Gulbarga Electricity Supply Company Limited: Invitation For Bidders. (E-Procurement MODE ONLY)

You might also like

Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 6

GULBARGA ELECTRICITY SUPPLY COMPANY LIMITED

(Wholly Owned Government of Karnataka Undertaking)


Tel No: 08472 – 255977 Corporate Office,
Fax No: 08472 – 256989 Station Road, Opp. Hotel Parivar,
e-mail: gescom_mm@yahoo.co.in Kalaburagi – 585 102

No. GESCOM/SE(Proc)/EE/AEE/PC-964/2019-20/6064-68 Date:24.04.2019

INVITATION FOR BIDDERS.


(E-procurement MODE ONLY)
1.0 Tender is invited in two cover system (Techno-Commercial & Price
Bid) in E-procurement Mode for manufacture and supply of Weasel
ACSR Conductor (6/2.59mm Al+1/2.59mm St, Std wt:128kgs/KM),
as per GESCOM specifications.
2.0 SCOPE: The scope of the proposal shall completely cover the
manufacture, Design, Testing, Inspection and supply of Weasel ACSR
Conductor (128kg/KM).
3.0 Quantity: 4000 Kms.

CSR 2018-19
Amount Put to
Type Of Conductor Qty in Kms Ford Rate in
Tender in Rs
Rs
Weasel ACSR
4000 21552.00 8,62,08,000
Conductor(128kg/KM)

4.0 Amount Put to Tender: Rs 8.62 Crores


5.0 EMD: As per EProcurement payment modes the following EMD
has to be paid:

EMD Amount in Rs. for


Non SSI SSI
12,94,000/- 6,47,000/-

Note: Micro and small enterprises registered with NSIC under a single
point vendor registration scheme are exempted from payment of
EMD.

6.0 QUALIYING REQUIREMENTS OF PRIME BIDDER:


A. TECHNICAL REQUIREMENTS:
1. The bidder shall be a manufacturer of ACSR Conductor and
shall be in the same business field for the preceding Five years.
The bidder shall upload in original valid documentary proof such
as license issued by Commerce & Industries department or any
other Government Statutory Authority.

PC-964
IFB
The bidder shall scan & upload GST registration certificate (as
applicable), to establish the claim that the bidder is a
manufacturer.
2. The bidder must have supplied not less than 50% of the
tendered quantity of weasel ACSR conductor in any one of the
preceding FIVE financial years i.e. 2013-14, 2014-15, 2015-16,
2016-17 & 2017-18 to KPTCL/ any ESCOMs / Public
utility/any other Govt. Institutions/supplied to turnkey works
will also be considered provided it should be certified by
competent authority not below the rank of Executive Engineer.
Documentary proof such as P.O. copies and performance
certificate shall be scanned and uploaded in original.
3. The bidder must not have defaulted in supplies against previous
Purchase Orders placed by KPTCL/other ESCOM/Distribution
Companies/utility or to any other Govt. Institutions as on the
last date of submission of Techno-Commercial bid.
Self-declaration in this regard shall be uploaded in original.
4. The Bidder should not have been blacklisted by KPTCL/other
ESCOM/Distribution Companies/utility or to any other Govt.
Institutions as on last date of submission of Techno-
Commercial bid.
Self-declaration in this regard shall be uploaded in original.
5. The bidder shall submit the self-declaration stating that the
tendered materials will be manufactured and supplied as per
Standards only.
6. The bidder must declare in writing their manufacturing capacity
of ACSR Conductor per month.

B. FINANCIAL REQUIREMENTS:
1. The bidder shall have a minimum annual turnover of 50%
amount put to tender in any one of preceding FIVE financial
years i.e. 2013-14, 2014-15, 2015-16, 2016-17 & 2017-18.
The audited balance sheets and profit & loss account sheets in
original for 2013-14, 2014-15, 2015-16, 2016-17 & 2017-18
shall be considered certified by chartered Accountant shall be
scanned and uploaded.
2. Liquid Assets (Cash at Bank + Term Deposits in any scheduled /
nationalized Bank) as per balance sheet + enjoying Credit facility in
any scheduled/nationalized bank shall not be less than 25% of the
amount put to tender. Audited balance sheet for 2017-18/Credit
facility letter issued by any Nationalized/ scheduled bank
addressed to the Superintending Engineer El., Procurement,
GESCOM, Kalaburagi as per Annexure-A shall be scanned and
uploaded in original.

Note:

PC-964
IFB
I. For SSI Units established in Karnataka, Financial Capability of
50% of the above is sufficient on production of certificate from
Industries and Commercial Department.
SSI Certificate shall be scanned and uploaded in original.
II. Even though the Bidders meet above qualifying criteria, as per
their statements they are subject to be disqualified if they
have,
i. Made misleading or false representations in statements and
attachments submitted as proof of the qualification
requirement and/or.
ii. Record of poor performance such as poor quality of product,
not properly completing the contract, inordinate delays in
supply completion, or financial failures etc.,
III. The offers shall be in General conformity with the
specifications.
IV. Quantities noted above are provisional and subject to change
as per provisions of KTPP Act.
V. The tender not submitted through e-procurement portal and
also non-submission of EMD is liable to be rejected.
VI. As per notification No.FD.850 Exp-12/15 Dtd.15-12-2016;
Micro and small enterprises registered with NSIC under a
single point vendor registration scheme are exempted from
payment of EMD.
VII. The Bidder shall upload documentary proof for the above
Qualifying requirements and also upload the details in the
Techno-Commercial Sheets.
VIII. The bidder shall furnish the type test certificates for having conducted
all the type tests mentioned in the relevant IS/technical specification on
ACSR Weasel Conductor from M/s CPRI, ERDA & any other NABL
accredited Labs and such tests reports shall not be older than Five years
from the date of bid opening. The type test reports from other than M/s.
CPRI/ERDA/NABL accredited Labs shall not be considered and such
bids will be treated as Non-Responsive.

