01-Section - i Ifb Sste Vol-i

Embed Size (px)

Citation preview

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    1/9

    SECTION I

    INVITATION FOR BIDS (IFB)

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    2/9

    INVITATION FOR BIDS (IFB)

    FOR

    TOWER PACKAGES - TW01 AND TW02 FOR 765 KV D/C

    AURANGABAD - PADGHE TRANSMISSION LINE ASSOCIATED WITHSYSTEM STRENGTHENING IN NORTH/WEST PART OF WR FOR IPPPROJECTS IN CHHATTISGARH (PART-E)

    (DOMESTIC COMPETITIVE BIDDING)

    (SINGLE STAGE TWO ENVELOPE BIDDING)

    DATE OF ISSUANCE OF IFB: 12.04.2012

    SPECIFICATION NOS.: CC-CS/143-WR1/TW-1693/3/G7/R (TW 01)CC-CS/143-WR1/TW-1694/3/G7/R (TW 02)

    FUNDING : DOMESTIC

    1.0 This invitation for bids follows the e-procurement notice(Invitation for Bids) for the subject packages which appeared inNational and Regional Newspapers on 12.04.2012. This shall alsobe available on POWERGRIDs website given at para 11.0 belowon the same date.

    2.0 Power Grid Corporation of India Ltd. (A Government of IndiaEnterprise) incorporated under the Companies Act, 1956, havingits Registered Office at B-9, Qutab Institutional Area, KatwariaSarai, New Delhi 110 016 (hereinafter referred to asPOWERGRID/Owner/Employer) has decided to set up, as anOwner, System strengthening in North/West part of WR for IPPProjects in Project in Chhattisgarh (Part-E).

    2.1 The procurement activities in respect of the aforesaid Projectshall be carried out by the Owner itself and it intends to usedomestic funding for eligible payments under the contract for thepackage as mentioned above. For the purpose of all procurementactivities, the Owner shall also be referred to as Employer.

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 1

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    3/9

    3.0 POWERGRID, therefore, invites bids from eligible bidders for thefollowing package for the project on Domestic CompetitiveBidding basis under secured e-procurement procedure:

    Sl.No. TowerPackages Line Description Length

    1 TW01 765 kV D/C Aurangabad - PadgheTransmission Line(Part-I)( with Hex ACSR ZEBRA Conductor)

    140 km(approx.)

    2 TW02 765 kV D/C Aurangabad - PadgheTransmission Line(Part-II)( with Hex ACSR ZEBRA Conductor)

    140 km(approx.)

    This Invitation for Bids extended through media, website orwritten communication or by any other means, and issuance ofBidding Documents as per para 7.0 below shall not be construed

    to mean that the prospective bidders to whom the Invitation forBids has been extended and/or Bidding Documents have beenissued is deemed to be an eligible bidder. The eligibility of thebidders shall be determined as per the provisions of BiddingDocuments.

    3.1 This Specification covers the following scope of works:(i) Detailed survey including route alignment, profiling, towerspotting, optimisation of tower locations, soil resistivitymeasurement & geotechnical investigation including specialfoundation locations, viz. pile foundation locations(ii) Check Survey(iii)Fabrication and supply of all type of 765 kV transmission linetowers, including River crossing towers (wherever applicable) asper Owner design/drawings including fasteners, anti theftfasteners, step bolts, hangers, D-shackles etc.(iv) Supply of all types of tower accessories like phase plate,circuit plate (where ever applicable), number plate, danger plate,anti climbing device, Bird guard (where ever applicable)(v) Supply of Earth wire, Hardware Fittings and Conductor &Earth wire Accessories,(vi) Classification of foundation for different type of tower andcasting of foundation for tower footings as per Ownerfoundations drawing;

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 2

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    4/9

    (vii) Erection of towers, tack welding of bolts and nuts includingsupply and application of zinc rich primer & two coats of enamelpaint, tower earthing, fixing of insulator strings, stringing ofconductors and earth wires along with all necessary lineaccessories,

    (viii)Painting of towers & supply and erection of span markers,obstruction lights (wherever applicable) for aviationrequirements (as required)(ix) Testing and commissioning of the erected transmission linesand(x) Other items not specifically mentioned in this Specificationand / or BPS but are required for the successful commissioning ofthe transmission line, unless specifically excluded in theSpecification.

    The above scope of work is indicative and the detailed scope of

    work is given in the Technical Specification (Volume-II) of theBidding Documents.

    3.2 The completion period for Tower Packages - TW01 and TW02 for765 kV D/C Aurangabad - Padghe Transmission Line associatedwith System Strengthening in North/West Part of WR for IPPProjects in Chhattisgarh(Part-E) shall be the period as specifiedin ITB Sub-Clause 24.1(c).

