Вы находитесь на странице: 1из 5

Tender No.

MSETCL/CO/ C& M/Cont/TKC-III/Lines/ T-1203


INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (e-Tendering) 1.0 The Maharashtra State Electricity Transmission Company Ltd., Mumbai, hereinafter referred to as the Owner (MSETCL) invites sealed offers in TWO bid system (Technocommercial and price bid) from the eligible bidders for the following scope on turnkey basis as detailed below.
Description of Packages Route length (Kms) Completion period from date of LOA (in months) Approx. Estimated Cost (Rs. Lakhs)

35 KM Construction of 220KV D/C line from D/C & 400/220KV PGCIL Kumbhari sub10KM station to 220/33KV BaleS/S Pune M/C Total Zone -45KM

12

Rs. 1861.97 Lakhs

The prices to be quoted against this IFB shall be in Indian rupees only. 2.0 The brief scope of the work will be as under : a) Check survey and detailed survey (if required) of the line. b) Fabrication & supply of towers as per owner supplied tower designs , with required extensions, design of special towers (if required), modification / strengthening of towers (if required), design of foundation (if required), supply of Bolts & Nuts, Conductor, Earthwire , Insulators, Insulator Hardwares, Tower Accessories, Conductor & Earthwire accessories etc. required for completion of the line. c) Clearing of site, casting of tower foundations (including stub setting), Design of pile foundations & special foundations if required, erection of complete towers with extension & all accessories, hoisting of insulators, stringing of conductors & earth wire lines as per specification, fitting of line hardwares, tower accessories etc. and all other materials and accessories required for completion and commissioning of the line. The scope of work given above is only indicative and detailed scope is described elsewhere in the bid documents.

3.0

QUALIFYING REQUIREMENTS FOR THE BIDDERS In order to be qualified for award of Contract, the bidder will be required to satisfy the following minimum criteria, which will take precedence over any qualification requirements that may be stated in the specifications or elsewhere in the bidding document. The bidder shall satisfy the following conditions:

3.1 Statutory Licenses/Registration. a) The bidder should have a valid Electrical Contractors License issued by Govt. of Maharashtra.
D:\Deep\WCM\tenders\Newly Added\2012\28-02-2012\ON-NIT - Copy.doc

b) The bidder should be registered under Maharashtra Value Added Tax (MVAT) Act / Central Sales Tax Act and Service Tax Act under GOI as well as for other various taxes in force. c) The bidder should be registered under P.F. Act. Note: Duly attested copies of Certificate should be submitted with bid offer. 3.2 Design & Manufacturing experience. 3.2.1 The bidder should be a manufacturer of EHV Transmission line towers having adequate infrastructure for in-house design, manufacturing, galvanising and supply of transmission line towers and should have at least 5 years of experience in design, manufacturing & supply of galvanised Transmission line towers of voltage class of 100 kV and above. 3.2.2 The bidder should have installed capacity for manufacturing of at least 10,000 MT of tower material per year and should have fabricated and supplied at least 1000 MT of EHV transmission line towers of voltage class 100 kV & above. The bidder should submit the users certificate in support of such supplies executed in last 3 years. 3.2.3 The bidder not satisfying any or all the conditions at 3.2.1 & 3.2.2 may submit a undertaking to access with a tower manufacturer who satisfies such conditions fully to guarantee for quality & timely supply of tower material. This should be in addition to 10% security deposit in the form of performance B.G to be submitted by the bidder. 3.3 Erection Experience criteria 3.3.1 The bidder should have basic infrastructure for construction of EHV transmission lines of voltage class 100 kV & above, along with technical knowhow, adequate tools & plants, machineries, skilled erection staff and experienced technical staff for construction and commissioning of EHV transmission lines. The bidder should furnish the details of tools & plants available with him with ratings/make & list of technical staff available with him. Details of such set up for executing the turnkey project specified in this tender shall be clearly brought out in the offer. 3.3.2 The bidder should have experience of line erection S/C or D/C or M/C Length of Line (Route length)= 0.5* X KM in last five years cumulatively Where, X = Line length of the tender under consideration (Route length) The bidder should submit end users certificate issued by the concerned ordering authority indicating therein name of the line constructed, its voltage class, route length, configuration of conductor, date of completion and period taken for completion, etc. 3.4 Financial criteria 3.4.1 The average annual turnover of the bidder in Power sector during last three financial years ( 2008-09, 2009-10 & 2010-11) should not be less than 60% of the estimated cost of the tender. The bidder should have a Net Worth (which is defined as Equity share capital + Reserves Revaluation reserves Intangible assets Miscellaneous expenditure to the
D:\Deep\WCM\tenders\Newly Added\2012\28-02-2012\ON-NIT - Copy.doc

