HNSS CIRCLE ANANTAPUR

VOLUME – I (PART A)

INSTRUCTIONS TO BIDDERS

1.INTRODUCTION

Name of work:“Investigation, Design, Estimation and construction of pumping stations including design, manufacture, supply of pumps at site of work including erection and commissioning and testing of mechanical, electrical accessories etc., complete inclusive of all civil works such as pump house including sump house, pumping mains etc., required and maintenance of system for three years at km.0.000, km.9.450, km. 56.750, km. 68.000, km. 81.000, km.90.700, km.98.185 and km.174.000 of H.N.S.S. main canal and at km.2.650, km. 4.600 of Peruru branch canal and another pumping station at a suitable location for an approximate lift height around 23 mts to cater the ayacut at a higher contour +523.000 mts in the distributory system of Peruru branch canal under H.N.S.S. phase-I in Kurnool and Anantapur of Andhra Pradesh.

1.1which includes construction of pump houses, erection and supply pipelines, pumps, motors and allied electro-mechanical and hydro-mechanical workson engineering, procurement and construction (EPC) turnkey contract basis as per the scope of work set forth in the bid documents and Operation and Maintenance of the project for 2(two) years after successful testing and commissioning of the project.The works as mentioned above are hereinafter referredto as “H.N.S.S. phase-I”. All bids are required to be prepared and submitted in accordance with these instructions.

1.2The submission of any Bid connected with the “Instructions to Bidders” (ITB) shall constitute an agreement that the Bidder shall have no cause of action or claim against the Employer or its officers, employees, successors or assignees for rejection of its Bid.

1.3The bids will be received through e-procurement platform only as per the NIT published in the e-market place: “www. eprocurement gov.in.

2.PROJECT INFORMATION

2.1Information regarding the Project features, major Components and their location, approach to the Site, hydrological, geological and meteorological information etc. as available are provided in Volume II (Part-C) Project Profile of the Bid Documents.

3.QUALIFICATION AND ELIGIBILITY REQUIREMENTS

3.1The bids are limited to those firms, companies, Joint Ventures who meet the following technical and financial eligibility requirements and are hereinafter referred to as “Bidder”.

3.1.1Technical Requirements

Bidder should have executed on EPC/BOO/BOOT basis at least 1 (one) no. of pumping station involving engineering, procurement, construction, supply, erection, testing and commissioning of pumps and associated civil works for pump house, mechanical, electrical, instrumentation and control equipment which are working satisfactorily.

  1. Bidder should have supplied, erected, tested and commissioned large suitable pumps each of capacity 2.5 m3/ sec or more which are working satisfactorily.
  1. Bidder should have manufactured, supplied, erected, tested and successfully commissioned large diameter steel water supply pipeline (buried / surface) having internal diameter of 1.40 m or more for a length of 1 kms. or more with associated civil, mechanical, electrical and instrumentation works which are working satisfactorily.
  1. Bidder should have capacity for design office backup having experience on structural and hydraulic design for pumps, pump houses and pipe line including transient analysis or should have M.O.U. with firm having such experience.

3.1.2Financial Requirements

  1. The bidder should have annual turnover of not less than Rs. 687.00 Crores in any 1 (One) year over the last 5 (five) financial years (1999-2000,2000-2001,2001-2002,2002-2003 and 2003-2004) updated by giving 10% simple weightage per year to bring them to 2004-2005 price level.
  1. In case of joint venture each member of joint venture group should have turn over not less than Rs. 172.00 Crores in any 1 (One) year over the last 5 (five) financial years. (1999-2000,2000-2001,2001-2002,2002-2003 and 2003-2004) updated by giving 10% simple weightage per year to bring them to 2004-2005 price level.
  1. However, in all cases total turn over of joint venture group should not be less than Rs. 687.00 Crores in any 1 (One)year over the last 5 (five) financial years (1999-2000,2000-2001,2001-2002,2002-2003 and 2003-2004) updated by giving 10% simple weightage per year to bring them to 2004-2005 price level.
  2. The bidder should have satisfactorily completed (not less than 90% of contract value) similar works on E.P.C. basis or otherwise of value not less than Rs.172.00 Crores as prime contractor in the same name and style in any one year during the financial years (1999-2000,2000-2001,2001-2002,2002-2003 and 2003-2004) up dated by giving 10% simple weightage per year to bring them to 2004-2005 price level. Sub-Contractors/ G.P. holders experience shall not be taken into account.
  3. The bidder should be profit making after tax for the last 3 (Three) financial years. (2001-2002, 2002-2003 and 2003-2004)

