BQC Telecom Upgradation30082022065654

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 4

UPGRADATION OF TELECOMMUNICATION

SYSTEM OF GSPL GAS GRID


Tender no. GSPL/PROC/2022/08/O/320

Bid Qualification Criteria

A. TECHNICAL CRITERIA
A.1 Bidder shall have successfully executed one project covering Design, Engineering & Supply,
Installation, Testing and Commissioning of OFC based SDH / MPLS-TP equipment along with
supply/ integration of Network management system (NMS) in single order for minimum 38 (Thirty
Eight ) Nos of SDH equipment (STM1/STM4/STM16 or above) OR MPLS-TP (1G / 10G) equipment
in Hydrocarbon pipeline/Hydrocarbon production/ Hydrocarbon Distribution Network industries and
system must have completed satisfactory operation for period of minimum one year after
commissioning in preceding Seven (7) year reckoned from bid due date.

In case bidder is offering project of SDH equipment in compliance to above; then the MPLS-TP along
with Network management system (NMS) offered for this project (from bidder or OEM) should have
been in satisfactory operation for period of minimum one year after commissioning in preceding 7
year reckoned from bid due date.

A.2 The bidder shall have own proven facilities for Engineering, Assembly/ Manufacturing,
Integration, Testing, Training of SDH / MPLS-TP based optical fibre communication system.

In case bidder is not SDH / MPLS –TP equipment manufacturer (OEM), then bidder shall have
written agreement with manufacturer (OEM) to own complete responsibility of all activities, QA/QC,
technical support, guarantee performance, warranty & post warranty along with bidder.

A.3 Bidders shall have experience in similar works required for Up-gradation/ Shifting or
Maintenance of Telecommunication system (consists of SDH / MPLS-TP). The reference Work order
/ purchase order along with completion certificate from end user for satisfactory completion of job for
up-gradation / Shifting or Maintenance of Telecommunication system in the preceding Seven (07)
years reckoned from bid due date shall be submitted.

A.4 COMMERCIAL CRITERIA

A.4.1 Bidder shall have successfully carried out and completed Similar Work (*) of value not less
than as indicated below for respective Schedules, during preceding Seven (7) years reckoned
from bid due date.
I. II. III.
One (1) similar (*) completed Two (2) similar (*) completed Three (3) similar (*)
works each costing not less than works each costing not less completed works each
the following amount (In INR than the following amount costing not less than the
Crore) OR (In INR Crore) OR following amount (In INR
Crore)
43.44 32.58 21.72
(*) Definition of “Similar Work”: shall mean Design, Engineering, Testing, Supply, Installation
and Commissioning of optical fibre based SDH and /OR MPLS-TP communication system
with or without other systems such as CCTV system/EPABX system/ PA system carried out
through single purchase order (or multiple Purchase order of same single project).

Note:
(i) A Job executed by a Bidder for its own plant/ project cannot be considered as
experience for the purpose of meeting BEC of this Tender Document. However, jobs
executed for Subsidiary/Fellow subsidiary / Holding company will be considered as
experience for the purpose of meeting BEC subject to submission of tax paid invoice
(s) duly certified by Statutory Auditor of the Bidder towards payments of statutory tax in
support of the job executed for Subsidiary/Fellow subsidiary/ Holding company. Such
Bidders to submit these documents in addition to the documents specified to meet BEC.
UPGRADATION OF TELECOMMUNICATION
SYSTEM OF GSPL GAS GRID
Tender no. GSPL/PROC/2022/08/O/320
(ii) For execution purpose off-loading / Subcontracting of work shall not be acceptable/
allowed.
(iii) Consortium / Joint Venture bids / Experience as a member of consortium /Joint Venture
or work executed jointly or by a subcontractor shall not be considered.

B. FINANCIAL CRITERIA

B.1 Bidder shall have positive net worth as per audited accounts as on 31.03.2021. Net Worth shall
be Paid up share capital plus Free Reserves & Surplus less accumulated losses, deferred
expenditure and miscellaneous expenditure not written off, if any. Certificate from a Chartered
Accountant /statutory auditor of the Company should also be submitted to this effect. The bidder
shall submit copies of Annual Report for the audited accounts for last three financial years.

B.2 The bidder shall have to provide bank solvency certificate of minimum amount as per following
table.

Solvency INR 21.72 Crore

The bank solvency certificate should not be earlier than 6 months from the bid submission date.

C. GENERAL CRITERIA

C.1 Bidder shall be a Company registered under Companies Act 1956 / 2013.

C.2 Bidder shall not be on holiday list/ black-listed by GSPL or any of the GSPC group company.
Bidder shall submit self-declaration certificate in this regard. If declaration found false, the bid shall
be rejected and EMD shall be forfeited or Contract shall be terminated without any notice period and
PBG & SD (as may be applicable) shall be forfeited.

C.3 Bidder shall not be under insolvency, bankruptcy, liquidation, court receivership or similar
proceedings. Bidder shall submit self-declaration certificate in this regard.

C.4 Bidders who have initiated legal action/litigation against GSPL or any of the GSPC group
company, shall not be considered eligible for bidding. Further, Bidders against whom GSPL or any
of the GSPC group company has initiated inquiry/ legal action/ litigation shall not be considered
eligible for bidding. Bidder shall submit self-declaration certificate in this regard.

C.5 Bidder has to submit valid PAN and valid GST Registration certificate.

