Pre-Qualification : |
General Conditions of Eligibility :
Condition 1:
Tenders from Joint ventures are not acceptable.
Condition 2:
Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka
Condition 3:
If the bidder has participated for more than one enquiry, then the bidder shall fulfill the Technical QR -3 and Financial QR-1, 2 & 3 cumulatively for all enquires participated. If this condition is not met, then the offer of the bidder will be considered to the enquiry for which the bidder is eligible based on chronological order of the bid indents for which the bidder has participated at the discretion of the HESCOM
Condition 4:
In case for any of the packages, if more than one bidder quotes the same rate (Arrives as L1 bidder), then the work will be awarded through selection by drawing the lots.
Condition 5:
HESCOM reserve its right to vary or modify any of the tender condition for reasons to be recorded, in case it becomes necessary.
Condition 6:
Successful Bidder should submit Registration Certificate of Establishment FORM VI (Labour Reg.) issued by Department of Labour, Government of Karnataka within 15 days from the Date of issue of LOI
Condition 7:
Subletting of the awarded works is not allowed
Condition 8:
All the transformers shall have provision for fixing Number plate as per given specification for which numbers will be issued by HESCOM to the successful bidder.
Condition 9:
Rate Contract is for a period of 1 (One) Year from the date of issue of DWA & may be extendable by another ONE year at the discretion of HESCOM based on satisfactory performance or till the utilization of DWA amount whichever is earlier.
Condition 10:
Initial survey before taking up the work, taking the photos with GPS co-ordinates before execution of work, at the time of execution of work and after completion of work and submitting along with bills
Condition 11:
The Successful Bidder, to whom the Work is awarded has to furnish a Performance Guarantee from Nationalized / Scheduled Public Sector Undertaking Banks in the form attached as Annexure-II to this Volume-I in favour of the Owner.
Condition 12:
Bidder shall have adequate knowledge of the work proposed in the tender, design procedures including quality control and shall have infrastructure and erection facilities and capacity to execute the works
Condition 13:
Notwithstanding the above, if it is found that the performance vis a vis works awarded to the Bidder by HESCOM is either behind schedule or not satisfactory, HESCOM will be at liberty to disqualify the Bidder and reject its Bid at any stage of processing of the Bid
Condition 14:
In the event of the information furnished by the Bidder found to be false at any stage of Tendering, HESCOM at its discretion may take action against such Bidders and may forfeit the Bid security and disqualify the offer of such Bidder and black list the firm without prior notice. In the event of the information furnished by Bidder is found to be false during the execution stage then HESCOM at its liberty to cancel the works awarded other than forfeiting the performance guarantee executed against the contract and may black list the firm and recover the Losses and Levy liquidated damages
Condition 15:
During the execution of contract, the Authority who has issued the Detailed Work Award (DWA) is authorized to approve the Total Quantity Variation up to PLUS or MINUS 10% of the Total Contract Price as per DWA, irrespective of variation in individual items
Condition 16:
Past track record of the bidder in HESCOM will be considered for evaluation. If the performance of the bidder in respect of works awarded earlier is not satisfactory such a bid will be disqualified
Condition 17:
Cost Escalation: HESCOM is not responsible for any of the cost escalation arising if any during the period of contract
Condition 18:
HESCOM reserves the right to reject any or all the Bids without assigning any reasons thereof and shall bear no liability whatsoever consequent upon such a decision
Condition 19:
Incomplete and vague offers are liable to be rejected without any further correspondence
Condition 20:
Regarding penalty recovered from Supplier/Contractor towards delay in supplies/Completion of work and its refund. a.Agency Contractor shall submit a written request for condonation of delay if any,a) within 12(Twelve) Months from the date of Commissioning of the work/Supply of materials with valid reason and documentary proof.b)In case, no request for condonation of delay is made by the Agency/Contractor within a period of 12 (Twelve) Months from the date of commissioning of the works/Supply of materials, the penalty amount will be transferred to miscellaneous Income immediately after completion of such period. c) Once any penalty amount is transferred to Miscellaneous Income Account, it shall, under no circumstances be considered for refund
Technical Qualification Criteria :
1 : Others : Liquid assets (Cash at Bank PLUS Term deposit in any Nationalized/Scheduled Commercial Bank) on or after the date of notification of tender PLUS Availability of credit facility in any Nationalized/ Scheduled Commercial Bank shall not be less than 25% of the amount put to tender which shall be supported by certificate issued by any Nationalized /Scheduled Commercial Bank.The said Original scanned Credit Facility Certificate should possess the name of the Firm and tender Indent number and the credit facility to be issued in the name of Superintending Engineer (Ele), Project Monitoring Cell, Corporate Office, HESCOM, Navanagar, Hubli. The credit facility certificate should be in the Format Annexed to this bid. ANNEXURE.The conditional credit certificates are liable for rejection : Others -- Credit fecility 2 : Others : The annual turnover of Bidder:The Bidder should have achieved in at least two financial years, a minimum financial turnover of usually not less than TWO times the amount put to tender under this contract during 5 (Five) financial years 2018-19,2019-20, 2020-21,2021-22 & 2022-23.The bidder should upload the Copies of Annual turnover certificate and audited balance sheet, profit and loss account duly mentioning the UDIN No and certified by Chartered Accountant.Documents without UDIN No will be liable for rejection : Others -- CA certified Annuat Turn over, P&L, Balance sheet and ITR 3 : Others : CA certified Annual turn over with UDIN No : Others -- CA certified Annual turn over with UDIN No 4 : Others : The bidder should provide detailed information on any litigation or arbitration arising out of contracts completed or under execution by it over the last five years with HESCOM/KPTCL/ESCOMS. A history of awards involving litigations against the bidder or any part may result in rejection of bid. Self-declaration for the same shall be uploaded (Format enclosed in annexures) : Others -- Self declaration reg litigation 5 : Others : The bidder should not have been defaulted/short closed due to non-performance in execution of works against the order placed by ESCOMs/KPTCL/any other Government Distribution/Transmission utilities including PSUs as on date of bid submission. Self-declaration for the same shall be uploaded (Format enclosed in annexures). : Others -- Self declaration reg default/short close 6 : Others : The bidder should not have been Black-Listed by ESCOMs/KPTCL/any other Government Distribution/Transmission utilities including PSUs as on date of bid submission. Self-declaration for the same shall be uploaded (Format enclosed in annexures) : Others -- Self declaration reg black list 7 : Others : The bidder should upload original scanned copy of Registration Certificate of Establishment FORM C (Labour Reg.) issued by Department of Labour, Government of Karnataka : Others -- Labour license ( Form-C) 8 : Others : The bidder should upload original scanned copy of GST : Others -- GST certificate 9 : Others : The bidder should upload original scanned copy of PAN : Others -- PAN Card 10 : Others : The bidder should upload original scanned copy of EPF : Others -- EPF
|