Pre-Qualification QEL at Bangalore_notice
-
Upload
spk-sudhin -
Category
Documents
-
view
6 -
download
4
description
Transcript of Pre-Qualification QEL at Bangalore_notice
(CONTRACTOR)C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc1
SECTION –I
MANAGING DIRECTOR, KITCO, COCHIN; ON BEHALF OFSPICES BOARD FOR SETTING UP OF SPICES EXPORTERS
ENTREPRENEURSHIP FACILITY AT BANGALORE
EXPRESSION OF INTERESTFOR THE PRE-QUALIFICATION OF SETTING UP OF SPICES EXPORTERS
ENTREPRENEURSHIP FACILITY AT BANGALORE
1.0 Spices Board is planning for the establishment of Spices Exporters EntrepreneurshipFacility at Bangalore and entrusted the Project Management to M/s KITCO Ltd,Cochin.
2.0 On behalf of Spices Board, KITCO invites prequalification bid for the Spices ExportersEntrepreneurship Facility at Bangalore. The works will be executed in a phasedmanner and tender's will be issued only to the prequalified Contractors.
Name of Work PAC (Approx)
Setting up of Spices Exporters EntrepreneurshipFacility at Bangalore
Rs.921 lakh
3.0 Contractors having experience of similar works and minimum financial and technicalcapabilities as specified below, will be eligible to bid for the work. Interested biddersmay obtain further information from the Consultant M/s.KITCO Ltd, P.B.No.4407,Femith’s, Puthiya Road, NH Bypass, Vennala, Kochi-28.
Pre-Qualification Criteria
i. The Contractor should have completed one similar work of value not less thanRs.735 lakh in a single contract as Prime Contractor during the last seven years.
OrThe Contractor should have completed two similar works of value not less thanRs.450 lakh each in a single contract as Prime Contractor during the last sevenyears.
ii. The Contractor should have average annual turnover of Rs.921 lakh for last threefinancial years (2010-11, 2011-12 & 2012-13).
iii. The Contractor should be a profit making firm for the last 3 financial years.
iv. The Contractor should have sufficient modern equipment and expertise inconstruction of pre-cast concrete structures upto B+G+4
v. One completed work of any nature consisting not less than Rs.800 lakh with someCentral/State Government Department/Central or State Autonomous Body/ Centralor State Public Sector Undertakings.
4.0 Prequalification bid may be purchased during working hours from the office of KITCOLtd, P.B.No.4407, Femith’s, Puthiya Road, NH Bypass, Vennala, Kochi-28, Ph: 04844129000 from 25.02.2014 to 17.03.2014 (10.00 am to 3.00 pm except on Saturdays.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
2
Saturdays it will be upto 1.00pm) for a non refundable fee of Rs.5000/- + tax 5%, in theform of cash or Demand Draft on any Nationalised or Scheduled Bank payable atErnakulam in favour of KITCO LTD. The prequalification bid may also be downloadedfrom the following website www.kitco.in
5.0 Completed prequalification bid must be delivered to the office of the ManagingDirector, KITCO Ltd, P.B.No.4407, Femith’s, Puthiya Road, NH Bypass, Vennala,Kochi-28 on or before 3.00pm on 17.03.2014. Late bids will be rejected. And theopening of the bid will be on the same day at 3.30pm in the office of KITCO Ltd,P.B.No.4407, Femith’s, Puthiya Road, NH Bypass, Vennala, Kochi-28.
6.0 If the office of the Consultant happens to be closed on the date of receipt of bids asspecified, the bids will be received and opened on the next working day at the sametime and venue.
7.0 Tender document with Price Bid will be issued to the Contractors who are pre-qualified.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
3
SECTION –IIINSTRUCTION TO BIDDERS (ITB)
A. GENERAL
1.0 INTRODUCTION
Spices Board is planning to establish a new Spices Exporters EntrepreneurshipFacility at Bangalore KITCO on behalf of Spices Board, Under the Ministry ofCommerce and Industry, Govt. of India, invites pre-qualification application fromreputed and eligible firms/contractors for the " Spices Exporters EntrepreneurshipFacility at Bangalore ".
SPICES EXPORTERS ENTREPRENEURSHIP FACILITY AT BANGALORE
The proposed site for the Spices Exporters Entrepreneurship Facility at Bangalore isabout 10km from Kengeri, Bangalore.
