately and to be included with the Financial
Proposal in a separate envelope.

ITT 21.2 Further this should be submitted within the Financial Proposal in separate envelope duly
seal and signed.
ITT 22.1 Alternative Tenders will not be permitted.

ITT 22.3 There shall not be alternative times for completion of the Works.

ITT 23.1 The price and discount should not be quoted in the Tender Submission Sheet (Form W -
1). The tender price & discount if any should be provided in separate sheet to be
submitted in the Financial Proposal in separate envelope.
ITT 23.2 To be submitted with Financial Proposal.

2-5
ITT 23.5 The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
ITT 23.6
& Tenders are being invited for an individual lot.
ITT 46.5
ITT 24.2 For expenditures that will be incurred outside Bangladesh, will be US Dollar.
The required Technical Documents shall include the following additional information:
ITT 27.1
i) A general description and system overview.
ii) Statement of work method
iii) A detailed description of each system component with Technical
specification and brochures of machinery/plant (system hardware,
system software, communication system, meters, etc.)
iv) A delivery schedule for the 12 month implementation plan.
v) Factory Acceptance Tests
vi) Training Schedule
vii) Installation and commissioning of the system hardware and software
viii) Meter Installation Schedule
ITT 28.4 A Tender submitted by a JVCA shall also comply with the following requirements: as per
clause.
ITT 30.1 The Tender validity period shall be 120 days.
The amount of the Tender Security shall be
ITT 31.1
BDT 60, 00,000.00 (in word: Sixty Lac BDT) or USD 77,000.00 (in word: Seventy Seven
Thousand USD).

Tender security must be furnished in the Technical Proposal not in the Financial Proposal.
The tenderer if furnished the tender security in the Financial Proposal the tender will be
rejected. The tender security should be in the form as depicted in ITT clause 31.2(a). Any
alteration or addition of the tender security form will be rejected the tender. The tender
security in the form like SWIFT copy is not acceptable. If any tenderer submitted bid
security in the form of SWIFT copy or other way, the tender will be rejected.

ITT 32.1 In addition to the original of the Tender, 04[Four] copies shall be submitted.

E. Submission of Tender
ITT 33.1 The tenderer shall enclose the original Technical Proposal and Financial Proposal in
different envelope. The envelopes will be marked as Technical Proposal Original and
Financial Proposal Original. Similarly copies of technical and financial proposal will be
enclosed in two different envelopes and the envelope will be marked 'Copy Technical
Proposal' and 'Copy Financial Proposal'. Then original Technical Proposal envelope and
copy of the technical proposals will be put into in to another envelope and the envelope
will be marked as technical proposal. Similarly Original of the Financial Proposal and
Copy of the Financial Proposal put into another envelope will be marked as Financial
Proposal. These two envelopes of Technical Proposal and Financial proposal shall then be
enclosed one single outer envelope. All the envelops should be duly sealed and signed by
the bidder.
ITT 33.2 The inner and outer envelopes shall bear the following additional identification marks:
(c) None

2-6
ITT 34.1 For Tender submission purposes only, the Employer’s address is:
Attention: Director, Purchase
Address:
WAPDA Building 9th Floor, Motijheel C/A, Dhaka-1000.
Phone: + 880 2 712 6151. Fax: + 880 2 955 0532
The deadline for the submission of Tenders is:
Time & Date: 24.03.2014 at 11:00 BST
ITT 34.2 The tender should only be received by hand at the office stated in clause ITT34.1.

F. Opening and Evaluation of Tender


The Tender opening shall take place at
ITT 37.1
Attention: Director, Purchase
Address:
WAPDA Building 9th Floor, Motijheel C/A, Dhaka-1000.
Phone: + 880 2 712 6151. Fax: + 880 2 955 0532
Time & Date: 24.03.2014 at 11:30 BST.

G. Award of Contract
ITT 45.4 a) The technical evaluation should be done in two stages. In the 1st stage the tenderer
have to fulfil the requirement of ITT clause 45.1 & 45.2.
b) The tenderer qualified 45.4.a have to demonstrate/present the sample meters submitted
with the tender to confirm the tender requirements within 15 days after requesting him
for presentation/demonstration.
c) The Tenderers, who will fail to perform this presentation/demonstration on sample
meters & Pre-payment Metering System or whose presentation/demonstration will be
unsatisfactory as per technical specification of tender requirements, will be considered
Technically Non-responsive and as such their tender will be rejected and shall not be
considered for further evaluation.
ITT 53.1 The amount of Performance Security shall be 10[ten] percent of the Contract Price.
ITT 56.1 The Adjudicator proposed by the Employer is Member, Distribution, BPDB, Dhaka.
ITT 56.2 In case of disagreement between the parties, the Appointing Authority for the Adjudicator
is the President of the Institution of Engineers, Bangladesh.
The name and address of the office where complaints to the Procuring Entity under
ITT 57.2
Regulation of PPR are to be submitted is:
Member, Distribution, BPDB, Dhaka.

2-7

Вам также может понравиться