3.4.2

extent not written off and carry forward losses) of not less than 20% of estimated cost of this tender. The bidder should submit the statement of Net worth duly certified by Chartered Accountant for the last financial year.(i.e., 2010 - 2011) 3.4.3 The bidder should furnish an undertaking to submit a Comfort Letter from a Nationalized or Scheduled Bank, addressed to Owner (MSETCL), which describes the dedicated revolving line of credit for an amount not less than 20% (Twenty Percent) value of the estimated cost of the tender/package offered. A sample format of a letter, which would be generally acceptable to the Owner, is provided in Schedule-B. Immediately after opening of price bid, the bidder shall submit the comfort letter to MSETCL. Bidder should have to furnish details of Litigation history In case of consortium (Not more than 2 partners including lead partner) The principal (lead) bidder who desire to bid against this specification may submit the offer jointly with erection contractor/equipment manufacturer by entering into a legally valid agreement subject to fulfilment of following requirements. (a) The number of partners in a consortium should not be more than 2. Including the lead Partner. (b) One of the partners shall be authorized to be in charge (lead partner), and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of both partners. ( c) The bid, and in case of a successful bid, the Form of Contract Agreement shall be signed so as to be legally binding on both partners. (d ) The partner in charge shall be authorized to incur liabilities, receive payments and receive instructions for and or behalf of both partners of the consortium and for the entire execution of contract. (e) Both partners of the consortium shall be jointly and severally liable for execution of the contract in accordance with the Contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the Bid Form and the Form of Contract agreement (in case of a successful bid) (f) A copy of agreement entered into by the consortium partners shall be submitted with the bid. The consortium agreement should indicate precisely the responsibility of both members of consortium in respect of planning, design, supply of materials and equipment, key personnel, work execution and financing of the project. This should not be varied/modified subsequently without approval of the Employer. (g) Both partners together shall meet all the qualifying criteria. 4.0 The bidder must also satisfactorily demonstrate that, he has the personnel for the key positions required to carry out the works, and it has access to the minimum levels of key plant, equipment and machinery that are required to complete the power transmission sector works within the stipulated time for completion. Further its proposals regarding work methods, scheduling and mobilization of resources are adequate to demonstrate the Bidders capability to complete the works in accordance with the specifications and work completion schedule, that its understanding of the requirements of the contract is clear
D:\Deep\WCM\tenders\Newly Added\2012\28-02-2012\ON-NIT - Copy.doc