The total extent of land available for the development of lab and allied facilities isabout 15cents. The topography of the terrain is with an average level difference of 3to 4m between the lowest and highest points. Minimum ground leveling is proposed forthe project site and the construction is according to the topography of the project site.The nature of soil is mostly hard soil and hard rock. The campus is planned to bedeveloped with all necessary support infrastructures such as electrical room, rainwaterharvesting tanks, lawns, gardens etc.
2.0 SCOPE OF BID
2.1 Spices Board, Under the Ministry of Commerce and Industry, Govt. of India(hereinafter referred to as “Employer” in these documents) acting through ManagingDirector, KITCO invites prequalification bid for Setting up of Spices ExportersEntrepreneurship Facility at Bangalore ( as defined in these documents and referredto as “ the works”).
2.2 The scope of work consists of Spices Exporters Entrepreneurship Facility atBangalore various components involving civil works , internal and external electricalworks, plumbing, SITC of Lifts, HVAC, DG set, UPS, networking, communication,BMS, PA System, CCTV, Fire protection, Kitchen, etc. The detailed scope of work andrequirements will be provided in the tendering stage.
3.0 TIME PERIOD
3.1 The project will be executed in phased manner. Entire project shall be completedbefore March 2015.
3.2 The successful bidder is expected to complete the works by the intended completiondate specified in the bid document which is approximately 10 months.
3.3 The planned date of start of the project will be 1st May 2014.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
4
4.0 ELIGIBLE BIDDERS
4.1 This invitation of bids is open to all bidders who meet the prequalification criteria.
4.2 All the bidders shall provide all the documents for prequalification and a statement(Schedule –J) that the bidder is not associated, directly or indirectly, for this projectwith the Consultant or any other entity that has prepared the design, specificationsand other documents for the project. A firm that has been engaged by the employerto provide consulting services for the preparation or supervision of the works, and anyof its affiliates, shall not be eligible to bid.
5.0 SIMILAR WORK MEANS:
5.1 Buildings such as Pre-cast cement concrete building structures having pre-castframed structure of height more than 10 meters including internal & externalservices like Electrical, HVAC and Plumping works.
5.2 The Contractor should have sufficient experience in construction of the above saidsimilar works and document evidence for the same shall be submitted. The certificateshall clearly indicate the components of the project, data of starting of work andfinish date of the work.
5.3 The project submitted for proving of the eligibility criteria should have been completedwithin 15 months (From starting date of the project construction and finishing date ofproject construction).
5.4 The work should be 100% completed during the said period of the project.
5.5 Projects with completion of more than 15 months will not be considered forprequalification.
5.6 The attached forms shall be duly filled and signed by the Contractor. Documentsubmitted in any other format will not be considered for evaluation.
6.0 QUALIFICATION OF THE BIDDER
6.1 All bidders shall include the following information and documents with their bids.
(i) Copies of original documents defining the constitution or legal status, place ofregistration, principal place of business, written Power of Attorney to the signatoryof the bid to commit the bidder. (SCHEDULE –A)
(ii) Financial statement including total monitory value of construction work performedfor each of the last five years. (SCHEDULE –B & C)
(iii) Major items of construction equipment proposed to carryout the contract(SCHEDULE-D)
(iv) Report of the financial standing of the bidder such as Profit and Loss statementand Auditor’s report for the past five years.
(v) Evidence of adequacy of Working Capital for this contract (Access to lines of creditand availability of other financial resources.)
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
5
(vi) Authority to seek reference from Bankers.
(vii) Credibility statement from a Scheduled Commercial Bank.
(viii) Information regarding any litigation current or during the last five years in which thebidder is involved, the parties concerned and dispute amounts.(SCHEDULE -E)
(ix) Proposal for sub-contracting components of the works amounting to more than10% of the Contract Price (SCHEDULE -F)
In no case the Contractor will be permitted to sublet more than 50% of value ofwork including those to specialised sub-contractors.
(x) Qualification and experience of key site management and technical personnelproposed for the contract.
(SCHEDULE- G)(xi) Proposed site organisation.
(SCHEDULE - H)(xii) A quality Assurance System; in the format indicated in SCHEDULE -I.
(xiii) Affidavit in the format indicated in SCHEDULE -J
(xiv) Any additional information as considered relevant by the bidder.