    3.3 Bidding will be conducted through the domestic competitivebidding procedures as per the provisions of ITB/BDS and thecontract shall be executed as per the provisions of the Contract.Bidders may note that the Employer has uploaded its Works andProcurement Policy and Procedures (WPPP) document alongwithits Modification/Amendment on Capacity and CapabilityAssessment regarding new parties undertaking erection worksof Transmission Line Tower Packages on POWERGRIDs websitereferred to at para 5.0 below. It shall be noted that no otherparty, including the Bidder/Contractor, shall derive any right fromthis Works and Procurement Policy and Procedures (WPPP)document or have any claim on the Employer on the basis of thesame. The respective rights of the Employer and theBidder/Contractor shall be governed by the BiddingDocuments/Contract signed between the Employer and theContractor for the package. The provisions of the BiddingDocuments shall always prevail over that of Works and

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 3

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    5/9

    Procurement Policy and Procedures (WPPP) document in case ofcontradiction.

    4.0 The detailed Qualifying Requirements (QR) are given in theBidding Document.

    5.0 The complete Bidding Documents including tender drawings areavailable at POWERGRIDs websitehttp://www.powergridindia.com as well as on portalhttps://www.tcil-india-electronictender.com. Interested bidderscan download the Bidding Documents and commencepreparation of bids to gain time. However, in case of anycontradiction between the Bidding Documents at POWERGRIDswebsite and those at the portal, the later shall prevail.

    The bidding documents are meant for the exclusive purpose ofbidding against this specification and shall not be transferred toany parts or reproduced or used otherwise for any purpose otherthan for which they are specifically uploaded.

    6.0 Interested bidders have to necessarily register themselves onthe portal https://www.tcil-india-electronictender.com throughM/s Telecommunications Consultants India Limited, New Delhi toparticipate in the bidding under this invitation for bids. It shall bethe sole responsibility of the interested bidders to getthemselves registered at the aforesaid portal for which they arerequired to contact M/s Telecommunications Consultants IndiaLimited, New Delhi at following address to complete theregistration formalities:

    M/s Telecommunications Consultants India Limited,6th Floor, TCIL Bhawan, Greater Kailash 1,New Delhi 110 048Contact Person : Mr. Rashk Siddiqui/Mr. SujayContact No. : 011 26241071/72

    98683 93717Email-ID : [email protected]

    The said registration shall be free of cost.

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 4

    http://www.powergridindia.com/https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/mailto:[email protected]://www.powergridindia.com/https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/mailto:[email protected]
  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    6/9

    They may obtain further information regarding this IFB fromthe office of Ch. Manager (CS-G7), POWERGRID at the addressgiven at para 11.0 below from 1500 hours to 1700 hours on allworking days till the sale of Bidding Documents is open as perpara 7.0 below.

    For proper uploading of the bids on the portal namelyhttps://www.tcil-india-electronictender.com (hereinafter referredto as the portal), it shall be the sole responsibility of the biddersto apprise themselves adequately regarding all the relevantprocedures and provisions as detailed at the portal as well as bycontacting M/s Telecommunications Consultants India Limited,New Delhi directly, as and when required, for which contactdetails are mentioned above. The Employer in no case shall beresponsible for any issues related to timely or properlyuploading/submission of the bid in accordance with the relevant

    provisions of Section II ITB of the Bidding Documents.

    7.0 As mentioned at para 5.0 above, the Bidding Documents can bedownloaded from the portal on submission of a writtenapplication to the address below and upon payment of anonrefundable fee of INR 25,000/- towards the cost of BiddingDocuments. The payment of the fee is a must condition forofficial purchase of the Bidding Documents by downloading thesame from the portal (herein after referred to as Official BiddingDocument) and also for enabling submission/uploading of bid onthe portal in accordance with relevant provisions of Section II

    ITB of the Bidding Documents.

    The aforesaid nonrefundable fee shall be in the form of demanddraft in favour of Power Grid Corporation of India Ltd., payable atNew Delhi/Gurgaon.

    However, the official Bidding Documents can be downloadedfrom the portal any time from 17.00hrs. on 12.04.2012 to23.30 hrs. on 11.05.2012.

    Link for enabling the interested bidder for downloading the

    official Bidding Documents will be enabled by POWERGRID onlyafter receipt of above mentioned application accompanied withthe Demand Draft (DD) of requisite amount. POWERGRID shallnot be responsible for any postal delay in respect to submission

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 5

    https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/
  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    7/9

    of application fee by the interested bidder to POWERGRID inrespect of downloading of official Bidding Documents and/orcorresponding submission of bids/uploading.

