<<

State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office Of The Zonal Manager :: Zone Administrative Building (3rd Floor) Power House Complex::Burdge Town P.O.-Midnapore:: Dist.- PaschimMedinipur

NOTICE INVITING TENDER

On line tender (e-Tender) in two parts (Part-I : Techno-Commercial Bid, Part-II : Financial Bid) are invited by the Addl. C.E. & Zonal Manager, WBSEDCL, Midnapore Zone, Administrative Building(3rd Floor), Power House Complex, Burdge Town, Midnapore, Dist: PaschimMedinipur from experienced, resourceful, bonafied & working agencies of WBSEDCL /WBSETCL /WBPDCL /Central Govt. /State Govt. /Semi - Govt. /Undertaking for the following work.

Sl. Tender Name of the work Estimated Cost Completion Earnest Money Cost of No. Notice No. (Rs.) Time (Rs.) Tender Document (Rs.)

1. MZ/Civil / Extension of Control Room 56,96,289.00 08 (Eight) 1,14,.000.00 3,500.00 + Tender / 8 Building and Renovation of months GST 18% /17-18/16 33/11 KV Sub Station at (630.00) = Dt.05.09.17 Khirpai, District: Paschim 4,130.00 Medinipur Under IPDS Scheme.

2. MZ/Civil / Extension of Control Room 1,12,71,188.00 08 (Eight) 2,25,500.00 4,000.00 + Tender / 8 Building and Renovation of months GST 18% /17-18/17 33/11 KV Sub Station at Old (720.00) = Dt.05.09.17 Nimpura, District: Paschim 4,720.00 Medinipur Under IPDS Scheme.

3. MZ/Civil / Extension of Control Room 94,90,180.00 08 (Eight) 1,89,800.00 3,500.00 + Tender / 8 Building and Renovation of months GST 18% /17-18/18 33/11 KV Sub Station at (630.00) = Dt.05.09.17 Rangamati, District: Paschim 4,130.00 Medinipur Under IPDS Scheme.

4. MZ/Civil / Extension of Control Room 84,29,466.00 08 (Eight) 1,68,600.00 3,500.00 + Tender / 8 Building and Renovation of months GST 18% /17-18/19 33/11 KV Sub Station at (630.00) = Dt.05.09.17 C.K.Town, District: Paschim 4,130.00 Medinipur Under IPDS Scheme.

5. MZ/Civil / Extension of Control Room 56,22,819.00 08 (Eight) 1,12,500.00 3,500.00 + Tender / 8 Building and Renovation of months GST 18% /17-18/20 33/11 KV Sub Station at (630.00) = Dt.05.09.17 Sreenagar, District: Paschim 4,130.00 Medinipur Under IPDS Scheme.

6. MZ/Civil / Construction of Control Room 58,52,653.00 09 (Nine) 1,17,100.00 3,500.00 + Tender / 8 Building including water supply months GST 18% /17-18/21 arrangement at Gopinathpur (630.00) = Dt.05.09.17 33/11 KV Sub-Station, Dist.- 4,130.00 Paschim Medinipur under DDUGJY Scheme.

Page 1 of 15

West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office Of The Zonal Manager :: Midnapore Zone Administrative Building (3rd Floor) Power House Complex::Burdge Town P.O.-Midnapore:: Dist.- PaschimMedinipur Schedule of Key Dates

SL. Activity Date & Time No.

1. Date of Issue of NIT : 05.09.2017

2. Date of Uploading of NIT & Other 08.09.2017 From 10.00 A.M. Documents. (Online) (Publishing Date)

3. Document download start date (Online) : 08.09.2017 From 11.00A.M.

4. Pre-bid meeting in the Conference Hall, : 11.09.2017 at 11.00 A.M. WBSEDCL, Administrative Building(3rd Floor), Power House Complex, Burdge Town, Midnapore, Dist: Paschim Medinipur

5. Bid submission start date (Online) : 11.09.2017 from 2.00 P.M.

6. Last date of online submission of : 18.09.2017 upto 12.30P.M. Technical Bid and Financial Bid.

7. Date of submission of original Demand : 18.09.2017 upto 3.00P.M. Draft/Banker’s cheque for the Cost of

Tender Document and EMD at this Office.

