KARNATAKA POWER TRANSMISSION CORPORATION LIMITED



PÀ£ÁðlPÀ «zÀÄåvï ¥Àæ¸ÀgÀt ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ

KARNATAKA power transmission corporation limited

| | |Office of the |

| | |Chief Engineer Electricity, |

|E-mail: ceetzglb@ | |“PRASARANA BHAVAN” Transmission Zone, KPTCL, |

|Encl: | |Sedam Road, Kalaburagi. |

No. CEE/TZ/KLB/SEE(O)/AEE-4/2016-17/PTK-3/7867/ADL PTR@ Konkal Date:22.10.16.

(E- Procurement MODE ONLY)

|1 |Bid Enquiry | No. CEE/TZ/KLB/SEE(O)/AEE-4/2016-17/PTK-3/7867/ADL PTR@ Konkal S/s- Date:22.10.2016. |

|2 |Scope |Providing additional 1x10MVA, 110/11kV Power Transformer in existing 110/11kV S/s Konkal in Yadgir Taluk,|

| | |Yadgir district in Kalaburagi major works division including supply of equipments / materials, erection |

| | |(including civil works), testing & commissioning on PTK basis (major materials such as Power Transformer,|

| | |Circuit Breaker & switchgear will be supplied by KPTCL). |

|3 |Commissioning |5 Months from the date of Letter of Award / Letter of Intent (as applicable) including Monsoon period. |

|4 |Amount put to tender | Rs.52.95/- Lakhs |

|5 |EMD |Bids shall be accompanied by Bid Security (EMD) for an amount of Rs. 53,000/- |

| | |The bidders shall submit their bids through e-procurement portal only. The bids can be viewed in |

| | |e-procurement website eproc..in |

| | |The necessary Earnest Money Deposit shall be paid through e-payment mode only through Credit Card/Direct |

| | |Debit/NEFT (National Electronic Fund Transfer)/ OTC (Over the Counter) as prescribed in the e-procurement|

| | |website. |

|6A |Qualifying requirement |The essential minimum Qualifying Requirements are as under: |

| | | |

| | |A. TECHNICAL: |

| | |The Bidder or his consortium partner should possess valid Super Grade Electrical Contractor’s License |

| | |issued by the Government of Karnataka as on the date of opening of Techno commercial bid. |

| | | |

| | |The bidder shall have carried out erection of One station of 110kV class or 66kV class or above category |

| | |on Total Turnkey/Partial Turnkey basis, having at least two Nos. of Circuit Breaker, Terminal Bays. (out |

| | |of which at least one must be Transformer Bay including erection of Transformer) Which shall be in |

| | |satisfactory service for a period of One year prior to date of submission of Bid. |

| | |OR |

| | |should have carried out erection of 2 (Two) Stations of 110kV or 66kV class or above category on Labour |

| | |Contract or as sub-contractor to any Turnkey Contractor having at least two Nos. of Circuit Breaker, |

| | |Terminal Bays (out of which at least one must be Transformer Bay including erection of Transformer) in |

| | |each station which shall be in satisfactory service for a period of One year prior to date of submission |

| | |of bid. |

| | |OR |

| | | |

| | |Should have carried out One works of Providing additional |

| | |Power transformers – on Total Turnkey or Partial |

| | |Turnkey. |

| | |OR |

| | | |

| | |Should have carried out Two works of Providing additional |

| | |Power transformers – on Labour Contract or as Sub- |

| | |Contract to any Turnkey Contractor. |

| | | |

| | |Note: 1.The Labour Contractor or Sub-Contractor of a Turnkey Contractor shall also furnish/upload the |

| | |following in support of the qualifying requirement. |

| | |Copy of the letter of approval (permission) issued by the awarding agency to the turnkey contractor |

| | |(main), permitting the Turnkey Contractor (main) to sub let the awarded work to the said Labour |

| | |Contractor or sub-Contractor. ii) Copy of the work award issued by the Turnkey Contractor(main) to the |

| | |said Labour Contractor or sub-contractor. |

| | |The agreement between the Turnkey Contractor (main) and the said Labour Contractor or Sub-Contractor. |

