Sunteți pe pagina 1din 19

SECTION I

MANAGING DIRECTOR, KITCO, COCHIN; ON BEHALF OF


SPICES BOARD FOR SETTING UP OF SPICES EXPORTERS
ENTREPRENEURSHIP FACILITY AT BANGALORE
EXPRESSION OF INTEREST
FOR THE PRE-QUALIFICATION OF SETTING UP OF SPICES EXPORTERS
ENTREPRENEURSHIP FACILITY AT BANGALORE
1.0

Spices Board is planning for the establishment of Spices Exporters Entrepreneurship


Facility at Bangalore and entrusted the Project Management to M/s KITCO Ltd,
Cochin.

2.0

On behalf of Spices Board, KITCO invites prequalification bid for the Spices Exporters
Entrepreneurship Facility at Bangalore. The works will be executed in a phased
manner and tender's will be issued only to the prequalified Contractors.

3.0

Name of Work

PAC (Approx)

Setting up of Spices Exporters Entrepreneurship


Facility at Bangalore

Rs.921 lakh

Contractors having experience of similar works and minimum financial and technical
capabilities as specified below, will be eligible to bid for the work. Interested bidders
may obtain further information from the Consultant M/s.KITCO Ltd, P.B.No.4407,
Femiths, Puthiya Road, NH Bypass, Vennala, Kochi-28.
Pre-Qualification Criteria
i.

The Contractor should have completed one similar work of value not less than
Rs.735 lakh in a single contract as Prime Contractor during the last seven years.
Or
The Contractor should have completed two similar works of value not less than
Rs.450 lakh each in a single contract as Prime Contractor during the last seven
years.

ii. The Contractor should have average annual turnover of Rs.921 lakh for last three
financial years (2010-11, 2011-12 & 2012-13).
iii. The Contractor should be a profit making firm for the last 3 financial years.
iv. The Contractor should have sufficient modern equipment and expertise in
construction of pre-cast concrete structures upto B+G+4
v. One completed work of any nature consisting not less than Rs.800 lakh with some
Central/State Government Department/Central or State Autonomous Body/ Central
or State Public Sector Undertakings.
4.0

Prequalification bid may be purchased during working hours from the office of KITCO
Ltd, P.B.No.4407, Femiths, Puthiya Road, NH Bypass, Vennala, Kochi-28, Ph: 0484
4129000 from 25.02.2014 to 17.03.2014 (10.00 am to 3.00 pm except on Saturdays.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc
1

Saturdays it will be upto 1.00pm) for a non refundable fee of Rs.5000/- + tax 5%, in the
form of cash or Demand Draft on any Nationalised or Scheduled Bank payable at
Ernakulam in favour of KITCO LTD. The prequalification bid may also be downloaded
from the following website www.kitco.in
5.0

Completed prequalification bid must be delivered to the office of the Managing


Director, KITCO Ltd, P.B.No.4407, Femiths, Puthiya Road, NH Bypass, Vennala,
Kochi-28 on or before 3.00pm on 17.03.2014. Late bids will be rejected. And the
opening of the bid will be on the same day at 3.30pm in the office of KITCO Ltd,
P.B.No.4407, Femiths, Puthiya Road, NH Bypass, Vennala, Kochi-28.

6.0

If the office of the Consultant happens to be closed on the date of receipt of bids as
specified, the bids will be received and opened on the next working day at the same
time and venue.

7.0

Tender document with Price Bid will be issued to the Contractors who are prequalified.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

SECTION II
INSTRUCTION TO BIDDERS (ITB)
A. GENERAL
1.0

INTRODUCTION
Spices Board is planning to establish a new Spices Exporters Entrepreneurship
Facility at Bangalore KITCO on behalf of Spices Board, Under the Ministry of
Commerce and Industry, Govt. of India, invites pre-qualification application from
reputed and eligible firms/contractors for the " Spices Exporters Entrepreneurship
Facility at Bangalore ".
SPICES EXPORTERS ENTREPRENEURSHIP FACILITY AT BANGALORE
The proposed site for the Spices Exporters Entrepreneurship Facility at Bangalore is
about 10km from Kengeri, Bangalore.
The total extent of land available for the development of lab and allied facilities is
about 15cents. The topography of the terrain is with an average level difference of 3
to 4m between the lowest and highest points. Minimum ground leveling is proposed for
the project site and the construction is according to the topography of the project site.
The nature of soil is mostly hard soil and hard rock. The campus is planned to be
developed with all necessary support infrastructures such as electrical room, rainwater
harvesting tanks, lawns, gardens etc.