8. Opening of Technical Bid at the office of : 20.09.2017at 12.30P.M. the Zonal Manager, Midnapur Zone,

WBSEDCL.

9. Techno-commercially qualified bidders’ : To be notified in due course list uploading date (Online)

10. Opening of Financial Bid for technically : To be notified in due course qualified bidders at the Office of the Zonal Manager, Midnapore Zone, WBSEDCL.

11. Validity of offer : 180 days w.e.f the date of opening of financial bid.

Page 2 of 15

12. Completion Period of the work : For SL No. 1 to 5: 08 (Eight) months and for SL No. 6: 09 (Nine) months w.e.f the date of handing over the site.

13. Maintenance Period or the Defect : 12 (Twelve) months from the date of Liability Period. completion of works for SL No-1 to 6

14. Financial Bid : Rate shall be quoted in percentage above/ less/ at par against the Estimated value in the BOQ.

15. Online Bid Submission : The Bidders are required to submit the Technical and Financial Bid documents through

only ONLINE i.e. uploading the documents complete in all respect by maintaining the Online Bid submission procedure through the Website www.wbtenders.gov.in

16. These procedure will be followed :  Names of the technically qualified bidders as per the bid criteria after verification with original & evaluation will be displayed in the e-portal & this office notice board.  The financial bid documents of the technically qualified bidders will only be opened.  List of Financial comparison chart of bidders will be published on the next day after opening. WBSEDCL reserves the right to reject or cancel any or all pre-qualification documents and bid document without assigning any reason’s whatsoever.  To keep the Construction in good condition during the Maintenance Period if any work is required for routine maintenance work, the same will be treated as defect liability and the Contractor has to do the maintenance work at his own cost.  The intending bidders are requested to inspect the work site, drawings, Technical specifications which are available at the office of Tender inviting authority before quoting their rates.

Page 3 of 15

INVITATION TO BID

1.0 SCOPE OF WORK :

The specification/contract is intended to cover execution of civil work proposed for SL No.1) Extension of Control Room Building and Renovation of 33/11 KV Sub Station at Khirpai, District: Paschim Medinipur Under IPDS Scheme., for SL No.2) Extension of Control Room Building and Renovation of 33/11 KV Sub Station at Old Nimpura, District: Paschim Medinipur Under IPDS Scheme., for SL No.3) Extension of Control Room Building and Renovation of 33/11 KV Sub Station at Rangamati, District: Paschim Medinipur Under IPDS Scheme., for SL No.4) Extension of Control Room Building and Renovation of 33/11 KV Sub Station at C.K.Town, District: Paschim Medinipur Under IPDS Scheme., SL No. 5) Extension of Control Room Building and Renovation of 33/11 KV Sub Station at Sreenagar, District: Paschim Medinipur Under IPDS Scheme., SL No. 6) Construction of Control Room Building including water supply arrangement at Gopinathpur 33/11 KV Sub-Station, Dist.- Paschim Medinipur under DDUGJY Scheme. include construction of R.C framed type building with accessible roof & parapet wall with doors, windows, inside & outside painting, flooring, roof treatment including water supply, sanitary & plumbing, concrete road, yard development, drainage system, internal partition work, roof truss, different types of plinth, fencing etc. with supply of all materials, labour, equipments etc., and any other works required for completion of the works in all respect as per technical specification, schedule of works and approved drawings.

2.0 REQUEST FOR TENDER : Tender paper will be available at the Websites www.wbtenders.gov.in.

3.0 SUBMISSION OF TENDER: The tender will be submitted in two bid systems i.e. Techno-Commercial bid & Financial bid online, only through the Website www.wbtenders.gov.in

4.0 ELIGIBILITY CRITERIA OF THE BIDDER: 4.1 Technical :

A bidder shall be considered technically eligible, with experience of having successfully completed works in specific Civil engineering related field during last 7 years subject to fulfilment of the following criteria.

a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost. Or b) Two similar completed works costing not less than the amount equal to 50% of the estimated cost. Or c) One similar completed work costing not less than the amount equal to 80% of the estimated cost.

