![Baruipur, Padmapukur,Kulpi Road, Kolkata-700144, Phone: 033 2423-0340, Fax:(033)2423-0342 E-Mail: Cm.24Psdc@Gmail.Com](https://data.docslib.org/img/3a60ab92a6e30910dab9bd827208bcff-1.webp)
INVITATION OF e-TENDER FOR “Drawal of 33 KV 400 Sq mm XLPE cable 3 core of R/L-17.100 KM by Micro- Tunnelling and Manual laying from Kachuberia to Rudranagar 33/11 kV Sub- Station for feeding 33 KV power from Kakdwip 132/33 KV S/stn to existing Rudranagar 33/11 kV Sub-Station in SEEDN SCHEME within Sagar Island under Kakdwip Division of South 24 pgs Region in the Dist. of 24-Pgns(S)” N.I.T. NO. RM/24-PGNS(S)/ e-Tender/2018-19/900 Date: 28.09.2018 Regional Office , 24-Parganas (S) Administrative Building(1st Floor),Baruipur, Padmapukur,Kulpi Road, Kolkata-700144, Phone: 033 2423-0340, Fax:(033)2423-0342 E-mail: [email protected] Page 1 of 51 CONTENTS Section I : Notice Inviting e-Tender Section II : Invitation for Bids (IFB) Section III : Instruction to bidders (ITB) Section IV : General Conditions of Contract (GCC) Section V : Special Conditions of Contract (SCC) Section VI : General Instructions Section VII : Technical Specifications of Contract (TSC) Section VIII : Annexure Section IX : Schedule of Work/B.O.Q. Page 2 of 51 Section I NOTICE INVITING e-TENDER Page 3 of 51 Registered Office: “Bidyut Bhavan”, Block – DJ, Sector – II, Bidhannagar, Kolkata – 700 091 Telephones: 033 2359 1930 to 1940; Fax: 033 2359 1954; Website: www.wbsedcl.in Corporate Identity Number (CIN): U40109WB2007SGC113473 NOTICE INVITING e-TENDER Tender Notice No. RM/24-PGNS(S)/e-Tender/2018-19/900 Date: 28.09.2018 e-Tender in two parts is invited from bonafide, experienced and resourceful contractors of WBSEDCL, WBSETCL, DPL, PGCIL, NTPC and other Central Government / State Government / Semi Government undertaking for the following works :- Name of the work : Drawal of 33 KV 400 Sq mm XLPE cable 3 core of R/L-17.100 KM by Micro- Tunnelling and Manual laying from Kachuberia to Rudranagar 33/11 kV Sub-Station for feeding 33 KV power from Kakdwip 132/33 KV S/stn to existing Rudranagar 33/11 kV Sub-Station in SEEDN SCHEME within Sagar Island under Kakdwip Division of South 24 pgs Region in the Dist. of 24-Pgns(S). Estimated Amount : ` 2,94,58,687/- Bid Guarantee : ` 5,89,174/- Completion Time : 45 (Forty Five) days Cost of Bid Documents : 5,000/- + 18% GST (Non refundable) Intending bidders desirous of participating in the tender are to log on to the website https://wbtenders.gov.in for the tender. The tender can be searched by typing WBSEDCL in the search engine provided in the website. Further other details including qualifying requirements please visit www.wbsedcl.in or office notice board of the above office. KEY DATES Date of uploading of NIT & other Documents (Publishing A. 09 /10/2018 AT 15.00 hrs Date) B. Documents download start date 09 /10/2018 AT 16.00 hrs C. Bid submission starting date 09 /10/2018 AT 16.00 hrs D. Bid submission closing date 29/10/2018 AT 17.00 hrs Last date of physical submission of Tender Cost and EMD E. 31/10/2018 AT 15.00 hrs (Offline) F. Techno-commercial bid opening date 02/11/2018 AT 15.00 hrs G. Techno-commercially qualified bidders‟ list uploading date To be notified later H. Price bid opening date To be notified later If a Holiday falls on any of the schedule date then schedule date shall be considered on next working day. Page 4 of 51 Section II INVITATION OF BID Page 5 of 51 INVITATION OF BID 1. SCOPE OF WORK:- “Drawal of 33 KV 400 Sq mm XLPE cable 3 core of R/L-17.100 KM by Micro-Tunnelling and Manual laying from Kachuberia to Rudranagar 33/11 kV Sub-Station for feeding 33 KV power from Kakdwip 132/33 KV S/stn to existing Rudranagar 33/11 kV Sub-Station in SEEDN SCHEME within Sagar Island under Kakdwip Division of South 24 pgs Region in the Dist. of 24-Pgns(S)” 2. TECHNICAL ELIGIBILITY CRITERIA OF THE BIDDER:- The bidder must have successfully completed similar nature of works (electrical) during last seven years subject to fulfillment of the following criteria: a) Three similar completed works (each) costing not less than the amount equal to 40 % of the estimated cost. Or b) Two similar completed works (each) costing not less than the amount equal to 50 % of the estimated cost. Or c) One similar completed works (each) costing not less than the amount equal to 80 % of the estimated cost. 3. COMMERCIAL ELIGIBILITY CRITERIA OF THE BIDDER:- a) Average annual turnover during last three years shall not be less than 30% of the estimated cost. b) Working capital in the year, proceeding the year of bid submission shall not be less than 30% of the estimated cost. c) In case documents certifying credit facility from a scheduled Bank is submitted, the requirement given in clause no (b) shall be judged by adding available credit facility and working capital taken together. d) Annual audited Financial Report for last 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. Necessary documentary evidence as detailed herein above shall have to be uploaded by the bidder to ascertain the commercial eligibility criteria. 