Sei sulla pagina 1di 18

MANGALORE SPECIAL ECONOMIC ZONE LIMITED (MSEZL) INVITATION FOR PREQUALIFICATION OF EPC CONTRACTOR (DOMESTIC COMPETITIVE BIDDING) INDIA

FOR SETTING-UP 220/33KV MAIN RECEIVING SUB-STATION INCLUDING RE-ALIGNMENT OF EXISTING 220 KV DOUBLE CIRCUIT LINE MANGALORE SPECIAL ECONOMIC ZONE LIMITED at Mangalore (Karnataka) 575006, Ph.+91-0824-2452/748/750/760, Fax: 91-0824-2452749 Consultant : Voyants Solutions Pvt. Ltd., C-011B, Super Mart-I, DLF Ph-IV, Gurgaon (Haryana), Ph: 0124-4018652-53, Fax: 4019051 1 SECTION - I NOTICE INVITING TENDER (NIT) 2 MANGALORE SPECIAL ECONOMIC ZONE LIMITED (MSEZ) (A Joint Venture of ONGC, KIADB, KCCI and IL&FS) NOTICE INVITING TENDER NO. MSEZL/ELECT/MRSS/04 Invitation for Pre-Qualification of EPC Contractor (Domestic competitive Bidding, India ) FOR SETTING UP OF 220/33 KV MRSS AND REROUTING 220KV D/C LINE S. NO. NIT NO. Particulars Date of Opening 1. MSEZL/ELECT/MRSS/04 Pre-Qualification for E.P.C. Contract for SETTING-UP 220/33KV MAIN RECEIVING SUBSTATION INCLUDING RE-ALIGNMENT OF EXISTING 220 KV DOUBLE CIRCUIT LINE in the MSEZ at Mangalore, KARNATAKA State [INDIA] 30.12.2008 The Pre-qualification document can be downloaded from MSEZs website www.mangalore sez.com w.e.f. 15-12-2008. MSEZ reserves the right to accept or reject any or al l the Pre-Qualification documents received in part or full without assigning any reason whatsoever. For the addendum/corrigendum etc. please see our website. Executive Director & COO MSEZ Ltd. Mangalore Urban, Development Authority, 3rd Floor, MUDA Building, Uraw Stores, Ashok Nagar PO, Mangalore, Karnataka 575006 MANGALORE SPECIAL ECONOMIC ZONE LIMITED at Mangalore (Karnataka) 575006, Ph.+91-0824-2452/748/750/760, Fax: 91-0824-2452749 Consultant : Voyants Solutions Pvt. Ltd., C-011B, Super Mart-I, DLF Ph-IV, Gurgaon (Haryana), Ph: 0124-4018652-53, Fax: 4019051 3 MANGLORE SPECIAL ECONOMIC ZONE LIMITED (MSEZ) NOTICE INVITING TENDER (NIT) NIT- NO. MSEZ/ELECT/001/ 2008 INVITATION FOR PRE QUALIFICATION OF EPC CONTRACT (DOMESTIC COMPETITIVE BIDDING, INDIA) FOR EPC TURNKEY PACKAGE FOR SETTING-UP 220/33KV MAIN RECEIVING SUB-STATION INCLUDING RE-ALIGNMENT OF EXISTING 220 DOUBLE CIRCUIT LINE ; in the MSEZ at Mangalore, KA RNATKA State [INDIA]