2.0

SCOPE OF BID

2.1

Spices Board, Under the Ministry of Commerce and Industry, Govt. of India
(hereinafter referred to as Employer in these documents) acting through Managing
Director, KITCO invites prequalification bid for Setting up of Spices Exporters
Entrepreneurship Facility at Bangalore ( as defined in these documents and referred
to as the works).

2.2

The scope of work consists of Spices Exporters Entrepreneurship Facility at


Bangalore various components involving civil works , internal and external electrical
works, plumbing, SITC of Lifts, HVAC, DG set, UPS, networking, communication,
BMS, PA System, CCTV, Fire protection, Kitchen, etc. The detailed scope of work and
requirements will be provided in the tendering stage.

3.0

TIME PERIOD

3.1

The project will be executed in phased manner. Entire project shall be completed
before March 2015.

3.2

The successful bidder is expected to complete the works by the intended completion
date specified in the bid document which is approximately 10 months.

3.3

The planned date of start of the project will be 1st May 2014.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

4.0

ELIGIBLE BIDDERS

4.1

This invitation of bids is open to all bidders who meet the prequalification criteria.

4.2

All the bidders shall provide all the documents for prequalification and a statement
(Schedule J) that the bidder is not associated, directly or indirectly, for this project
with the Consultant or any other entity that has prepared the design, specifications
and other documents for the project. A firm that has been engaged by the employer
to provide consulting services for the preparation or supervision of the works, and any
of its affiliates, shall not be eligible to bid.

5.0

SIMILAR WORK MEANS:

5.1

Buildings such as Pre-cast cement concrete building structures having pre-cast


framed structure of height more than 10 meters including internal & external
services like Electrical, HVAC and Plumping works.

5.2

The Contractor should have sufficient experience in construction of the above said
similar works and document evidence for the same shall be submitted. The certificate
shall clearly indicate the components of the project, data of starting of work and
finish date of the work.

5.3

The project submitted for proving of the eligibility criteria should have been completed
within 15 months (From starting date of the project construction and finishing date of
project construction).

5.4

The work should be 100% completed during the said period of the project.

5.5

Projects with completion of more than 15 months will not be considered for
prequalification.

5.6

The attached forms shall be duly filled and signed by the Contractor. Document
submitted in any other format will not be considered for evaluation.

6.0

QUALIFICATION OF THE BIDDER

6.1

All bidders shall include the following information and documents with their bids.
(i)

Copies of original documents defining the constitution or legal status, place of


registration, principal place of business, written Power of Attorney to the signatory
of the bid to commit the bidder. (SCHEDULE A)

(ii)

Financial statement including total monitory value of construction work performed


for each of the last five years. (SCHEDULE B & C)

(iii)

Major items of construction equipment proposed to carryout the contract


(SCHEDULE-D)

(iv)

Report of the financial standing of the bidder such as Profit and Loss statement
and Auditors report for the past five years.

(v)

Evidence of adequacy of Working Capital for this contract (Access to lines of credit
and availability of other financial resources.)

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

(vi)

Authority to seek reference from Bankers.

(vii)

Credibility statement from a Scheduled Commercial Bank.

(viii)

Information regarding any litigation current or during the last five years in which the
bidder is involved, the parties concerned and dispute amounts.
(SCHEDULE -E)

(ix)

Proposal for sub-contracting components of the works amounting to more than


10% of the Contract Price (SCHEDULE -F)
In no case the Contractor will be permitted to sublet more than 50% of value of
work including those to specialised sub-contractors.

(x)

6.2

Qualification and experience of key site management and technical personnel


proposed for the contract.

(xi)

(SCHEDULE- G)
Proposed site organisation.

(xii)

(SCHEDULE - H)
A quality Assurance System; in the format indicated in SCHEDULE -I.

(xiii)

Affidavit in the format indicated in SCHEDULE -J

(xiv)

Any additional information as considered relevant by the bidder.