3.2Bidders shall submit a declaration without any reservation whatsoever that the submitted Eligibility and Qualification details, Techno-Commercial bid and financial bid are without any deviations and are strictly in conformity with the documents issued by the Employer.

3.2.1Declaration should be given for the credentials submitted by the bidder.

3.2.2The Employer reserves the right to relax the conditions if required for eligibility of the bidders in the public interest. The bidder(s) shall not have any right to question the decision taken by the employer in this regard.

3.3The bidders shall submit a written power of attorney authorizing the signatory of the bid to commit for the bidder.

3.4Bid submitted by a joint venture of two or more registered firms and companies, as partners shall comply with the following requirements:

(i)a copy of the legally valid agreemententered into by the joint venture partners shall be submitted along with the bid.

(ii)Each joint venture partner should be experienced in the field in which he is proposed as specialist contributor for the said works.

(iii)The bid must describe the qualifications, experience and responsibilities of each member of the joint venture, and the commitments each member of the joint venture has made or intends to make to the Project in the development, construction and operation stages.

The joint venture agreement shall identify and indicate the financial stake on approximate percent basis and responsibility of each joint venture member(s) on the following:

  • Lead Partner
  • Design and Detailed Engineering
  • Civil Construction
  • Equipment Manufacture and Supply (Electrical /Mechanical/Hydro mechanical)
  • Equipment Erection, Testing and commissioning

(Electrical /Mechanical/Hydro mechanical)

  • SCADA Control System
  • Others, if any

(iv)The bidder must designate one person to represent the joint venture in its dealings with the Employer during bidding process. The person, will be authorised to perform all tasks, including but not limited to, providing information, responding to inquiries and entering into contractual commitments on behalf of the joint venture.

(v)Each member of the joint venture shall submit a signed letter with the document which shall state that :

  • The entire bid document has been reviewed,
  • Each key element of the document (including but not limited to, its technical and financial components, description of each member’s responsibilities and commitments to the Project, the designated persons(s) who will represent the joint venture in entering into contractual commitments on behalf of the joint venture) is agreed to.

(vi)Bidders should note that if they are awarded the work they will have to comply with the following requirements:

(a)the bid shall be signed and in case of a successful bid, the Form of Agreement shall be signed so as to be legally binding on all partners,

(b)authorization of the lead partner shall be evidenced by submitting power of attorney signed by legally authorized signatories of all the partners,

(c)the lead partner shall be authorized to incur liabilities and receive instructions for and on behalf of any/all partners of the joint venture and the entire execution of the contract including payment shall be done exclusively with the partner-in-charge;

(d)all partners of the joint venture shall be liable jointly and severally for the contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the form of agreement in case of a successful bid.

(vii)A member of a joint venture that has submitted a bid in response to this bid may not participate in the bid of another joint venture for the same Project. However, it is acceptable for equipment manufacturers to propose their equipment in multiple bids.

(viii)After the award of the Project, any change in the membership of joint venture or in the responsibilities or commitments of a joint venture member or equity contribution by joint venture members can be made only with the prior written approval of the Employer. The Employer reserves the right to reject such requests / proposals from any joint venture, if it adversely affects the joint venture strength.