D. Exchange rate for Conversion of Currency for evaluation of documents submitted by bidders for
BEC which are in other currency than specified in BEC shall be as follows:

(a) BEC (Technical Criteria): RBI reference rate as prevailing on the date of award of contract
submitted by bidder.

E. DOCUMENTS REQUIRED FOR MEETING QUALIFICATION CRITERIA

E.1 TECHNICAL

Reference list of similar project executed in last 7 year with atleast the details of Purchase Order,
Client name & contact details, Completion status etc.

Bidder shall furnish following documentary evidence with the bid, to meet the stipulated qualification
criteria. In the absence of requisite documents, GSPL/PMC reserves the right to reject the bid
without, making any reference to the bidder. Any additional documents relevant to BEC other then
as suggested may furnished by the bidder in support of BEC- Technical:
UPGRADATION OF TELECOMMUNICATION
SYSTEM OF GSPL GAS GRID
Tender no. GSPL/PROC/2022/08/O/320
Sl. Description Documents required for qualification
No.
BEC-Technical Clause
1 Clause no A.1 (project  All relevant documents from client /end user in single order
executed with issued by Owner / Owner’s consultant
SDH/MPLS-TP and  Purchase order (PO) copy in the name of bidder.
NMS)  Completion / Execution certificate covering all scope as
defined in the clause (with cross reference of the mentioned
PO) in the name of bidder.
 (If the quantity and services not indicated in the PO/client
certificate; then bidder must furnished the scope of work /
approved BOM / any relevant documents comply the BEC
requirements along with certified site measurement by
client/PMC).
 Successfully working for 12 months from commissioning has to
be provided. The successfully completed Post PWMC (CAMC)
services with offered SDH/ MPLS-TP with NMS also to be
considered as valid documentary evidence subjected to
certification by end user.
 In case bidder seeking qualification with SDH with NMS; then PO/
WO of MPLS-TP for successfully working for 12 months from
commissioning has to be provided. The successfully completed
Post PWMC (CAMC) services with offered MPLS-TP with NMS
also to be considered as valid documentary evidence subjected
to certification by end user.
 (In case OEM has participated in bid directly or through system
integrator; then PO/client certificate for back to back order of
supplied MPLS TP and successfully commissioning has to be
provided)
2 Clause no A.2  Necessary proven facilities certification:
 (Certifications from any third-party certifying agencies or valid
ISO certificate / or similar certificate indicating scope of work as
defined in clause for the said services)
3 Clause no A.2  Written agreement from OEM (MPLS-TP) for owning complete
(In case bidder is not responsibility of all activities QA/QC, technical support,
OEM SDH/ MPLS-TP) Guarantee performance, Warranty & post warranty in letter head
by competent person of OEM mentioning bidder’s name and e-
tender number duly signed by OEM & bidder.
4 Clause no A.3  The reference Work order / purchase order along with
Similar works required completion certificate from end user for satisfactory completion
for Up-gradation/ of job for upgradation / Shifting or Maintenance of
Shifting or Maintenance Telecommunication system in the preceding Seven (07) years
of Telecommunication reckoned from bid due date:
system (consists of  All relevant documents from client /end user in single order
SDH / MPLS-TP /  Purchase order (PO) copy in the name of bidder.
CCTV / EPABX  Invoice and its Proof of Payment Receipt
system).  Satisfactory Completion/ Execution/ Performance Certificate
issued by the customer/ client, wherein the following are clearly
indicated:-
 Full Name & Address of Client and signatory of certificate.
 Relevant work order number,
 Date of actual completion Copies of Work Order issued by
Owner/Consultant along with value.
UPGRADATION OF TELECOMMUNICATION
SYSTEM OF GSPL GAS GRID
Tender no. GSPL/PROC/2022/08/O/320
Sl. Description Documents required for qualification
No.
BEC-Technical Clause
5 Clause no A.4  Purchase order / work order (clearly indicating scope of work),
inspection release note, final invoice, certified bills from
Owner/Owner’s consultant, payment receipt shall be provided.
 Copy of corresponding Work
Completion Certificate issued by
Owner/Consultant.
 Copy of duly certified document by
Owner/Consultant in support of similar
completed work as per Clause A.4 as
required.
 MSME Certificate ( as applicable)

 (If the quantity, purchase values and scope is not indicated in


the PO/client certificate; then bidder must furnished the scope of
work / approved BOM / Invoice & payment receipt/ certified bill
of client, any relevant documents comply the BEC requirements
along with certified bill/ invoice for requisite values by
client/PMC)

 For the Bidders who are submitting Purchase orders against


COMMERCIAL Qualification Criteria in a currency other than
Indian Rupees (INR), purchase order value/ Financial
statements etc. will be converted into Indian Rupees at the
exchange rates on the “PO date” as per RBI reference rate.
6 Note to A (i)  Tax paid invoice(s) duly certified by statutory auditor of the
bidder towards payments of statutory tax in support of the job
executed for Subsidiary / Fellow subsidiary /Holding company.
7 Note to A (ii) Self-declaration on letter head by competent authority.
8 Note to A (iii) Self-declaration on letter head by competent authority.

E.2 FINANCIAL

Sl. Description Documents required for qualification


No.
BEC- Financial Clause
1 Clause no. B.1 Annual Reports and Certificate as per Form F-3A
2 Clause no. B.2 Solvency Certificate
3 Clause no. C.1 Registration/ Incorporation Certificate
4 Clause no. C.2 & C.3 Self-Declaration to be provided as per Form F-22

Notes: The failure to meet the above qualifying criteria(s) above shall render the bid to be summarily
rejected.

You might also like