7.0 Price Basis: Prices quoted shall be variable and price variation will
be permitted only on EC grade Aluminium rods and HTG steel wire
as per CACMAI circular.
Taxes:
i. Any change in the GST (increase/decrease) during the
contractual delivery period will be paid by the GESCOM
accordingly.
ii. The statutory charges are applicable which are prevailing on the
date of delivery of material to the respective work site/any
location in the division jurisdiction as desired by the GESCOM.

PC-964
IFB
iii. If there is any concession / benefit extended by the Central /
State Government regarding the Taxes same shall be availed and
passed on to GESCOM.
iv. No claim for any increase towards statutory variation regarding
enhancement of existing tax or introduction of a new tax shall be
entertained during the extended period of contract if the
extension is required by the causes attributable to the supplier.
8.0 Schedule of requirements: - The supply shall be commenced
within 30 days from the date of placing Purchase Order and as per
delivery schedule mentioned in the purchase order.
9.0 PAYMENT:
The Company will arrange payment of 100% value of materials plus
Taxes and Duties against presentation of dispatch and other
documents as specified below by means of cheque of the Executive
Engineer El., of the Consignee Division of GESCOM after satisfying
the terms and conditions of the order and after receipt of Material
Acknowledgement Statement from the Consignee Stores.

For arranging 100% payment, the following documents will have to


be furnished by the supplier:
i) Invoice in duplicate, stamped and pre-receipted.
ii) Delivery Challan duly acknowledged by Consignee. The
payment will be arranged against clear acknowledgment
duly signed by the Storekeeper and Store Officer of the
relevant GESCOM, Stores.
iii) Material Acknowledgment Statement (to be furnished by
Consignee).
iv) Inspection/test reports by GESCOM authorities.
v) Details of contract performance security i.e. Bank
Guarantee certificate shall be verified.
vi) Guarantee certificate
vii) For payment of GST (IGST, SGST & CGST whichever is
applicable) the original invoice comprising of GSTIN of
the Supplier, (buyers copy) duly authenticated by the
Proprietor / Director or the Company Secretary of the
Supplier Company shall be submitted.
viii) The triplicate and quadruplicate copies of the invoices
may be sent to the respective consignees for submission
of Material Acknowledgement Statement.
10.0 Delay in the supplies: For all delayed deliveries from the periods
stipulated in the order, non supply of part quantities, a penalty at
the rate of ½% per week subject to a maximum of 10% reckoned on
the contract value of such delayed portion/ quantity. Due
consideration will be given, however, in the levy of penalty for
reasons absolutely beyond the control of the contractor/ supplier
(Force Majeure) for which documentary evidence shall invariably be

PC-964
IFB
produced to the satisfaction of the competent authority of the
Corporation.
11.0 Failure to Supply : Failing to supply as above, the Superintending
Engineer (El), Purchase, GESCOM, Kalaburagi, is at liberty, without
further notice or reminder to the contractor/supplier to purchase the
same or any portion thereof on to the account of and at the risk of
the Contractor/supplier and to prefer a claim for the difference in
price and for all expenses whatsoever incurred in purchasing the
same, which the Corporation is wholly authorized to recover from
any money due to contractor/supplier on bills, or deposits or any
account. Further action will be taken as at 27.5 of ITB.
12.0 BID DOCUMENT: Bid documents in the following formats will be
available on the Web site on www.eproc.karnataka.gov.in
i. Invitation for Bidders
ii. Instruction to Bidders.
iii. Technical Specifications.
iv. Bid proposal sheets: Schedule – I to VI

13.0 CALENDAR OF EVENTS:


i. Commencement of Registration and
issue of Electronic Bid Sheets : 24.04.2019 from 10:30 Hrs.
ii. Pre bid meeting to be held on in corporate
office GESCOM : 30.04.2019 at 11.00 Hrs
iii. Last Date & time for receipt of Bids
through Electronic Mode only : 10.05.2019 up to 17:30 Hrs.
iv. Date & time of opening of Electronic
Bid Sheets (Technical Bid) : 13.05.2019 @ 11:00 Hrs.

If the date of opening of the tenders happens to be holiday, the tender will be
opened on the next working day.
GESCOM will not be responsible for not getting Internet connection or any other
web site problem while down loading the electronic bids or during uploading /
submitting the bids.
GESCOM reserves the right to accept / reject any or all the tenders and the
decision of GESCOM is final.

For further information contact,


a. For participating in the tender:
Executive Engineer El., Procurement, GESCOM: 94483-59006.
b. For assistance regarding e-procurement portal:
HP help desk: 080-22371090;
080-22340060;
080-22340948
-Sd-
PC-964
IFB
Superintending Engineer El.,
Procurement,
GESCOM, Kalaburagi.

Copy to:
1. The Chief Financial Officer, GESCOM,
2. The Financial Advisor (I/A), corporate office, GESCOM, Kalaburagi.
3. SPS to MD/DT for information to the MD/DT GESCOM.
4. NOTICE BOARD.
O/C to AEE(Proc) / M.F.

PC-964
IFB

You might also like