3.5Detailed information as required in the prescribed format provided in Volume – I (Part B) should be submitted for each member of the joint venture. Full pertinent information that may affect the performance or the responsibilities of any joint venture members such as ongoing litigation, financial constraints / problems or any other distress must also be disclosed.

3.6The bidder shall mention the names of the subcontractors, if any, against the particular items of work for which subcontracting is proposed by the bidders. In such case, the bidder shall furnish the pertinent qualification of the subcontractors(s) including end users’ certificates. The subcontractors(s) proposed to be associated for respective category of work, must have experience of planning and construction of similar type of work at least in one project costing not less than 50% of the proposed value of work proposed to be sublet. Bidder shall furnish additional information that may be required by the Employer. The assessment of eligibility of subcontractors would be done only for successful bidder.

4.0SCOPE OF WORK

4.1Scope of work as envisaged include:

  • Design and Engineering of Civil, Hydro-mechanical, electro-mechanical and instrumentation works related to steel pipeline, pumping stations and related auxiliary works
  • Construction of pumping stations and appurtenant works
  • Fabrication, Supply, Inspection and Testing, Transportation, Storage, Erection and Commissioning of Hydro-mechanical equipment
  • Manufacture, Supply, Inspection and Testing, Transportation, Storage, Erection and Commissioning of Electro-mechanical equipment,
  • Fabrication, Supply, delivery, erection, testing and commissioning of steel water supply pipeline (buried /or surface) with associated civil, control equipment and transient protection devices, electrical and instrumentation works
  • Installation, Testing and commissioning of the project
  • Operation and Maintenance of the project for a period of 2 (Two) years after successful commissioning of the project.

The scope also includes packing, forwarding, loading, transportation, necessary clearance, transportation and delivery at site of all equipment, materials, etc. including storage.

Scope of work given here is only indicative and detailed scope has been described in the Volume II (Part – B) Special Conditions of Contract.

Bids not covering the entire scope may be treated as incomplete and hence may be rejected.

5.0TIME FOR COMPLETION

The TIME FOR COMPLETIONof the Project, including time required for creation of Construction Facilities and Infrastructure Works, necessary pre-construction survey and investigation etc. shall not exceed 24 (Twenty four) months from the Date of concluding Agreement / Order to Commence the work.(Clause 8.1 of General Conditions of Contract). Stipulated period of completion is the main essence of the contract and shall be strictly adhered to.

6.0SITE VISIT

6.1The bidder at his own cost is advised to visit and examine the Site of Works and its surroundings and obtain for himself on his own responsibility, all information that may be necessary for preparing the bid and entering into a Contract.

6.2The bidder and any of his personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such inspection but only upon the express condition that the bidder, his personnel or agent shall release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof and shall be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses however caused, which but for the exercise of such permission would not have arisen.

7.COST OF BID PREPARATION

All the costs and expenses incidental to preparation of the bids including pre-bid and pre-award discussions with the intending Bidders, technical and other documentation, site visits by the bidder etc. shall be to the account of the Bidders and Employer shall bear no liability whatsoever towards such costs and expenses.

8.BIDDING DOCUMENTS

The Bidding Documents shall comprise the following:

VOLUME-I

PART – A INSTRUCTIONS TO BIDDERS,

PART – B QUALIFYING AND ELIGIBILITY REQUIREMENT

PART – C TECHANICAL BID

VOLUME-II

CONDITIONS OF CONTRACT

PART – A GENERAL CONDITIONS OF CONTRACT,

PART – B SPECIAL CONDITIONS OF CONTRACT,

PART – CPROJECT PROFILE.

VOLUME-III

TECHNICAL SPECIFICATIONS

VOLUME-IV

FINANCIAL BID,

VOLUME-V

DRAWINGS

Addenda, if any, issued after Pre-Bid Meetings with the intending Bidders and any amendments issued by Employer prior to the deadline for submission of bids shall form part of Bid Documents.