6.2 In order to assess the suitability and competence of the Bidders; information inrespect of the above aspects is required in the prescribed forms provided in theSCHEDULES. Bids submitted in any other formats will not be considered. However,any additional information may be provided for supplementary of the primary dataoperated.
Bidders providing full and detailed information would be evaluated for responsiveness.Incomplete and inadequate information may lead to the disqualification of the bidder. Itshall be the sole responsibility of the bidder to provide all the relevant information.
Bidders shall put the serial number of each page and indicate in the covering letterregarding the total number of pages. The format of putting page numbers shall be“page/total number of pages.”
7.0 ONE BID PER BIDDER
Each bidder shall submit only one bid for the work. A bidder who submits orparticipates in more than one bid (other than as a subcontractor or in cases ofalternatives that have been permitted or requested) will cause all the bids with theBidder’s participation to be disqualified.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
6
8.0 COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of hisbid, and the Employer/consultant will in no case be responsible and liable for thosecosts.
9.0 CLARIFICATION OF BIDDING DOCUMENTS
A prospective bidder requiring any clarification of the bidding documents may notifythe Employer/Consultant in writing or by cable (hereinafter “cable” includes telex andfacsimile) at the Consultant’s address indicated in the invitation to bid at least 2 daysprior to Pre-bid meeting. The Consultant/Employer will respond to such request forclarification at the time of pre-bid meeting.
10.0 PRE-BID MEETING
10.1 The bidder or his official representative is invited to attend a pre-bid meeting whichwill take place at the Office of Managing Director, KITCO Ltd, P.B.No.4407, Femith's,Puthiya Road, NH Bypass, Vennala, Kochi-28 on 12.03.2014
10.2 The purpose of the meeting will be to co-ordinate and arrive at requiredspecifications, clarify issues and to answer questions on any matter that may havebeen raised upto that stage.
10.3 Minutes of the meeting, including the text of the questions raised and the responsesgiven will be transmitted within 2 days after the date of Pre-bid meeting to allpurchasers of the bidding documents. Any modification of the bidding documentswhich may become necessary as result of the pre-bid meeting shall be made by theEmployer/Consultant through the issue of an Addendum pursuant to Clause 7 belowor through the minutes of the Pre-bid meeting. The minutes of the Pre-bid meetingand the Addendum shall be duly signed by the authorised signatory and enclosedalong with Pre-qualification Bid.
10.4 Non attendance at the pre-bid meeting will not be a cause for disqualification of abidder.
11.0 AMENDMENT OF BIDDING DOCUMENTS
11.1 The Employer/Consultant may modify the bidding documents by issuing addenda,before the dead line for submission of bids
11.2 Any addendum thus issued shall be part of the bidding documents and shall becommunicated in writing or by cable or fax to all the purchasers of the biddingdocuments.
11.3 To give prospective bidders reasonable time to take an addendum into account inpreparing their bids, the Employer shall extend as necessary the deadline forsubmission of bids.
12.0 LANGUAGE OF THE BID
All documents relating to the bid shall be in the English language.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
7
13.0 DEADLINE FOR SUBMISSION OF THE BIDS
13.1 Bids must be received by the Consultant at the office of Managing Director, KITCOLtd, P.B.No.4407, Femith's, Puthiya Road, NH By Pass, Vennala, Kochi-28 not laterthan the time and date specified in Notice of Prequalification. In the event of thespecified date for the submission of bids being declared a holiday for the Consultantfor any reason, the bids will be received upto the appointed time on the next workingday.
13.2 The Employer may extend the deadline for submission of bids by issuing anamendment in accordance with Clause 7.0 of ITB, in which case all rights andobligations of the Employer and the bidders previously subject to the originaldeadline will then be subject to the new deadline.