4.2 Commercial & Financial :

4.2.1 The average annual turnover of the bidder during last three years shall not be less than 30% of the estimated cost. (Annexure-I).

4.2.2 Working capital in the year, proceeding the year of bid submission shall not be less than 30% of the estimated cost. 4.2.3 In case documents certifying credit facility from a scheduled bank is submitted, the requirement given in CL. 4.2.2 shall be judged by adding available credit facility and working capital taken together. 4.2.4 Average annual turnover and working capital for the required period to be submitted in standard format duly authenticated by Chartered Accountant.

4.3 The Bidder must include following documents to substantiate the qualifying requirement such as: 4.3.1. Monetary value of civil engineering work performed by the bidder in last seven years (copy of order and completion certificate to be enclosed).(Annexure-II) 4.3.2. Major items of construction equipment proposed to carry out the contract.(Annexure-III)

Page 4 of 15

4.3.3. Qualification and experience of key site management and technical personnel proposed for the contract.(Annexure-IV)

4.3.4. Annual Audited Financial Report for last 3 (three) years to be submitted for verification in respect of bidders for whom audit of account is mandatory. For those whose audit of accounts is not mandatory, they shall submit copy of IT returns along with related enclosures ( Form 3CA and Form 3CB) for last five years.

4.3.5. Information regarding any past and current litigation with WBSEDCL/WBSETCL/Govt./PSU in which the bidder is involved, the party’s concerned and the disputed amount.

4.3.6. Photocopy of following documents:

i) P. Tax with deposited challans for last six months.

ii) PAN Card.

iii) P.F Registration No. along with latest challan.

iv) GST Registration Certificate/number.

4.4 Photocopies of all documents should be self authenticated.

4.5 Notwithstanding anything stated above, the owner (WBSEDCL) reserves the right to assess the capacity and capability of the bidder to execute the work, should the circumstances warrant such assessment in the overall interest of the owner.

4.6 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have,

4.6.1. Made misleading or false representation in the forms, statements and attachments submitted in proof of the qualifying requirements and/or

4.6.2. Record of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completions, litigation history or financial failure.

4.7 One self declaration will have to be uploaded online mentioning the correctness of the documents with this tender.

5.0 Pre-Bid Meeting :

5.1 Pre bid meeting will be held on 11.09.2017 at 10-00 hours at the Conference Room of Administrative Building, WBSEDCL, Power House Complex, Burdge Town, Midnapore, Dist: Paschim Medinipur.

5.2 Any change in date shall be available in website of www.wbtenders.gov.in.

5.3 Non attendance at the Pre-bid meeting will not be a cause for disqualification of bidders.

5.4 If there be any discrepancy or obscurity in the meaning of any clauses of the bid document or if there be any query of the intending bidder, the bidder may submit their queries to the tendering authority on or before 09.09.2017. The clarification given in the pre-bid discussion shall be final and binding on the bidder, being a part of the original Bid Documents.

5.5 The clarification given in the pre-bid discussion shall be final and binding on the bidder, being a part of the original Bid Documents.

Page 5 of 15

Note:

1. WBSEDCL reserves the right to reject or accept any Bid or part thereof or all Bids received at its sole discretion without assigning any reason(s) whatsoever.

2. WBSEDCL reserves the right to go to divisible contract, if necessary.

3. WBSEDCL is not necessarily bound to accept the lowest offer.

4. Cost of the Bid document is not refundable under any circumstances.

5. Receiving of cost of Tender documents and EMD: Cost of the tender Documents (Non-refundable) and EMD in the form of DD/Bank Draft of any RBI approved Bank payable to WBSEDCL at Midnapore shall have to be uploaded (scanned copies of the originals) & originals have to be submitted along with a forwarding letter to this office on Company Letter head From 18.09.2017 upto 3.00P.M.