The bidder shall be deemed to have carefully examined all the bid documents. and also to have satisfied himself as to the nature and character of the work to be executed and where necessary of the site conditions and other relevant matters/details. Any information thus had or otherwise obtained from Employer, Engineer-in-Charge or the Inspector shall not in any way relieve the contractor from his responsibility for executing the work in terms of the specification including all details and incidental work and supply of all accessories and apparatus which may not have been specifically mentioned in the specification or drawings, but otherwise necessary for ensuring completion of the project within the contract price only.

9.0CLARIFICATION OF BIDDING DOCUMENTS

The bidder requiring any clarification of the Bid documents may notify the Employer in writing, through fax at the Employer's address indicated in the Notice Inviting Tenders (NIT).

Any such enquiry, received by the Employer/Employer’s representative on or before the date mentioned in clause 17 of ITB shall be considered for a clarification. All explanations of the Bid Documents will be given exclusively in the form of an addendum issued after the pre-bid meeting which will be uploaded to the ‘e’ market place mentioned in the NIT. The clarification given by the Employer/Employer’s authorised representative shall be final and binding on the bidders.

The Employer shall not be responsible for errors or wrong interpretation of the Bid Documents by a Bidder resulting from a failure of such Bidder to request such clarification.

10.AMENDMENT OF BIDDING DOCUMENTS

(a)At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Bid Documents by the issuance of an Addendum.

(b)The Addendum will be uploaded on the ‘e’ market place mentioned in the NIT. Prospective bidders are requested to visit the above referred ‘e’ market place regularly till the deadline for submission of the bids for any addendum/amendments of the bid documents.

(c)In order to afford prospective bidders reasonable time sufficient to take an Addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids.

11. LANGUAGE OF BID

The bid and all correspondence and documents related to the bid exchanged by the Bidder and the Employer shall be written in English language. Failure to comply with this will disqualify a bid. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English language.

12.FINANCIAL BID

12.1The bidder shall quote his price in the prescribed formats given in Volume IV – Financial Bid in Indian Rupees.

12.2Bidders shall quote for the entire work on a firm lump sum price and on a single source responsibility basis. The total cost of the work shall be quoted along with break up cost for each section of the work as per the formats.

12.3The rates and prices quoted by the Bidder are not subject to adjustment during the performance of the Contract for taxes, duties and any other levies.

12.4Not withstanding anything that is stated, the price once accepted by the Employer shall be final and shall not be subject to any claim on any ground what so ever.

12.5E-procurement Corpus Fund to APTS :- An e-procurement Corpus Fund of Rs.25,000/- (Rupees Twenty Five thousand only) administered by APTS has to be paid by the successful bidder in the shape of Demand Draft in favour of A.P. Technological Services, Hyderabad at the time of concluding the agreement. The amount is not reimbursement.

13.PRICE BASIS, CURRENCIES AND PAYMENTS

13.1Bidders shall quote price in the proformas given in Vol. IV (Financial Bid). Bidders shall also give 'Price Break Up' of Hydro-Mechanical & Electro-Mechanical Equipment/Machinery to be installed. Bidders are required to indicate tonnage of Hydro-Mechanical Equipment like Stop-Logs, Gates, Hoists, Cranes etc. For Civil works, Bidders shall give "Bill of Quantities" based on their estimation of Scope of Civil Works. The same shall be finalised with the successful bidder, before award of the Contract for purpose of interim payments. While doing so contract price i.e., quoted lumpsum price of the Bid shall be kept firm.

13.2The Contractor is expected to quote rate for each item after careful analysis of cost involved for the performance of the complete item considering all specification and conditions of contract.In case it is noticed that the rates quoted by the Bidder for any item is unusually high or unusually low, it will be sufficient cause for the rejection of the bid or unless the Employer is convinced about the reasonableness of rates on scrutiny of the analysis for such rates to be furnished by the Bidder.