| | |Note: 2. Please refer Clause5.0 of IFB regarding uploading of documents. |

| | | |

| | |CONSORTIUM: (Limited to a maximum of Three (3) Constituents including the Lead bidder):- |

| | | |

| | |2.a) The Consortium having combined Technical Qualification along with Financial capability are also |

| | |eligible to participate in the Bid subject to the following: |

| | |(I) (a) Any one of the Consortium Partner shall meet the Technical Capability prescribed. |

| | |OR |

| | |(b) Any two of the consortium partners shall individually meet the technical capability prescribed. |

| | | |

| | |(II) Financial requirement prescribed shall be met by any of the consortium partners or jointly by all |

| | |the partners of the consortium. |

| | | |

| | |2.b) All the signatories of the consortium agreement shall be only those holding valid power of attorney.|

| | |A certified copy by the Company Secretary/ Authorized Signatory to the respective members of the |

| | |consortium shall be attached as evidence for authentication. |

| | | |

| | |One of the members of the consortium shall be nominated as leader (Prime Bidder) of the consortium and |

| | |authorization shall be evidenced by submitting a power of attorney signed by signatories of all the |

| | |members of consortium. |

| | | |

| | |The leader of the consortium shall be the only one who will be authorized to receive the instructions for|

| | |and on behalf of the consortium. The leader of the consortium is primarily responsible for the total |

| | |execution of the contract including all contractual obligations and receipt of the payment due in |

| | |accordance with the provision of the contract. |

| | |All the members of the consortium shall be liable jointly and severally for the execution of the contract|

| | |in accordance with the terms and conditions of the contract and a statement to this effect shall be |

| | |included in the consortium agreement as well as in the contract agreement. |

| | |There shall be no conditional offer in the consortium agreement with regard to the project. |

| | |The contract agreement between Purchaser and Consortium shall be signed by all the members of the |

| | |consortium. |

| | |The Consortium formed for the purpose of the project shall be valid till completion of the contract. |

| | |“On specific request by the leader of the consortium i.e. lead partner/lead member, the CEE, TZ may |

| | |consider the request for arranging direct payment to consortium partner for his scope of work duly |

| | |obtaining the necessary joint undertaking from the members of the consortium and to accept the general |

| | |correspondences such as approval of Drawings /GTP/ Type tests, Inspection calls, Site inspections etc., |

| | |made directly by their consortium partners” |

| | | |

| | | |

| | |B. FINANCIAL: |

| | | |

| | |For the purpose of this particular Bid, Bidders shall meet the following minimum criteria: |

| | | |

| | |Bidder shall be financially sound and shall upload Legible Audited profit & loss A/c & balance sheets of |

| | |the preceding five financial years i.e. 2011-12, 2012-13, 2013-14, 2014-15 & 2015-16 certified by |

| | |Chartered Accountant. (The copies of the profit & loss A/c & Balance sheets which could not be read are |

| | |liable for rejection). |

| | | |

| | |Minimum Annual Average Turnover (MAAT) of the Bidder for best of three out of last preceding five |

| | |financial years as mentioned above should be equal to amount put to tender. |

| | |The bidder must have a valid Service Tax Reg. No., ESI (if not applicable a self-declaration to that |

| | |effect shall be uploaded), EPF Reg. No., TIN/VAT No. & PAN No. issued by the respective competent |

| | |authorities of the concerned department and the same shall be uploaded. |

| | | |

| | |Basis for assessing the Financial Capability: |

| | |For assessing the Financial Capability of the Bidder, balance Works on hand (of the bidder including that|

| | |of his consortium members who are extending financial support) with KPTCL and other commitments of the |

| | |Bidder will be taken into account. IN computing the same, such of those works of KPTCL entrusted to the |

| | |bidder and where the percentage of financial progress is more than 50%, the same shall not be reckoned |

| | |while assessing the Financial Capability of the Bidder concerned For NON KPTCL works, the value of the |

| | |pending portion of the works on hand will be reckoned. |

| | | |

| | |ii. If the Bidder’s company is having various wings/Divisions and the turnover of each of the |

| | |wing/Division are audited separately and have separate resources, in such events the turnover and |