6. Submission of Tender Documents: At the time of submission of EMD, one set of already uploaded documents i.r.o. Technical Bid in hard copy may please be submitted to this end for facilitating checking procedure.

7. No interest shall be payable for Bid Guarantee/EMD.

8. Any extraneous conditions will be treated as non-responsive.

9. The Bids must be submitted in prescribed proforma only, where indicated i.e. Annexures, BOQ and Rate.

9. Bidders shall ensure that all pre-requisites are duly fulfilled by them and if there be any dispute regarding non-submission of any document, WBSEDCL reserves the right to cancel the Bid unilaterally without assigning any reasons.

10. The bidder is expected to examine carefully all instructions, conditions, forms schedules terms, annexure, specifications and drawings of the bidding document. Bids, which are determined to be not substantially responsive to the requirement of the bidding document, may lead to rejection.

11. Return of Earnest Money of the unsuccessful tenderer(s) : The Earnest Money will be returned by this office immediately after finalization of Financial Bid except lowest bidder.

(P. Bhattacharjee) Addl. C.E. & Zonal Manager, Midnapore Zone WBSEDCL

Page 6 of 15

For Press Publication Only e-Tender in two parts (Part-I: Techno-commercial, Part-II: Financial) are invited by the Addl. CE &Zonal Manager, WBSEDCL, Midnapore Zone, Administrative Building, WBSEDCL, Power House Complex, Burdge Town, Midnapore, Dist: Paschim Medinipur from experienced, resourceful, bonafide& working agencies of WBSEDCL/WBSETCL/ WBPDCL /Central Govt. / State Govt. /Semi - Govt. /Undertaking for the following works Tender Notice No: MZ/Civil/Tender/8/17-18/16,17,18,19,20 & 21 Dt.05.09.17 Name of the work:-1) Renovation of 33/11 KV S/Stn. at Khirpai under IPDS Scheme , 2) Renovation of 33/11 KV S/Stn. at Old Nimpura under IPDS Scheme, 3) Renovation of 33/11 KV S/Stn. at Rangamati under IPDS Scheme, 4) Renovation of 33/11 KV S/Stn. at C.K.Town under IPDS Scheme, 5) Renovation of 33/11 KV S/Stn. at Sreenagar under IPDS Scheme. & 6) Construction of Control Room Building at Gopinathpur S/Stn. Under DDUGJY Scheme., Estimated Cost (Rs.): 1) 56,96,289.00/-, 2) 1,12,71,188.00/-, 3)94,90,180.00/-, 4) 84,29,466.00, 5) 56,22,819.00 & 6) 58,52,653.00. For other details including qualifying requirements visit www.wbsedcl.in and www.wbtenders.gov.in.

Page 7 of 15

West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office Of The Zonal Manager :: Midnapore Zone Administrative Building (3rd Floor) Power House Complex::Burdge Town P.O.-Midnapore:: Dist.- Paschim Medinipur

Declaration of the bidder

Prior to submission of my/our tender for the subject work, I/we have inspected the site of the said work, made myself/ourselves fully acquainted with the nature of work local conditions all other factors which may effect/influence my/ our tender. I/we have also carefully gone through the tender conditions & specifications of work and the following document-

a) Drawings, sketches etc. related with the work. b) General conditions of contract and standard specification for civil works of the Board. c) Special terms & conditions of contract of this work, if any. d) Schedule of works.

My/our tender is submitted taking into consideration all the factors which may effect/influence the work and if the same is accepted by the Company, I/we shall follow all conditions of the tender & other documents and complete the work true to the specification, drawing & instruction of the Company.

My/our tender will remain valid for 180 (One hundred eighty) days from the date of its opening subject to extension of validity as per mutual consent of both the parties.

Page 8 of 15

------(Bidders Signature & Name with Seal)

ANNEXURE – I

STATEMENT ON ANNUAL TURNOVER FROM CONTRACTUAL BUSINESS

This is to certify that the following statement is the summary of the audited Balance sheet arrived from contractual business in favour of ……………………………………………. for the three consecutive years.

Sl. Financial Remarks

No.

Year Turnover (rounded off)

1.

2.

3.