3.5

and unambiguous. Any unsatisfactory assessment of these requirements may lead to the bidder being evaluated as technically non-responsive. 5.0 Check list to qualify for award of contract, which the bidder should invariably submit:a) b) A written power of attorney authorizing the signatory of the bid to commit on behalf of the bidder. Audited annual accounts including balance sheets and other financial statements for past three financial years ( 2008-09, 2009-10 & 2010-2011) duly signed by Chartered Accountant List of works executed by the bidder till date. Performance certificate from end users in support of towers designed & tested, towers supplied & works executed. The certificate should show date of commencement & date of completion thereof. Up to date information for the current contract commitments/ works in progress and financial resources in sufficient detail so as to enable assessment of the financial capacity of the bidder. Letter from the bidder to seek references from the bidders Bank along with details of the Bank. Proposals regarding work methods, scheduling and resourcing which shall be provided in sufficient detail to confirm the bidders capability to complete the works in accordance with the specifications and the time of completion, including; Qualification and experience of key site management and technical personnel proposed for the contract. Source (own, lease , hire, etc) and deployment schedule for major items of construction equipment and materials handling facilities proposed for carrying out the work. Proposed plan for supply and delivery of major materials and equipment to the site. The same should be in accordance with the erection schedule proposed by the bidder. Proposed program of erection of works in terms of various activities right from survey to stringing/ commissioning. Electrical Contractors License issued by the Maharashtra Govt. as may be applicable under the act. Registration certificates for MVAT/Central sales tax and Service Tax; and Registration certificates under P.F. and Labour laws as may be applicable as per the relevant acts.

c) d)

e)

e) f)

i) ii

iii.

iv. g) h) i) 6.0

The bidder has to present all the financial supporting documents pertaining to qualifying requirements duly certified/attested by the Chartered Accountant and the technical documents duly attested by Gazetted Officer/Notary Public/ Chartered Accountant. Documents submitted without the required Certification will not be considered for evaluation. The bidder has to note that no deviation in tender conditions will be allowed after bid submission and no time shall be given in any circumstances after opening of TechnoCommercial bid for submission of documents which are missing with offer. Notwithstanding anything stated above, the owner reserves the right to assess the bidders capability and capacity to perform the work, should the circumstances warrant such an
D:\Deep\WCM\tenders\Newly Added\2012\28-02-2012\ON-NIT - Copy.doc

7.0

8.0

assessment in the overall interest of the owner, and may reject the offer without assigning any reason. Note: The prospective bidder shall, submit along with his offer the Qualifying Requirement Data Schedule (Form No. 1 to 8) as per Annex-C duly filled in, in support of fulfillment of above Qualifying Conditions (Q.C.) by him. 9.0 A complete set of bidding documents may be obtained by the interested eligible bidders, from MSETCLs website www.mahatransco.in. Payment of specified amount towards the cost of bid documents shall be made either in cash or by demand draft in favor of MSETCL payable at Mumbai from any nationalized Bank or any scheduled Bank. However, payment of cost of the bid document will not automatically mean that such bidder is qualified. The bidder shall be required to submit 1% (one percent) of the estimated cost of the package in lieu of bid security deposit, along with the offer, in the form of Bank Guarantee of any Nationalized or Scheduled Bank in the prescribed format given in Schedule F.

10.0

11.0. The successful bidder shall be required to submit a contract performance bank Guarantee of any Nationalized or Scheduled Bank for 10% (ten percent) of the contract price in the event of contract being awarded to him as given in Proforma E. 12.0 For detailed information please log on to www.mahatransco.in. and MSETCLs eTendering website . Interested bidders may obtain further information, if needed, from the office of the Chief Engineer (Transmission Contracts & Monitoring), Maharashtra State Electricity Transmission Co. Ltd., 4th floor, Prakashganga, Plot No.C19, E Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051. Telephone No. (022) 2659 5000 / 26595124 and Fax No. (022) 2659 8587/ 26598590. Bidders are requested to note the dates for purchase, submission and opening of the bids which are as given below. Sr. No. 1 2 3 4 Particulars Starting date of down loading the tender documents Price of bid document Last date and time for submission of bids Date and time for opening of techno-commercial bid Date 02.03.2012 Rs.15,000/- + MVAT@5% 20.03.2012 up to 13.00 hrs. 20.03.2012 at 15.00 hrs.

13.0

In case the due date for sale, receipt and/or opening of bids happens to be a holiday, the next working day shall be the corresponding due date.

Chief Engineer (Contracts & Monitoring)


D:\Deep\WCM\tenders\Newly Added\2012\28-02-2012\ON-NIT - Copy.doc

Вам также может понравиться