| | |commitments of that wing /Division which deals with KPTCL will be taken in to account for assessing|

| | |the financial capability. |

| | | |

| | |While computing the balance works on hand pertaining to KPTCL, only those works WHERE THE Financial |

| | |progress is less than 50% shall be reckoned on the entire amount. |

| | | |

| | |The Bidder shall stand disqualified if the total value of Works on hand including Contract against |

| | |subject tender if awarded exceeds 2 times the MAAT. |

| | | |

| | |The bidder shall clearly furnish the details of the quantum of works to be executed with KPTCL duly |

| | |indicating the financial progress as on the last day of the previous month of the date of Bid submission |

| | |and the quantum of works on hand with the other clients and other commitments of the Bidder as stated in |

| | |the above clauses which are considered for arriving bidder companys annual turnover duly certified by the|

| | |Company’s Charted Account. |

| | |In the event if the Bidder fails to scan and upload the financial turnover and the financial commitments |

| | |along with the offer or furnishes the incorrect information, the offers of such Bidders will be rejected |

| | |summarily. |

| | |The bidder shall upload tax registration details. |

| | | |

| | |C. GENERAL: |

| | | |

| | |Notwithstanding the above, if it is found that the performance vis – a - vis works awarded to the Bidder |

| | |by KPTCL is either behind schedule or not satisfactory, KPTCL will be at liberty to disqualify the Bidder|

| | |and reject its Bid at the time of Techno-Commercial evaluation. |

| | |A Bidder shall submit only one tender in the same tendering process. No bidder can be a Consortium |

| | |Partner in case he submits a tender individually in the same tendering process. A Consortium Partner |

| | |shall not be a partner for more than one Bidder in the same tendering process in that case both or all |

| | |such offers will be rejected and also in case a prime/lead bidder becomes a Consortium partner for |

| | |another bidder in the same tendering process than both or all such offers will be rejected. |

| | |If the information furnished by the bidder/bidders found to be false at any stage of tendering/execution,|

| | |then the KPTCL as its discretion may take action against such bidder/bidders. IF false information is |

| | |found at the tendering stage KPTCL may forfeit the EMD paid, disqualify the offer of such bidder, Black |

| | |list the firm etc., and if false information is found at execution stage then KPTCL may cancel the works |

| | |awarded, forfeit the Bank Guarantee furnished against the performance of the contract, Black list the |

| | |Firm, besides initiating action for recovery of excess money paid by KPTCL if any after getting the works|

| | |executed from the other contractors, levy liquidated damages etc., |

| | |Litigation: The bidder should provide detailed information on any litigation or arbitration arising out |

| | |of contracts completed or under execution by it over the preceding five years. A history of awards |

| | |involving litigation against the Bidder or any party or JV may result in rejection of bid. |

| | | |

| | |The Bidder should not have been disqualified for non-performance in any of the Government utilities in |

| | |the past five years and bidders shall furnish a self declaration to this effect failing which the offer |

| | |is liable to be rejected. |

| | | |

| | |Risk & cost: The offer of the bidder or his Consortium partner is liable for rejection in following |

| | |cases: |

| | | |

| | |Where the Zonal Chief Engineers/CEE(T&P) have issued notices in respect of ongoing works in the last 6 |

| | |months as on the date of bid submission invoking ‘Risk & Cost’ clause and where the work is not completed|

| | |charged. |

| | |Where the Zonal Chef Engineers/CEE(T&P)/have issued notices in the last 6 months as on the date of bid |

| | |submission invoking “Risk & Cost” clause and where the work is completed by KPTCL entrusting it to some |

| | |other agency. |

| | |Wherein the works awarded by KPTCL to the bidder has been short closed invoking clause no.44.0 & 45.0 of |

| | |GCC (contractor default) then such bidder initiated within 6 months prior to last date of bid submission |

| | |of this tender. |

| | |Bidder and his consortium partners shall furnish self declaration stating that no such actions against |

| | |the bidder/his consortium partners have been taken by KPTCL in respect of i), ii) & iii) above and upload|

| | |the same along with other documents in relevant field in the e-procurement portal failing which the |