14.0 LATE BIDS
14.1 Bid received by the Consultant after the deadline prescribed in Clause 9.0 of ITB willbe returned unopened to the bidder.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
8
SCHEDULE – A
STRUCTURE AND ORGANISATION
1. Name of bidder
Head Office Address
Telephone No.Fax No.Email:
Regional Office Address
Telephone No.Fax No.Email:
Local Office Address in India (In case of Foreign Company)
Telephone No.Fax No.Email:
2. Main lines of Business
(a) Domestic : 1. Since2. Since
(b) International : 1. Since2. Since
3. Place and year of incorporation (attach copy of certificate of incorporation)
Note:
(1) Bidder may be a proprietary firm, partnership, limited company or corporation(2) Particulars should be furnished separately for each partner/constituent(3) Attach the organisation chart showing the structure of the Organisation(4) Attach written power of Attorney to the signatory of the Bid
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
9
SCHEDULE – B
FINANCIAL CAPABILITY
1. Name of Applicant2. Summary of assets and liabilities on the basis of the audited financial statement of the
last 3 financial years including provisional figures for the year ended 31.03.2012.Please attach published annual report and audited accounts of the bidder.
(Rs.Million)
Sl.
No.
Year
2010-11
Year
2011-12
Year
2012-13
i. Authorised capital
ii. Capital issued and paid up
iii. Total assets
iv. Current asset
v. Cash, investments andcurrent receivables
vi. Total liabilities
vii. Current liabilities
viii. Net Worth (iii)-(vi)
ix. Working capital (iv)-(vii)
x. Annual Turnover
xi. Gross Profit
xii. Net profit before tax
xiii. Profit after tax* attach audited balance sheets and Profit/Loss Statements in the years as above
3. Current working capital arrangements:(a) Own resources(b) Cash, credit limit, etc. from the bankers
4. Current annual cash requirements for the ongoing projects
5. Proposed arrangement of funds for the Project, in case awarded(a) Own resources(b) Cash, credit limit, etc. from the bankers
6. Details of investments having maturity less than 1 year as on 31.3.2013.
7. Name and address of bankers
(CONTRACTOR)C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
10
SCHEDULE – C
EXPERIENCE
Name of the Contractor
1. List of Similar works executed (with value in Indian Rupees) during the last five years as Prime Contractor.
Name ofEmployer
Project Name Location andnature of work
Totalprojectcost ataward
Value of contractexecuted by the
applicant
Role (whethersingle, as
associate oras sub-
contractingagency)
Date ofcontract
Project startdate
(Construction)
Actualcompletion
date(Construction)
1 2 3 4 5 6 7 8 9
(CONTRACTOR)C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
11
2.List of similar ongoing Civil works (with value in Indian Rupees) as Prime Contractor.
Name ofEmployer
ProjectName
Location andnature of
work
Total projectcost ataward
Value ofcontract
executed bythe applicant
Role(whethersingle, as
associate oras sub-
contractingagency)
Percentagecompletion
Date ofcontract
Stipulateddate of
completion
1 2 3 4 5 6 7 8 9
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
12
SCHEDULE – DLIST OF PLANT AND EQUIPMENT REQUIRED FOR THE PROJECT
Sl.No.
Description AvailableNos.
Type ofMake/Mode andcapacity
Please specifywhether owned/leased/proposed to beacquired
1. Concrete Batching Plant(Capacity-30m3/Hr)
2. Concrete Pumps of 350D orequivalent
3. Transmit Mixer (Capacity -6m3 )
4. Vibratory Roller
5. Static Roller
6. Hot Mix Plant
7. Paver Finisher
8. Bitumen Finisher
9. Generator (63 kVA)
10 Water Tankers
11. Tippers
12. Hydraulic Piling rig
13. D.M.C Piling rig
14. Quality Control Lab withdigital concrete testingmachine
15. Facility for acceleratedcuring (if any)
16. Vibro hammer with powerpack of sufficient capacityfor driving for sheet piles
17 Crane 150T
18. Crane 50T
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
13
19 2 Level driving template
20 Excavator
21. Well-point DewateringFacility
22. Compaction station
23. Shuttering Pallet
24. Handling Crane
25. Roller Conveyor
26. Concrete Transport System
27. Concrete Distributor
28. Stacker Crane
29. Curling Chamber
30. Heating Plant
31. Pallet-turning equipment
32. Vacuum turning equipment
33. Surface Technology
34. Pipe Drawing Equipment
35. Lifting Equipment
36. Lifting Cross-beams andTransport Crane
37. Control Systems
38. Visualisation Computer
Note: The list of Plant & Equipment is included for information. The list shown above is onlyindicative. Availability of machines/facilities over and above apart from the above shallbe listed.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
14
SCHEDULE – E
LITIGATION HISTORY
(Each bidder should provide information on history of litigation or arbitration resulting fromcontract executed in the last five years or currently under execution. Sheets should beattached wherever necessary).