1.0 MANGLORE SPECIAL ECONOMIC ZONE LIMITED AT MANGALORE, so called OWNER, being jointly promoted [mainly for Petrochemical downstream Units] by ONGC, Karnatka I ndustrial Area Development Board (KIADB), Kanara Chamber of Commerce & Industrie s (KCCI) and Infrastructure leasing and Financial Services Ltd. (IL&FS) to devel op across 3710 acres approximately. MSEZ is Located/ planned adjacent to the exi sting MRPL refinery complex on North & Eastern sides and to connect NMPT with a dedicated corridor. MSEZ is now taking up works for providing all Infra Services in the Area. 1.1 This invitation of tender intends to pre-qualify suitable Contractor and\or firms\ Consortiums/JV for the Study, detailed engineering, designing including v etting from KPTCL or any other approving authority, procurement and construction (EPC) package for following scope of works regarding setting up 220/33 KV for m aximum load of 200 MVA (Approx.) Main Receiving Sub-Station with Re-alignment of existing double circuit 220KV line as Li-Lo arrangement, including all civil wo rks. 2.0 The detailed scope of work is described in the Pre-qualification Documents. 4 3.0 QUALIFICATION REQUIRMENT OF APPLICANTS (QR): All prospective Applicants who fulfill, to the satisfaction of owner, the Qualif ying Requirements stipulated in Instructions for applicants in section-II of Pre -Qualification Documents, which, interalia, include the following: 3.1 Applicant must be financially sound and shall submit audited financial repor ts for the last 3 (three) years including and up to for year ending 31st March, 2008. 3.2 Applicant should be EHT license Holder from Statutory Authorities and has ad equate manpower and infrastructure for designing and errection of EHT works of s ub-stns. Including transmission lines with capacity and know-how / management fo r quality control procedures and its adoption. 3.3 (a) Applicant be a manufacturing firm of 220 kV or above class of transformers a nd/or circuit breakers who must have designed, manufactured, type tested and sup plied these equipments, which must be in satisfactory operation for at least 2(t wo) years as on the P.Q Tender opening and has been responsible for setting up o f sub-stn including switchyard with two incomer bays of 132 kV or above and whic h must be in satisfactory operation for at least 2( two) years as on the date of Pre-Qualification Tender opening. (b) In addition must have taken up at least 02 (two) turnkey works of errection of 220 kV transmission lines for minimum 05 (five) Kms. length in each of the wo rk. The line must be running in satisfactory condition for at least 01 (0ne) yea r as on the date of Pre-Qualification Tender opening OR (c) The Applicant must be a sub-station including switchyard erecting contractor , who must have successfully executed at least one sub-stn. Including switchyard of 220 kV or above OR at least two 132 kV sub-stns.including switchyard with tw o incomer bays, which must be in satisfactory operation for at least 2 (two) yea rs as on the date of P.Q. Tender opening, provided the transformer and breakers being offered only from firms, who have designed, manufactured, type- tested and 5 supplied transformer and circuit breakers of 220 kV or above class ,which must be in satisfactory operation for at least 2 (two) years as on the date of opening on the date of Pre-Qualification Tender opening. (d) In addition must have taken up at least 2 (two) turnkey works of errection o f 220 kV transmission lines for minimum 05 (five) Kms. length in each of the wor k. The line must be running in satisfactory condition for at least 01 (0ne) year as on the date of P. Q. Tender opening 4.0 The Pre-qualification documents are to be downloaded from MSEZs website www.m angaloresez.com. The same will be available w.e.f. 15-12-2008. For any addendum / Corrigendum etc, the Applicants are to visit website regularly till the date o f submission. 5) The Applicant/Consortium, who downloads the prequalification document from we

bsite, may inform the undersigned at least 07(SEVEN) days in advance of last dat e for submission of application. 6) Pre-Qualification documents must be delivered to MSEZ at the address mentione d below, on all working days during and between 11.00 hrs to 16.00 hrs,but not l ater than on and upto 11.00 hrs.on 30th.Dec;2008. All the Pre-qualification Tend ers, so received will be opened at 15.00 hrs.on 30th.Dec; 2008 itself; at the sa me address in the presence of Applicants and or his authorized representative wh o choose to be present. 7) All the correspondence / communication with regard to the above shall be made at the following address: 8) Late applications are liable to be rejected. 9) The Applications as well as all correspondence and documents relating to the pre-qualification to be exchanged by the Applicant with the MSEZ shall be furnis hed in English. 10) The PQ requirements and other terms and conditions etc. in detail shall be g iven in the Pre-qualification document. 11) Any corrigendum/modification to NIT for pre-qualification notice as well as PQ documents shall be available on website only and the Applicants are advised t o visit the website regularly before deadline for submission of Application for pre-qualification. 6 For & on behalf of MSEZ Ltd. Executive Director and COO Mangalore Urban Development Authority, 3rd Floor, MUDA Building, Urwa Stores, Ashok Nagar PO, Mangalore (Karnatka) 575006, India Telephone No. Ph.+91-0824-2452/748/750/760 Fax: +91-0824-2452749 7 SECTION-II Instructions For Applicants (I.F.A.) 8 INSTRUCTIONS FOR APPLICANTS 1 General MANGLORE SPECIAL ECONOMIC ZONE LIMITED AT MANGALORE, being jointly promoted [mai nly for Petrochemical downstream Units] by ONGC, Karnataka Industrial Area Devel opment Board (KIADB), Kanara Chamber of Commerce & Industries (KCCI) and Infrast ructure leasing and Financial Services Ltd. (IL&FS) to develop across 3710 acres approximately. MSEZ is Located/ planned adjacent to the existing MRPL refinery complex on North & Eastern sides and to connect NMPT with a dedicated corridor. Its registered office is at Mangalore Urban Development Authority, 3rd Floor, MU DA Building, Urwa Stores, Ashok Nagar PO, Mangalore (Karnatka) 575006, India her einafter referred to as the Owner, intends to implement Setting up 220/33 KV Sub st ation with Re-alignment of existing 220KV Double circuit line. 1.1 The applications for pre-qualification are being invited through Domestic Co mpetitive Bidding (DCB) for Engineering, Procurement and Construction (EPC) pack age for the project. 1.2 The owner intends to pre-qualify suitable Applicants who may be a single ent ity or a group of entities (the JV/Consortium) coming together to implement the Work under the scope of work broadly explained below. The term the Applicant used herein would apply to both a single entity and a JV/Consortium. 1.3 Based upon feasibility level studies (FSR), the project envisages (but not l imited to) for Setting up 220/33 KV Sub station called as main receiving sub-stn. with Re-alignment of existing 220KV double circuit line. 1.4 This invitation of tender intends to pre-qualify suitable Contractor and \ o r firms \ JV \ Consortiums for the Study, detailed engineering, designing includ ing vetting from KPTCL or any other statutory approving authority as per owner r equirement , procurement and construction (EPC) package for following scope of w