In order to assess the suitability and competence of the Bidders; information in


respect of the above aspects is required in the prescribed forms provided in the
SCHEDULES. Bids submitted in any other formats will not be considered. However,
any additional information may be provided for supplementary of the primary data
operated.
Bidders providing full and detailed information would be evaluated for responsiveness.
Incomplete and inadequate information may lead to the disqualification of the bidder. It
shall be the sole responsibility of the bidder to provide all the relevant information.
Bidders shall put the serial number of each page and indicate in the covering letter
regarding the total number of pages. The format of putting page numbers shall be
page/total number of pages.

7.0

ONE BID PER BIDDER


Each bidder shall submit only one bid for the work. A bidder who submits or
participates in more than one bid (other than as a subcontractor or in cases of
alternatives that have been permitted or requested) will cause all the bids with the
Bidders participation to be disqualified.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

8.0

COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of his
bid, and the Employer/consultant will in no case be responsible and liable for those
costs.

9.0

CLARIFICATION OF BIDDING DOCUMENTS


A prospective bidder requiring any clarification of the bidding documents may notify
the Employer/Consultant in writing or by cable (hereinafter cable includes telex and
facsimile) at the Consultants address indicated in the invitation to bid at least 2 days
prior to Pre-bid meeting. The Consultant/Employer will respond to such request for
clarification at the time of pre-bid meeting.

10.0

PRE-BID MEETING

10.1

The bidder or his official representative is invited to attend a pre-bid meeting which
will take place at the Office of Managing Director, KITCO Ltd, P.B.No.4407, Femith's,
Puthiya Road, NH Bypass, Vennala, Kochi-28 on 12.03.2014

10.2

The purpose of the meeting will be to co-ordinate and arrive at required


specifications, clarify issues and to answer questions on any matter that may have
been raised upto that stage.

10.3

Minutes of the meeting, including the text of the questions raised and the responses
given will be transmitted within 2 days after the date of Pre-bid meeting to all
purchasers of the bidding documents. Any modification of the bidding documents
which may become necessary as result of the pre-bid meeting shall be made by the
Employer/Consultant through the issue of an Addendum pursuant to Clause 7 below
or through the minutes of the Pre-bid meeting. The minutes of the Pre-bid meeting
and the Addendum shall be duly signed by the authorised signatory and enclosed
along with Pre-qualification Bid.

10.4

Non attendance at the pre-bid meeting will not be a cause for disqualification of a
bidder.

11.0

AMENDMENT OF BIDDING DOCUMENTS

11.1

The Employer/Consultant may modify the bidding documents by issuing addenda,


before the dead line for submission of bids

11.2

Any addendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by cable or fax to all the purchasers of the bidding
documents.

11.3

To give prospective bidders reasonable time to take an addendum into account in


preparing their bids, the Employer shall extend as necessary the deadline for
submission of bids.

12.0

LANGUAGE OF THE BID


All documents relating to the bid shall be in the English language.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

13.0

DEADLINE FOR SUBMISSION OF THE BIDS

13.1

Bids must be received by the Consultant at the office of Managing Director, KITCO
Ltd, P.B.No.4407, Femith's, Puthiya Road, NH By Pass, Vennala, Kochi-28 not later
than the time and date specified in Notice of Prequalification. In the event of the
specified date for the submission of bids being declared a holiday for the Consultant
for any reason, the bids will be received upto the appointed time on the next working
day.

13.2

The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 7.0 of ITB, in which case all rights and
obligations of the Employer and the bidders previously subject to the original
deadline will then be subject to the new deadline.

14.0

LATE BIDS

14.1

Bid received by the Consultant after the deadline prescribed in Clause 9.0 of ITB will
be returned unopened to the bidder.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

SCHEDULE A
STRUCTURE AND ORGANISATION
1.

Name of bidder

Head Office Address


Telephone No.
Fax No.
Email:
Regional Office Address
Telephone No.
Fax No.
Email:
Local Office Address in India (In case of Foreign Company)
Telephone No.
Fax No.
Email:
2.

3.

Main lines of Business


(a) Domestic

: 1. Since
2. Since

(b) International

: 1. Since
2. Since

Place and year of incorporation (attach copy of certificate of incorporation)

Note:
(1)
(2)
(3)
(4)

Bidder may be a proprietary firm, partnership, limited company or corporation


Particulars should be furnished separately for each partner/constituent
Attach the organisation chart showing the structure of the Organisation
Attach written power of Attorney to the signatory of the Bid

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

SCHEDULE B
FINANCIAL CAPABILITY
1.
2.

Name of Applicant
Summary of assets and liabilities on the basis of the audited financial statement of the
last 3 financial years including provisional figures for the year ended 31.03.2012.
Please attach published annual report and audited accounts of the bidder.
(Rs.Million)
Sl.

Year

Year

Year

No.

2010-11

2011-12

2012-13

i.

Authorised capital

ii.

Capital issued and paid up

iii.

Total assets

iv.

Current asset

v.

Cash, investments and


current receivables

vi.

Total liabilities

vii.

Current liabilities

viii.

Net Worth (iii)-(vi)

ix.

Working capital (iv)-(vii)

x.

Annual Turnover

xi.

Gross Profit

xii.

Net profit before tax

xiii.

Profit after tax

* attach audited balance sheets and Profit/Loss Statements in the years as above

3.

Current working capital arrangements:


(a) Own resources
(b) Cash, credit limit, etc. from the bankers

4.

Current annual cash requirements for the ongoing projects

5.
6.

Proposed arrangement of funds for the Project, in case awarded


(a) Own resources
(b) Cash, credit limit, etc. from the bankers
Details of investments having maturity less than 1 year as on 31.3.2013.

7.

Name and address of bankers

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

SCHEDULE C
EXPERIENCE
Name of the Contractor
1.

List of Similar works executed (with value in Indian Rupees) during the last five years as Prime Contractor.
Name of
Employer

Project Name

Location and
nature of work

Total
project
cost at
award

Value of contract
executed by the
applicant

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

Role (whether
single, as
associate or
as subcontracting
agency)
6

Date of
contract

Project start
date
(Construction)

Actual
completion
date
(Construction)

10

2. List of similar ongoing Civil works (with value in Indian Rupees) as Prime Contractor.
Name of
Employer

Project
Name

Location and
nature of
work

Total project
cost at
award

Value of
contract
executed by
the applicant

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

Role
(whether
single, as
associate or
as subcontracting
agency)
6

Percentage
completion

Date of
contract

Stipulated
date of
completion

11

SCHEDULE D
LIST OF PLANT AND EQUIPMENT REQUIRED FOR THE PROJECT
Sl.
No.

Description

1.

Concrete Batching Plant


(Capacity-30m3/Hr)

2.

Concrete Pumps of 350D or


equivalent

3.

Transmit Mixer (Capacity 6m3 )

4.

Vibratory Roller

5.

Static Roller

6.

Hot Mix Plant

7.

Paver Finisher

8.

Bitumen Finisher

9.

Generator (63 kVA)

10

Water Tankers

11.

Tippers

12.

Hydraulic Piling rig

13.

D.M.C Piling rig

14.

Quality Control Lab with


digital concrete testing
machine

15.

Facility for accelerated


curing (if any)

16.

Vibro hammer with power


pack of sufficient capacity
for driving for sheet piles

17

Crane 150T

18.

Crane 50T

Availa
ble
Nos.

Type of
Make/Mode and
capacity

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

Please specify
whether owned/leased
/proposed to be
acquired

12

19

2 Level driving template

20

Excavator

21.

Well-point Dewatering
Facility

22.

Compaction station

23.

Shuttering Pallet

24.

Handling Crane

25.

Roller Conveyor

26.

Concrete Transport System

27.

Concrete Distributor

28.

Stacker Crane

29.

Curling Chamber

30.

Heating Plant

31.

Pallet-turning equipment

32.

Vacuum turning equipment

33.

Surface Technology

34.

Pipe Drawing Equipment

35.

Lifting Equipment

36.

Lifting Cross-beams and


Transport Crane

37.

Control Systems

38.

Visualisation Computer

Note: The list of Plant & Equipment is included for information. The list shown above is only
indicative. Availability of machines/facilities over and above apart from the above shall
be listed.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

13

SCHEDULE E
LITIGATION HISTORY
(Each bidder should provide information on history of litigation or arbitration resulting from
contract executed in the last five years or currently under execution. Sheets should be
attached wherever necessary).
Sl.
No.

Name of the
Contractor

Name of
Client

Year of
start of
litigation

Disputed
amount
in Million
Rs.

Signature
Name
Designation
Name of bidder

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

Award
`for or
against
applicant
Rs.

Actual
Awarded
Amount
in Million
Rs.

:
:
:
:

14

SCHEDULE F
DETAILS OF PROPOSED SUB-CONTRACTORS/ SPECIALISED SUBCONTRACTORS
Section of
Works

Approx.
Value in
Indian
Rupees

Name (s)
Address(es) of SubContractor (s)

Description, Location,
Similar Works previously
executed by SubContractor*

* Attach certificates from Clients

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

15

SCHEDULE G
PROPOSED ORGANISATION FOR CONSTRUCTION OF PROJECT (RESOURCES
AVAILABLE/TO BE DEPLOYED)
KEY PERSONNEL
Sl.

Name

No.

Present
position

Qualification

Total
experien
ce

Relevant
Experien
ce

No. of
years
with the
firm

Following is the list of Employers assessment of minimum key site personnel requirement for
the project.
1. Project Manager(overall)

1 No.

2. Construction Managers
- 1Nos.
(Civil -1no, Electrical-1no
Mechanical-1no) at site

B.E Civil + 20 years of experience


(Minimum 5 years of experience in the relevant
field)
B.E + 10 years of experience
(Minimum 5 years of experience in the relevant
field)

3. Site Engineers

- 2 Nos.

BE Civil, Electrical or Mechanical + 5 years of


experience
(Minimum 3 years in the relevant
field)

4. Plant Engineer

- 2 No.

(at plant/factory)

BE Mech. + 5 years experience or


Diploma Mech + 10 yrs.
Experience (3 years on
Construction plant)

5. Quantity Surveyor/

-2 Nos.

Quality Control Engineer (site)

BE Civil + 5 years experience (or


Diploma civil + 10 years
Experience

6. Supervisors

- 2 Nos.

Diploma in Civil Engineering with


minimum 2 years experience

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

16

SCHEDULE H
PROPOSED SITE ORGANISATION
Name of the Bidder
H1 PRELIMINARY SITE ORGANISATION CHART
H2 NARRATIVE DESCRIPTION OF SITE ORGANISATION CHART
H3 DESCRIPTION OF RELATIONSHIP BETWEEN HEAD OFFICE AND SITE
MANAGEMENT *

* Indicate clearly what responsibility and authority have been delegated to site
management.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

17

SCHEDULE I
QUALITY ASSURANCE REQUIREMENTS
ELEMENTS OF QUALITY SYSTEMS (ISO :9001-1994)
The Bidder(s) are required to provide details of their Quality Assurance systems for
criteria stipulated below, preferably in the form of their Quality Manual to be enclosed
separately. In case the same is not finalised in total, the extent to which it is completed
and documented may be submitted.
Quality Policy, Company Mission & Vision Statement may be indicated.

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

18

SCHEDULE-J
AFFIDAVIT
(To be given on a non-judicial stamp paper)
1.
2.
3.
4.
5.

6.

I, the undersigned do hereby certify that all the statements made in the attachments
are true and correct.
The undersigned hereby authorises and requests any Bank, person, Firm or
Corporation to furnish pertinent information deemed necessary and requested by
KITCO Ltd.
The undersigned understands and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of KITCO Ltd.
The undersigned also hereby certifies that neither our firms/companies have
abandoned any work in India nor any contract awarded to us for such work has been
rescinded in the past five years.
The undersigned also hereby authorises KITCO and their authorised representative to
conduct any enquiries or investigation to verify the statements, documents and
information submitted in connection with this application, and to seek clarification from
our bankers and clients regarding any financial and technical capability. This will also
serve as authorisation to KITCO representative to contact in person or otherwise, any
individual or authorised representative of any institution referred to in the supporting
information and obtain such information as may be required by him to verify
statements and information provided in this application, or with regard to the
resources, experience and competence of the Applicant.
The undersigned understands that furnishing of false information could result in
disqualification.

(Signed by an Authorised Signatory of the bidder)

Name of bidder

--------------------------------------------------Title of Officer
--------------------------------------------------Date

Encl: Requisite power of attorney

(CONTRACTOR)
C:\Documents and Settings\USER\Desktop\Pre-Qualification QEL at Bangalore.doc\dmr

19

S-ar putea să vă placă și