4. OTHER STATUTORY REQUIREMENTS :- The Bidder shall furnish the following documents (i) EPF registration (ii) I.T Return for last three financial years & PAN Card (iii) GST registration No., GSTIN, HSN Code & SAC Code (iv) Professional Tax Paid Certificate (v) ESI Registration (vi) Performance as prime contractor for execution of similar nature of work for last seven years and details of works in hand (vii) Information regarding any past and current litigation with WBSEDCL / WBSETCL /Govt / PSU in which the bidder is involved the party‟s concerned and disputed amount. (viii) List of Machinery and key personnel. ix) Self attested copy of Electrical Contractor‟s License with validity. x) Self attested copy of Electrical Supervisor‟s Certificate with validity. xi) Trade License in respect of the prospective Bidder, Proprietorship Firm (Trade License), Partnership Firm (Partnership Deed, Trade License) Ltd Company (Incorporation certificate, Trade License), Co-operative Society (Society Registration copy, Trade License). [Non-statutory Documents] 5. Bidders willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate (DSC) in the name of person who will sign the tender, from any authorized Certifying Authority (CA) under CCA, Govt of India (viz. nCode Solution, Safescrypt, e-Mudhra). DSC is given as a USB e-Token. After obtaining the Digital Signature Certificate (DSC) from the approved Certifying Authority they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website. 6. Tender cost(Cost of Bid Documents)shall have to be deposited offline in the form of CTS 2010 compliant Demand Draft (DD) / Pay Order on any Scheduled Bank approved by Reserve Bank of India with validity of 3 (three) months drawn in favour of “West Bengal State Electricity Distribution Company Limited” payable at Kolkata. GST at the rate 18% shall be applicable on the Tender cost. 7. Earnest Money Deposit amounting to ` 5,89,174/- (Rs. Five Lakh Eighty Nine Thousand One Hundred Seventy Four Only), shall be submitted individually along with the offer. The Earnest Money Deposit shall be submitted by CTS 2010 compliant Demand Draft (DD) / Pay Order on any Scheduled Bank. Earnest Money Deposit in any other form or amount will not be accepted. Page 6 of 51 8. The bidder shall submit along with the offer necessary documents in support of credential (related to the tender) to WBSEDCL/Other Power Utilities/Other Govt. Departments in earlier occasions towards financial capabilities to the extent of the estimated financial capacity of the tenderer. 9. WBSEDCL reserves its right to take decision keeping its financial interest. The provisions of Purchase Policy of WBSEDCL with subsequent amendment will be applicable. 10. If the offer is submitted without or inadequate Earnest Money, the bid will not be opened. In case of incomplete offer, the tender will be liable for rejection and Earnest Money Deposit will be forfeited. 11. The offer against tender should remain valid for a minimum period of 180 days from the date of opening of the Price bid or Revised Price bid if any. However, WBSEDCL may, on the merit of case, request for extension of validity of the offer for a further suitable period without any change in terms & conditions of the offer. 12. Any evidence of unfair Trade Practices including over charging, price fixing, cartel etc. as defined in various statutes, will automatically disqualify the bidders. 13. WBSEDCL is not bound to accept the lowest tender and reserves the right to cancel any or all the tenders unilaterally. 14. Any bidder against whom FIR/Complaint is lodged with Police by WBSEDCL shall not be eligible to participate in the bidding process. 15. Other information as well as terms and conditions, which are not covered above, will be available in Instructions to Bidders, General Conditions of Contract of this tender along with the Revised Purchase Policy of WBSEDCL. 16. Price Bid of a bidder will be considered only if his Techno-commercial Bid is found acceptable by WBSEDCL. Decision of WBSEDCL will be final and absolute/binding in this respect. The list of techno-commercially qualified bidders will be displayed in the said website in due course. 17.
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages51 Page
-
File Size-