1. Home
  2. Tenders
  3. DSITC OF 7.50 MWp (approx.) GRID CONNECTED SOLAR PV POWER SYSTEM
DSITC OF 7.50 MWp (approx.) GRID CONNECTED SOLAR PV POWER SYSTEM

DSITC OF 7.50 MWp (approx.) GRID CONNECTED SOLAR PV POWER SYSTEM

90
0

DSITC OF 7.50 MWp (approx.) GRID CONNECTED SOLAR PV POWER SYSTEM

CIAL INFRASTRUCTURES LTD.

(Subsidiary of Cochin International Airport Ltd.)

 

NOTICE INVITING TENDER

Tender No: CIL/SPV/Phase-III/2017-18/01

 

NAME OF WORK:     “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (DSITC) OF 7.50 MWp (approx.) GRID CONNECTED SOLAR PV POWER SYSTEM”

 

CIAL Infrastructures Ltd., (hereinafter referred to as ‘Employer’), a wholly owned subsidiary of Cochin International Airport Ltd., proposes to install 7.50 MWp(approximately) capacity grid connected Solar PV power system within the Airport premises at five different locations, and invites sealed item rate tenders under Two-bid system (Pre-qualification Bid and Price Bid) from eligible bidders for “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 7.50 MWp GRID CONNECTED SOLAR PV POWER SYSTEM

 

SCOPE OF WORK:

 

This is an item rate tender and the work is divided into five parts, as given below;

 
Part A –            DSITC of 5.30 MWp (approx.) grid connected GROUND MOUNTED SOLAR PV POWER SYSTEM adjacent to the Duty-free Godown building, outside the operational area.
Part B –            DSITC of 1.00 MWp (approx.) grid connected GROUND MOUNTED SOLAR PV POWER SYSTEM adjacent to the entry to T3, outside the operational area.
Part C –            DSITC of 0.70MWp (approx.) grid connected GROUND MOUNTED SOLAR PV POWER SYSTEM at the periphery of the existing 14.4 MWp solar plant, outside the operational area.
Part D –            DSITC of 0.40 MWp (approx.) grid connected SOLAR PV POWER SYSTEM over the existing 6m wide storm water drainage at the western boundary of the airport adjacent to the railway track.
Part E –            DSITC of 0.10 MWp (approx.) grid connected ROOF TOP SOLAR PV POWER SYSTEM above the flat roof (RCC) buildings located near the new domestic terminal premises outside the operational area.
The bidder has to quote for Part A, Part B, Part C, Part D and Part E together, failing which his tender is liable to be rejected. The scope of work broadly includes, but not restricted to Planning, Engineering, Design, Manufacture, Supply, Erection, Testing and Commissioning of the Solar PV system at all the five locations and OMC for five years.
PROBABLE AMOUNT OF CONTRACT (PAC):

 

PAC for this work is Rs. 33 Crores (approximately).

 

COMPLETION PERIOD:

 

The period of completion shall be Five (05) Months

 

ELIGIBILITY CRITERIA:

 

Bidders fulfilling the following requirements shall be eligible for pre-qualification:

 

1.      The bidder should have completed a single project of minimum 5MWpcapacity solar PV installation with grid connectivity in the last four years. The completion certificate produced by the bidder as evidence of the same SHALL BE IN THE NAME OF THE BIDDER ONLY and any other completion certificates issued in favour of any HOLDING, SUBSIDIARY, ASSOCIATE, RELATED COMPANIES of the bidder shall not be accepted as proof of evidence in this regard.

2.        The minimum annual turnover of the bidder shall be more than Rs.200 Croresduring any of the last three financial years. The copy of the audited Balance Sheet and Statement of Profit & Loss of the last three financial years of the bidder shall be submitted as proof of the same. The audited financials produced by the bidder as evidence of the same shall be IN THE NAME OF THE BIDDER ONLY and any financials belonging to any HOLDING, SUBSIDIARY, ASSOCIATE, RELATED COMPANIES of the bidder shall not be accepted as proof of evidence in this regard.

 

3.      The bidder should have a valid PF as well as ESI registration. Relevant registration documents shall be submitted as proof of the same. The bidder who is currently eligible for any exemption from the PF Authorities, the exemption/relaxation order issued by the concerned Regional PF Commissioner shall be submitted. If the bidder maintains any insurance coverage for the employees instead of ESI, they shall also produce the relevant copy of insurance certificate as proof of evidence. The certificates produced by the bidder as evidence of the same shall be IN THE NAME OF THE BIDDER ONLY and any other certificates issued in favour of any HOLDING, SUBSIDIARY, ASSOCIATE, RELATED COMPANIES of the bidder shall not be accepted as proof of evidence in this regard.

 

4.      Please note that if any of the documents referred above are not in the name of the bidder, the pre-qualification bid submitted by the bidder will be considered as NON-RESPONSIVE and the Price bid document submitted by the bidder in Cover-2 shall not be opened for further evaluation and will be returned to the bidder.

 

Note:  Joint Venture companies/Consortiums shall not be eligible to bid for this work.

COST OF THE TENDER DOCUMENTS:

The cost of Bid document (Book No-1 & 2) to be issued to the bidders is Rs. 15,750/- (Cost of bid document- Rs.15,000/- + GST @ 5%-Rs.750/-). Those who wish to collect the documents by post shall remit Rs.16,250/- (Cost of bid document inclusive of GST i.e. Rs.15,750/- + Postage charges-Rs.500/-). The cost of bid documents, as applicable, shall be remitted as Cash/E-transfer / DD drawn in favour of CIAL Infrastructures Ltd., payable at Ernakulam.

EARNEST MONEY DEPOSIT (BID SECURITY):

Bids shall be submitted by eligible bidders along with an EMD of Rs.35,00,000/- (Rupees Thirty five Lakhs Only). Out of Rs.35,00,000/-, Rs. Ten Lakhs shall be in the form of a Demand Draft drawn in favour of CIAL Infrastructures Ltd., payable at Ernakulam, and the balance Rs.25,00,000/- (Rupees Twenty Five Lakhs only) as Bank Guarantee from any Nationalised/Scheduled Bank as per the format provided in the bid document. Validity of Bank Guarantee shall be a minimum of 120 days.

DATES FOR SALE OF TENDER DOCUMENTS:

Applications for issue of tender documents along with the prescribed cost of bid document shall be submitted by bidders at the office of CIAL Infrastructures Ltd., not later than 21st November 2017. The bid documents will be sold on payment as prescribed above, from 8th November 2017 to 21st November 2017 during working hours from the Administrative Office of CIAL Infrastructures Ltd. , Kolaara Estate, Near Oberon Mall, NH Bypass, Edapally, Kochi – 682 024.

 

PRE-BID MEETING AND SITE VISIT:

A Pre-bid meeting and site visit is scheduled on 22nd November 2017 at 11.00 AMfor providing clarifications on the queries of bidders.

 

SUBMISSION OF BIDS:

The tender shall be submitted under TWO-BID SYSTEM (Pre-qualification Bid and Price Bid). Bid documents are to be submitted in two envelopes viz: Envelope No.1 (Pre-qualification Bid) and Envelope No.2 (Price Bid). The details of documents to be submitted with each envelope are given below;

 

 

A.   ENVELOPE NO.1 (PRE-QUALIFICATION BID):

 

Envelope No.1, which shall be super-scribed as “Pre-qualification Bid”, shall contain the

following documents;

a.    Book No:1 – Pre-qualification Bid duly filled and signed by the Authorised signatory on all pages

b.    Earnest Money Deposit as specified above.

c.     Unconditional Acceptance Letter (Refer : Tendering Procedures, Section-2: Tender Forms)

d.    Duly signed minutes of the pre-bid meeting.

e.    List of similar works completed in the past, including the completion certificate for a single project of minimum 5MWp capacity solar PV installation with grid connectivity in the last four years. The completion certificate from the client shall be submitted as proof for the same.

f.      Evidence for having a turnover of Rs. 200 Crores during any one of the last three years. The bidder shall submit IT acknowledgement slip received on e-filing of the returns by the bidders for the last three financial years, and audited financial statements duly signed by the Chartered Accountant shall be enclosed, clearly indicating the turnover and all other relevant details.

g.    Copies of PF and ESI Registration Certificates.

h.    Organization chart and list of Engineers and other personnel to be deployed for this work, present work load and status of execution.

i.      Copy of the partnership deed if the bidder is a partnership firm and attested copy of registration certificate in case of company and sole proprietorship declaration in the case of sole proprietorship firm.

j.      Authority letter in original or attested by notary not more than one year old of the bidder in favour of the person who has signed the tender documents with telephone number and complete postal address.

k.    Litigation history.

B.   ENVELOPE NO. 2 (PRICE BID):

Envelope No.2 shall contain the following documents which shall be super scribed as “Envelop No. 2 – Price Bid”.

a.    Book No: 2 – Price Bid duly filled and signed by the Authorized Signatory on all pages.

Both these envelopes (Envelope No.1 and 2) shall be enclosed in a bigger envelope super-scribed as “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 7.5 MWp GRID CONNECTED SOLAR PV POWER SYSTEM” and submitted at the REGISTERED OFFICE of CIAL Infrastructures Ltd. at 1st Floor, Cochin International Airport Buildings, Kochi Airport P.O., Nedumbassery, Ernakulam – 683 111 on or before 15.00 hours on 6th December 2017.

 

OPENING OF BIDS:

Envelope No. 1 containing the Book No.1 (Pre-qualification Bid), Unconditional Acceptance Letter and other pre-qualification documents shall be opened first at 15.30 hours on 6th December 2017.

Envelope No. 2 containing the Book No. 2 (Price bid) of only those pre-qualified bidders shall be opened on a subsequent date after duly intimating the eligible bidders in advance. Envelope No. 2 of those bidders who do not qualify as per the prescribed eligibility criteria shall be returned unopened. The Bidders are therefore advised to strictly go through all the tender conditions and enclose all the required documents to prove their eligibility for pre-qualification as per the prescribed criteria in Envelope No.1, failing which their bid is liable to be rejected.

Any bids received after the stipulated date and time shall be liable for rejection. CIAL Infrastructures Ltd., also reserve all rights to reject any or all the bids received, without assigning any reason whatsoever.

Sd/-

Chairman & Managing Director

CIAL Infrastructures Ltd.,

Cochin International Airport Building, Kochi. Airport P.O.,

Nedumbassery, Ernakulam,

Kerala  – 683 111, India

Phone: +91- 484- 4024031/4024032/2610115/94963 37043

E-Mail: satheeshpai@cial.aero / safeer@cialinfra.in

 

Anand Gupta Editor - EQ Int'l Media Network

LEAVE YOUR COMMENT

Your email address will not be published. Required fields are marked *