| | |offer is liable to be rejected. |

| | | |

| | |Note: However, if the bidder after issue of ‘Risk & Cost” notices completes the works successfully and if|

| | |the same is commissioned (before opening of the bid), in such case the offer of the bidder would be|

| | |considered. |

| | | |

| | |Bidder to source the supply of equipment/material from KPTCL approved Vendors only as per the QR for |

| | |Vendor registration, available in the KPTCL website i.e link tendering & procurement |

| | |application for Vendor registration. |

| | | |

| | |Bidders are requested to furnish the self declaration stating the above and upload the same along with |

| | |the other documents. |

| | | |

| | |If part or full price sheets or prices are exposed in the Techno-Commercial sheets or Techno-Commercial |

| | |bid by the bidder, then the offer of the bidder will be rejected. |

| | | |

| | |D. Public Sector Companies: |

| | |Public Owned Enterprises domiciled in the Owner / Lessee Country may be eligible to qualify if, in |

| | |addition to meeting all the above requirements, and also: |

| | | |

| | |Are commercially oriented Legal Entities distinct from the Owner/Lessee, and are not a Government |

| | |Department. |

| | |Are financially autonomous, as demonstrated by requirements in their constitutions to provide separate |

| | |audited accounts and return on Capital, powers to raise loans and obtain Revenues through the sale of |

| | |Goods or services and |

| | |Are managerially autonomous. |

| | |PSU’s shall note that No preference /advantage of whatever nature will be given in evaluation/ comparison|

| | |of Bids and in Award of Contract. |

| | | |

| | |NOTE: In the event if the information furnished by the Bidder / Bidders found to be false at any stage of|

| | |tendering / execution then the KPTCL at its discretion may take action against such Bidder / Bidders. If |

| | |false information is found at the Tendering stage KPTCL may forfeit the EMD paid, disqualify the offer of|

| | |such Bidder, Black listing the Firm etc.., and if false information is found at execution stage then |

| | |KPTCL may cancel the works awarded, forfeit the Bank Guarantee furnished against the performance of the |

| | |contract, Black listing the Firm, recovery of excess money paid by KPTCL if any after getting done works |

| | |from other contractors, levy liquidated damages etc., |

|7.0 | Bid Documents |Bid documents in the following format will be available on the website: |

| | |VOL- I : COMMERCIAL REQUIREMENTS |

| | |Section - I – IFB, |

| | |Section - II – ITB, |

| | |Section - III – GCC, |

| | |Section - IV – ECC |

| | |Section - V – SCC |

| | |Section – VI Annex |

| | |VOL-II TECHNICAL REQUIREMENTS |

| | |Section – VII – Technical specifications for Stations |

| | | |

| | |VOL- III : BID PROPOSAL SHEETS |

| | |Section- VIII – Techno commercial Sheet |

| | |Section- IX – Price sheets. |

|8.0 |Calendar of Events | |

| |Last date & time for seeking |12-12-2016 @12:30 hrs |

| |clarifications. | |

| |Last Date & time for receipt of Bids |12-12-2016 @ 13:30 hrs |

| |through Electronic Mode only. | |

| |Date & time of opening of Electronic |13-12-2016 @ 16:00 hrs. |

| |Bid Sheets. | |

| |Date & time of opening price bid. |The price bids of qualified agencies will be opened at a later date. |

The prospective bidders can download blank tender documents from

e-procurement portal free of cost either by logging on to with hyperlink ‘e-procurement – KPTCL’ or to https:.//eproc..in. However, for participation in the bidding process, they need to pay the tender processing fee as prescribed by the e-procurement portal.

The bidders shall upload all the original documentary evidences/supports in respect of qualifying requirements and other requirements through electronic mode only and no hard copies will be accepted. Failure to furnish the documentary evidences/supports electronically would result in outright rejection of their offers.

The prospective bidders are advised to register in by clicking on hyper link “Sign up”.

Any clarifications regarding the scope of work and technical features of the project can be had from the undersigned during office hours.

Chief Engineer Electy,.

Transmission zone, KPTCL,

Kalaburagi.

-----------------------

[pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches