0% found this document useful (0 votes)
51 views8 pages

Invitation For Bids (Ifb)

The document provides details of an invitation for bids for supplying electric motor driven booster compressor packages. It outlines key dates for bid queries, submissions and openings. It also lists the bid qualification criteria including technical requirements, experience, annual turnover and eligibility of bidders from certain countries.

Uploaded by

Suaib VCS
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
51 views8 pages

Invitation For Bids (Ifb)

The document provides details of an invitation for bids for supplying electric motor driven booster compressor packages. It outlines key dates for bid queries, submissions and openings. It also lists the bid qualification criteria including technical requirements, experience, annual turnover and eligibility of bidders from certain countries.

Uploaded by

Suaib VCS
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 8

INVITATION FOR BIDS (IFB)

7.7 Bid Query Start Date & Time 01.06.2023 at 2000 HRS (IST)

7.8 Bid Query End Date & Time 07.06.2023 at 1500 HRS (IST)
Bid Submission due date and
7.9 time on GEM e-tendering 22.06.2023 till 1500 HRS. (IST)
website.
Online Opening of Techno-
7.10 22.06.2023 at 1530 HRS. (IST)
Commercial Unpriced Bid
Price bid opening date and
7.11 Shall be intimated later.
time

The complete Bidding Document is available on Government E-Market (Gem) Portal. Bidders can
view / download the tender document from the above website.
All amendments, time extension, clarifications etc. will be uploaded in the above websites only
and will not be published in Newspapers. Bidders should regularly visit the above website to keep
themselves updated.
8.0 BID QUALIFICATION CRITERIA (BQC)

8.1 Technical BQC:


8.1.1 The bidder must be a regular compressor manufacturer or packager and supplier of
compressor packages having the single point responsibility for manufacturing, supplying,
installing and commissioning of 400 SCMH or more SCMH Electric Motor Driven Booster
Compressor Packages handling hydrocarbon gases.
8.1.2 The bidder should have supplied installed & commissioned (either directly or through their
authorized packager or through sales & service dealers) at least 5 nos. Electric Motor Driven
Compressor Packages of 400 or more SCMH capacity Booster Compressor Packages & these
package should have completed continuous trouble-free operation for minimum 8000 HRS in
the last 10 years reckoned from tender closing date.
8.1.3 Bidder should have experience of having successfully carried out & completed similar work
with executed order value in the last 07 years ending on last day of the month previous to
the one in which tender is invited as following:

7.24 4.53 3.62


5.74 3.59 2.87

8.1.4 Similar Work Definition


In case of Manufacturer
INVITATION FOR BIDS (IFB)

The bidder should have Designed / Engineered, Manufactured, Tested, Supplied and
Commissioned electric motor driven, CNG/ CBG, variable suction / hydraulic Booster
compressor package of 400 SCMH capacity or more.

OR

In case of Packager

The bidder should have Packaged, Supplied and Commissioned electric motor driven, CNG/
CBG, variable suction / hydraulic Booster compressor package of 400 SCMH capacity or
more.
8.1.5 Additional criteria for Operation and maintenance services
Bidder should have provided satisfactory performance, operation & maintenance service
(either directly or through their authorized agencies) for at least 1 No. compressor of 400
SCMH capacity or more for a period of not less than 1 year.

8.2 If bidder is quoting for more than one schedule then bidder shall qualify cumulatively as
per qualification criteria for evaluation of quoted schedule.

8.3 Financial Criteria:

8.3.1 Average Annual Turnover:


Average Annual Financial Turnover during the last 3 years, ending 31st March 2022, should be as
below: -

Schedule GA Description Average Annual Turnover


(INR in Crores)
Dausa, Karauli, Sawai
1 Madhopur and Tonk 2.72
districts of Rajasthan GA
Banka (Bihar),
Dumka, Godda, Jamtara,
2 2.15
Pakur & Sahibganj districts
of Bihar /Jharkhand GA
Note: If bidder is quoting for more than One Schedule, Cumulative amount shall be
considered for evaluation.

If a Bidder does not have Audited Balance Sheets for three years, then Average Annual
Turnover will be calculated as per financials based on financial figures for available number of

provide applicable documents like Certificate of Incorporation and Certificate of


Commencement to justify that the Firm is less than 03 (Three) years old.
INVITATION FOR BIDS (IFB)

Notes to BQC:

a. The above qualification Criteria is inclusive of GST/ Service taxes as applicable.


b. In case the bidder is executing a Rate Contract of above nature which is still running and the
contract value executed till last day of the month previous to the one in which tender is invited
is equal to or more than the minimum prescribed value mentioned in the BQC, such
experience will also be taken into consideration provided that the bidder has submitted
satisfactory work execution certificate to this effect issued by the end user / owner / authorized
consultant.
c. A job executed by a bidder for its own plant/ projects cannot be considered as experience for
the purpose of meeting requirement of BQC of the tender. However, jobs executed for
Subsidiary / Fellow subsidiary/ Holding company/ sub contract work executed against orders
fulfilling above BQC criteria will be considered as experience for the purpose of meeting BQC
subject to submission of tax paid invoice(s) duly certified by statutory auditor of the bidder
and challan 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 in the bidding documents to meet BQC.
d. Bidder shall not be under liquidation, court receivership or similar proceeding. Undertaking
to this effect to be submitted by bidder.
Special Note to BQC: -

8.4 Eligibility of bidders from specified countries:


Orders issued by the Government of India restricting procurement from bidders of certain
countries which shares a land border with India [Rule 144(xi) of the General Financial Rules
(GFR) 2017] shall apply to this EOI.

1) Any bidder from a country which shares a land border with India (ref. https://mea.gov.in/india-
and-neighbours.htm), excluding countries as listed in the website of Ministry of External Affairs
(ref. http://meadashboard.gov.in/indicators/92), to which the Government of India has
extended lines of credit or in which the Government of India is engaged in development
projects hereinafter
the bidder is registered (ref. https://dipp.gov.in/sites/default/files/Revised-Application-Format-
for-Registration-of Bidders-15Oct2020.pdf) with the Registration Committee constituted by the
Department for Promotion of Industry and Internal Trade (DPIIT). The bidders shall enclose
certificate in this regard in the Bid Form.

2) "Bidder" (including the term 'Bidder', 'consultant' or 'service provider' in certain contexts)
means any person or firm or company, including any member of a joint venture (that is an
association of several persons, or firms or companies), every artificial juridical person not
falling in any of the descriptions of bidders stated hereinbefore, including any agency branch
or office controlled by such person, participating in a procurement process.

3) "Bidder from such Restricted Countries" for the purpose of this clause means:
INVITATION FOR BIDS (IFB)

(a) An entity incorporated, established, or registered in such a country; or

(b) A subsidiary of an entity incorporated, established, or registered in such a country;


or

(c) An entity substantially controlled through entities incorporated, established, or registered in


such a country; or

(d) An entity whose beneficial owner is situated in such a country; or

(e) A natural person who is a citizen of such a country.

4) The beneficial owner for the purpose of (3) above shall be as under:

(a) In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person,
has a controlling ownership interest or who exercises control through other means.

(b) Explanation-

(i) "Controlling ownership interest" means ownership of or entitlement to more than twenty-
five per cent of shares or capital or profits of the company.

(ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of
entitlement to more than fifteen percent of capital or profits of the partnership.

(iii) In case of an incorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has ownership of or entitlement to more than fifteen percent of the property or
capital or profits of such association or body of individuals;

(iv) Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official.

(v) In case of a trust, the identification of beneficial owner(s) shall include identification of
the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest
in the trust and any other natural person exercising ultimate effective control over the
trust through a chain of control or ownership.

(vi) An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.

8.5 Bidding Entity


8.5.1 Parties who are affiliates of one another can decide which Affiliate will make a bid. Only one
affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids directly
or indirectly. If 2 or more affiliates submit a bid, then any one or all of them are liable for
disqualification.
INVITATION FOR BIDS (IFB)

a) controls either directly or indirectly a Party, or


b) which is controlled directly or indirectly by a Party; or
c) is directly or indirectly controlled by a company, legal entity or partnership which directly

50% voting or other controlling interest that gives the power to direct, or cause the
direction of, the management and material business decisions of the controlled entity

8.5.2 Bids may be submitted by:


a) A single person/ entity (called sole bidder);
b) A newly formed incorporated joint venture (JV) which has not completed 3 financial years
from the date of commencement of business;
c) Subsidiaries / Affiliates of Indian / foreign companies
Fulfilment of Eligibility criteria and certain additional conditions in respect of each of the above
types of bidders are stated below, respectively:
a) The bidders (including an incorporated JV which has completed 3 financial years after date
of commencement of business) shall fulfil each eligibility criteria on individual / combined
basis.
b) In case the bidder is a newly formed and incorporated joint venture and which has not
completed three financial years from the date of commencement of business, then either the
said JV shall fulfil each eligibility criteria or any one constituent member/ promoter of such a
JV shall fulfil each eligibility criteria. If the bid is received with the proposal that one
constituent member/ promoter fulfils each eligibility criteria, then this member/promoter shall
be clearly identified, and he/it shall assume all obligations under the contract and provide
such comfort letter/guarantees as may be required by Owner. The guarantees shall cover
inter alia the commitment of the member/ promoter to complete the entire work in all respects
and in a timely fashion, being bound by all the obligations under the contract, an undertaking
to provide all necessary technical and financial support to the JV to ensure completion of the
contract when awarded, an undertaking not to withdraw from the JV till completion of the
work, etc.
Bidders have to submit the below mentioned documents in the name of newly formed and
incorporated joint venture for qualification: -
Certificate of Incorporation issued by Registrar of Company / Ministry of Corporate Affairs
Pan Card
GST Registration certificate
E-Bank Mandate Form
If bidder has not submitted the above-mentioned documents, then bid offer of such bidder
is not evaluated further and bid offer shall be liable for rejection.
c) Subsidiaries / Affiliates of Indian or foreign companies which are registered in India and
having manufacturing facilities or establishment towards providing services in India are
allowed to participate in this tender, subject to meeting the local content provisions as per
the PP-MII clause enclosed with this tender. Such entities can participate either on the basis
of their credentials (Technical & Financial) or on the basis of the credentials (Technical or
Financial) of their parent company, as per the BQC requirements applicable for this tender.
INVITATION FOR BIDS (IFB)

However, the Indian subsidiary must meet at least one of the BQC, either Technical or
Financial.
In case the parent company is from a country which shares a land border with India, then the
subsidiary company will be eligible to bid in this tender only if the parent company is
registered with the Competent Authority constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT).

8.6 Planning and designing in purview of Vulnerability Atlas of India


Vulnerability Atlas of India (VAI) is a comprehensive document which provides existing hazard
scenario for the entire country and presents the digitized State/UT - wise hazard, maps with
respect to earthquakes, winds and floods for district-wise identification of vulnerable areas. It
also includes additional digitized maps for thunderstorms, cyclones and landslides. The main
purpose of this Atlas is its use for disaster preparedness and mitigation at policy planning and
project formulation stage.

This Atlas is one of its kind single point source for the various stakeholders including policy
makers, administrators, municipal commissioners, urban managers, engineers, architects,
planners, public etc. to ascertain proneness of any city/location/site to multi-hazard which
includes earthquakes, winds, floods thunderstorms, cyclones and landslides. While project
formulation, approvals and implementation of various urban housing, buildings and
infrastructures schemes, this Atlas provides necessary information for risk analysis and hazard
assessment.

The Vulnerability Atlas of India has been prepared by Building Materials and Technology
Promotion Council under Ministry of Housing and Urban Affairs, Government of India and
available at their website www.bmtpc.org.

It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location while
planning and designing the project in terms of:

i. Seismic zone (II to V) for earthquakes,


ii. Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s)
iii. Area liable to floods and Probable max. surge height
iv.
v. Number of cyclonic storms / severe cyclonic storms and max sustained wind specific to
coastal region
vi. Landslides incidences with Annual rainfall normal
vii. District wise Probable Max. Precipitation.

8.7 Documents required to be submitted by the bidder to substantiate their qualification under Bidder
Qualification Criteria (BQC) shall be as follows:
INVITATION FOR BIDS (IFB)

8.7.1 Documents required to be submitted by bidder along with the bid for qualification of BQC

BQC Clause No. Description Documents required for qualification


BQC -Technical
ISO certificate, PESO approval & other documentary
evidencein support of requirement.
8.1.1 Certificate
Confirmation by the bidder on letter head that the bidder
shall be a regular manufacturer /packager and supplier
ofcompressor package handling hydrocarbon gas.
(a) Copies of Purchase Order (P.O.) / Work Order (WO).
(b) Inspection Release Note of relevant previous
8.1.2 Experience
supplies (having cross reference to P.O.) / Dispatch
documents.
(c) Certificate issued by end users with compressors
details

(a) Copies of Purchase Order (P.O.) / Work Order (WO)


8.1.4 Experience (b) Certificate from end user for successful operation of
O&M period of one year.
(a) Copies of Purchase Order (P.O.) / Work Order (WO)
with SOR mentioning the prices
8.1.5 Experience (b) Completion Certificate / Execution Certificate from
end user / Consultant having executed value and
reference of PO (i.e. PO No. & date)
Jobs executed for Tax paid invoice(s) duly certified by statutory auditor of
Note c) Subsidiary / Fellow the bidder and challan towards payments of statutory
subsidiary / tax in support of the job executed for Subsidiary / Fellow
Holding company subsidiary /Holding company.
(a) Copies of Purchase Order (P.O.) / Work Order (WO)
Note b) In case of rate (b) Inspection Release Note of relevant previous
contract supplies (having cross reference to P.O.) / Dispatch
documents.
(c) Certificate issued by end users with compressors
details.
BQC-Financial

Financial Bidder(s) shall submit copy of Audited Annual Financial


BQC Annual Turn-over Statement [Balance Sheet and Profit & Loss Account
Statement] of the last three (3) preceding Financial
8.3.1
Year(s).
General GST Documentary Evidence for GST registration
INVITATION FOR BIDS (IFB)

8.7.2 Authentication of document submitted in support of Bid Qualification Criteria (BQC)

Technical All documents in support of Technical Criteria of Bid Qualification Criteria (BQC) to
Criteria of be furnished by the bidders shall necessarily be duly certified / attested by
BQC Chartered Engineer and notary public with legible stamp.
Financial
Audited annual financial statements duly certified by Chartered Accountant and
Criteria of
attested by notary public with legible stamp.
BQC

Owner reserves the right to reject the bid without making any reference to the bidder.

Notes:
Failure to meet the above qualifying criteria(s) will render the bid to be summarily rejected.
Therefore, the bidder shall in his own interest furnish complete documentary evidence including
certificate(s) from the client of the work executed etc. to justify that the bidder meets the
qualifying criteria.
1. All documents furnished by the bidder in support of meeting the Technical and Financial
criteria of BQC shall be submitted in a separate section / booklet along with their unpriced
ualification

2. Submission of authentic documents is the prime responsibility of the Bidder. However,


Owner/Consultant reserves the right of getting the document cross verified, at their
discretion from the document issuing authority & other relevant authority (if required). In
case submitted documents are not found satisfactory as per above BQC requirement, it
will render the bid to be summarily rejected without any reference to bidder.
3. Owner reserves the right to complete the evaluation based on the details furnished
(without seeking any additional information) and / or in-house data, survey or otherwise.
4. All documents furnished by the bidder in support of meeting the Technical and Financial
criteria of BQC shall be duly certified as stated above otherwise shall be liable for
rejection
5. Documents required to be submitted by bidder for qualification of BQC as
mentioned above, shall be provided initially along with bid document. In case
bidder will not provide even a single document or any relevant reference regarding
documents required for qualification of BQC along with bid document, the bid
shall be liable for rejection. Further submission of such required documents after
bidding due date shall not be considered for further evaluation.

You might also like