Total Turnover

Page 9 of 15

(Bidders Signature & Name with Seal)

ANNEXURE-II

EXPERIENCE PROFILE

Name of the Firm:

LIST OF WORKS COMPLETED WHICH ARE SIMILAR IN NATURE AND EXECUTED DURING THE LAST FIVE YEARS IN ANY GOVT. DEPARTMENT / GOVT. UNDERTAKING / STATUTORY BODY UP TO A VALUE OF 40% /50%/80% OF THE ESTIMATED VALUE PUT TO TENDER

Name of Name, Contract Work Date of Actual date Actual date of Reasons for Employer Location & price in Order completion of starting completion delay in nature of Indian Rs. Date of work as the work the work completion (if work per work any) order

Page 10 of 15

Ff (Bidders Signature & Name with Seal)

ANNEXURE – III

Major items of construction equipment

Sl Tools requires for the work Make Availability (owned or No. hired)

(Bidders Signature & Name with Seal)

Page 11 of 15

ANNEXURE – IV

Qualification and experience of key management & technical personnel

Sl. Personnel Qualification Minimum No. Of Persons No. Experience

(Bidders Signature & Name with Seal)

Page 12 of 15

ANNEXURE – V

SAMPLE FORMAT FOR SELF-DECLARATION

I, Sri………….…………………………..……..….,S/o Sri………………………………………….., aged….… Years, Residing

at……………………………………, Proprietor/Partner/Director of ………………………………….., do hereby

solemnly affirm and declare in connection with “( NAME OF THE WORK )” as follows:

1) That I, the undersigned, do certify that all the information furnished & statements made along with the bid documents are true and correct to the best of my knowledge and belief.

2) Any departure whatsoever in any form will be considered as breach of contract. In such situation the Department at his liberty may with hold our payment till we rectify the defects or fulfill our contractual obligation. In this connection, authority’s decision will be final and binding.

3) The undersigned also certifies that neither we have abandoned any work awarded to us, nor any penal action was taken against us by any department. The undersigned also declares that we do not have any running litigation with any department.

(Bidders Signature & Name with Seal) Place: Date:

Page 13 of 15

ANNEXURE – VI

Format of Letter of Bid LETTER HEAD OF BIDDER (AS ENROLLED ONLINE ON e-Tendering PORTAL OF NIC)

To The Tender Committee

Sub: Letter of Bid for the work …………………………………………………… ………………………………………………………………………………………… Ref: 1. NIT No:………………………………………………….Dated:……………….

Dear Sir, We offer to execute the work as per our offered bill of quantity in accordance with the conditions of the NIT document as available in the website. The details of the EMD being submitted by us has been furnished on-line. This Bid and your subsequent Letter of Acceptance/ Work Order shall constitute a binding contract between us. We hereby confirm our acceptance of all the terms and conditions of the NIT document unconditionally.

Signature of the Tenderer

Page 14 of 15

CHECK LIST FOR THE TECHNICAL BID

1) DD/Bankers Cheque for cost of Tender document and EMD as prescribed in the NIT. 2) Name and address, registration in detail of Firm/Company /Agency with name of proprietor or partner etc. 3) Completion Certificate in Annexure - I and details of similar type of project/job under any Government / Semi Government / Undertakings, with requisite single tender value. 4) Income Tax return of last three financial year. 5) PAN Card (Xerox Copy). 6) Professional Tax certificate. 7) GST Registration Number / Certificate. 8) EPF Code along with latest challan. 9) Audited Balance Sheet of last three financial year (authenticated by Chartered Accountant), Average annual turnover and working capital for the required period in standard format duly authenticated by Chartered Accountant and Annexure – II for establishing average annual turnover. 10) Undertaking on deployment of machineries, Laboratory equipments, for execution of work and as per Annexure - III. 11) If the applicant is an authorized signatory he should submit document of authorization in his favour. 12) Filled up Annexure – IV for undertaking on deployment of technical Personnel, Annexure – V for undertaking on correctness of the documents submitted along with this tender & Annexure – VI for format of letter of bid.

Page 15 of 15