    8.0 A pre-bid meeting will be held at the office of the Employer atGurgaon(Haryana), India on 30.04.2012 at 11:00 Hrs to clarifythe bidders various issues raised in accordance with clause 6.4 ofITB.

    9.0 A Single Stage Two Envelope Bidding Procedure will be adoptedand will proceed as detailed in the Bidding Documents.

    9.1 Bidders are permitted to quote for one or both the package(s).Multipackage rebate(s) offered if any, shall be considered inevaluation. Based on such evaluation, award of contracts wouldbe made to one or more bidder(s) for one or both the package(s)

    on the basis of least evaluated cost to the Employer.9.2 Bids must be submitted/uploaded under Single Stage Two

    Envelope Bidding Procedure on the portal at or before 11:00hours on 18/05/2012. Late bids will not be uploaded andaccordingly be rejected. First Envelope i.e. Techno -CommercialPart shall be opened on the same day i.e. 18/05/2012 in thepresence of the bidders representatives who choose to attend inperson at the address below at 11:30 hours or may be viewedby the bidders by logging in to the portal. Second Envelope i.e.Price Part shall be opened in the presence of the biddersrepresentatives who choose to attend at the time and date and atthe address given in the intimation for opening of SecondEnvelope in accordance with Clause 25 of ITB or may be viewedby the bidders by logging in to the portal.

    All bids must be accompanied by a bid security as follows:

    INR 5,23,32,000/- for Package TW01 andINR 5,23,32,000/- for Package TW02

    Integrity Pact must be submitted in physical form at the addressgiven at para 11.0 below at or before 11:00 hrs on18/05/2012.

    9.3 Bids not accompanied with valid Integrity Pact in accordance with

    clause 9.3 (n) of ITB, in separate envelope shall not be entertained

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 6

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    8/9

    and shall be returned to the Bidder and further the First Envelopesubmitted on the portal shall be sent unopened to Archive onthe portal and shall not be considered at all any further.

    Under this Integrity Pact Program (IPP), Sh. R. S. S. L. N.Bhaskarudu (for Package TW01) and Sh. Arvind Pande (forPackage TW02) and shall be the Independent External Monitorsfor the subject packages. Correspondence, if any, to the IEMs beaddressed to the following:

    Sh. Arvind Pande/R. S. S. L. N. Bhaskarudu,C/o Office of the CVO,Power Grid Corporation of India Limited,Saudamini, 8th Floor,Plot No. 2, Sector 29,Gurgaon 122001, Haryana

    9.4 While submitting/uploading the bids, the system through portalasks to key in the pass-phrase for encryption of the documents.The pass-phrase is required by POWERGRID for opening the bids(First Envelopes as well as Second Envelopes). Apart from theprovisions existing on the portal for submission of the pass-phrase, the same may be submitted in the sealed envelope toPOWERGRID at the address given at para 10.0 below any timeupto the deadline for submission of bids.

    In the event of not opening of the bid with the pass-phraseprovided by the bidder, POWERGRID on its discretion may give

    an option through the portal, to the bidder to open its bid as perprovisions available on the portal. However, POWERGRID shallnot be responsible if bid could not be opened within reasonabletime for what so ever reason. In such a case, the bid shall besent unopened to Archive on the portal and shall not beconsidered at all any further.

    10.0 POWERGRID reserves the right to cancel/withdraw this invitationfor bids without assigning any reason and shall bear no liabilitywhatsoever consequent upon such a decision.

    11.0 All correspondence with regard to the above shall be to the

    following address.

    (By Post/In Person)Chief Manager (CS-G7)/ Deputy Manager (CS-G7)

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 7

  • 7/30/2019 01-Section - i Ifb Sste Vol-i

    9/9

    Power Grid Corporation of India LimitedSaudamini, 3rd Floor, Plot No.-2, Sector-29Gurgaon (Haryana) - 122001.

    Telephone Nos.:- (Direct) 0091-(0)124-2571835

    (Thru Board) 0091-(0)124-2571700 to 719 Extn. 3312/2387/2373Mobile: 0091-(0) 9971399077/ 9910378044Fax Nos.:- 0091-(0)124-2571831

    For more information on POWERGRID, visit our site at:http://www.powergridindia.com

    For more information on the portal, site of M/sTelecommunications Consultants India Limited, New Delhi at:https://www.tcil-india-electronictender.com.

    ---- End of Section-I (IFB) ----

    Section I: Invitation for Bids

    XR.RAGHAVAN

    CH.MANAGER(CS)

    Page 8

    http://www.powergridindia.com/https://www.tcil-india-electronictender.com/http://www.powergridindia.com/https://www.tcil-india-electronictender.com/