Sl.No.
Name of theContractor
Name ofClient
Year ofstart of
litigation
Disputedamount
in Million
Rs.
Award`for’ oragainst
applicantRs.
ActualAwardedAmountin Million
Rs.
Signature :Name :Designation :Name of bidder :
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
15
SCHEDULE – ‘F’
DETAILS OF PROPOSED SUB-CONTRACTORS/ SPECIALISED SUB-CONTRACTORS
Section ofWorks
Approx.Value inIndianRupees
Name (s)Address(es) of Sub-Contractor (s)
Description, Location,Similar Works previouslyexecuted by Sub-Contractor*
* Attach certificates from Clients
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
16
SCHEDULE – G
PROPOSED ORGANISATION FOR CONSTRUCTION OF PROJECT (RESOURCESAVAILABLE/TO BE DEPLOYED)
KEY PERSONNELSl.
No.
Name Presentposition
Quali-fication
Totalexperience
RelevantExperience
No. ofyearswith thefirm
Following is the list of Employer’s assessment of minimum key site personnel requirement forthe project.
1. Project Manager(overall) – 1 No. B.E Civil + 20 years of experience(Minimum 5 years of experience in the relevantfield)
2. Construction Managers - 1Nos. B.E + 10 years of experience(Civil -1no, Electrical-1noMechanical-1no) at site (Minimum 5 years of experience in the relevant
field)
3. Site Engineers - 2 Nos. BE Civil, Electrical or Mechanical + 5 years of
experience(Minimum 3 years in the relevant
field)
4. Plant Engineer - 2 No. BE Mech. + 5 years experience or
(at plant/factory) Diploma Mech + 10 yrs.
Experience (3 years on
Construction plant)
5. Quantity Surveyor/ -2 Nos. BE Civil + 5 years experience (or
Quality Control Engineer (site) Diploma civil + 10 years
Experience
6. Supervisors - 2 Nos. Diploma in Civil Engineering with
minimum 2 years experience
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
17
SCHEDULE – ‘H’
PROPOSED SITE ORGANISATION
Name of the Bidder
H1 PRELIMINARY SITE ORGANISATION CHART
H2 NARRATIVE DESCRIPTION OF SITE ORGANISATION CHART
H3 DESCRIPTION OF RELATIONSHIP BETWEEN HEAD OFFICE AND SITEMANAGEMENT *
* Indicate clearly what responsibility and authority have been delegated to sitemanagement.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
18
SCHEDULE – ‘I’QUALITY ASSURANCE REQUIREMENTS
ELEMENTS OF QUALITY SYSTEMS (ISO :9001-1994)
The Bidder(s) are required to provide details of their Quality Assurance systems forcriteria stipulated below, preferably in the form of their Quality Manual to be enclosedseparately. In case the same is not finalised in total, the extent to which it is completedand documented may be submitted.
Quality Policy, Company Mission & Vision Statement may be indicated.
(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr
19
SCHEDULE-J
AFFIDAVIT
(To be given on a non-judicial stamp paper)
1. I, the undersigned do hereby certify that all the statements made in the attachmentsare true and correct.
2. The undersigned hereby authorises and requests any Bank, person, Firm orCorporation to furnish pertinent information deemed necessary and requested byKITCO Ltd.
3. The undersigned understands and agrees that further qualifying information may berequested, and agrees to furnish any such information at the request of KITCO Ltd.
4. The undersigned also hereby certifies that neither our firms/companies haveabandoned any work in India nor any contract awarded to us for such work has beenrescinded in the past five years.
5. The undersigned also hereby authorises KITCO and their authorised representative toconduct any enquiries or investigation to verify the statements, documents andinformation submitted in connection with this application, and to seek clarification fromour bankers and clients regarding any financial and technical capability. This will alsoserve as authorisation to KITCO representative to contact in person or otherwise, anyindividual or authorised representative of any institution referred to in the supportinginformation and obtain such information as may be required by him to verifystatements and information provided in this application, or with regard to theresources, experience and competence of the Applicant.
6. The undersigned understands that furnishing of false information could result indisqualification.
--------------------------(Signed by an Authorised Signatory of the bidder)
--------------------------Title of Officer
--------------------------Name of bidder
--------------------------Date
Encl: Requisite power of attorney