ork, regarding setting up 220/33 KV of maximum demand 200MVA (Approx.) Main Rece iving Sub-Station with Re-alignment of existing double circuit 220KV line as LiLo arrangement, including all civil works for the project. 9 2.0 The Brief Scope of work : 2.1 The Scope of work shall include, but not limited to, the complete engineerin g and design, approving from KPTCL and or any other statutory authority as per o wner requirement , manufacture, supply, inspection and testing , packing for tra nsport, shipment, insurance including transit and project upto handover, deliver y to site, unloading, storage at site, handling, erecting, installing, testing a nd putting into efficient and trouble free Commercial operation of the equipment and materials within the contract boundary and to handover the system to owner or his authorized authority\ representative\ agency for operation and maintenanc e, for setting up of 220/33 KV of maximum demand 200 MVA (Approx.) Main Receivin g Sub-Station; including all civil works. 2.2 Realignment of existing double circuit 220KV line as Li-Lo arrangement for M RSS; including all civil works. The rerouting / realigned approved drawing from statutory authority will be provided by Owner. 2.3 The Civil works including Structure design also is the part of Contract in f ollowing respect but not limited there of: A. Leveling the Complete Area, earmarked for Main receiving Sub-station (MRSS) B. Boundary wall cum fencing along the MRSS property line. C. Construction of Control Room including site offices and stores buildings as r equired during operation and maintenance of system. D. Foundation of Power transformer, along with jacking pads etc. E. Foundation for substation structures & equipments. F. Foundation for lighting poles, Bay marshalling box, panels, control cubicles of equipments (wherever required). G. Cable trenches along with covers and sump pits. H. Cable trench crossings with roads, culverts, drains etc. I. Roads inside substation. J. Fencing for Switchyard along with gate. K. Stone spreading and antiweed treatment of switchyard area. L. Foundation of MRSS Auxiliary Transformer and Generator Set. 10 M. Drainage system of substation. N. Final land dressing. O. Water supply & Sewerage system with connection from nearest source / out-let as required. All materials including cement and steel required for the civil and Electrical w ork is in the scope of the contractual / executing agency. 2.4 General information on the location, transportation and communication facili ties, access to site, project layout, geology, etc. is given in the Section-IV In formation for Applicants. 2.5. Pre-qualification is open to Firms/Companies /Consortium./JV among companie s of related complete /part their of technical profile, individually. 2.6. All costs incurred by the Applicants in connection with, or costs arising o ut of the preparation of Application shall be borne by the Applicant himself and the Owner, in no case, shall be responsible or liable for any such costs. 3.0 Preparation/Submission of Applications 3.1 The PQ Application shall be typed or written in indelible ink and shall be s igned by the applicant or a person or persons duly authorized to bind the applic ant to this pre-qualification. The authorization in the shape of written Power o f Attorney duly attested by Notary Public shall accompany the application as und er: i) A Power of Attorney duly notarized by a Notary Public, indicating that the pers on(s) signing the application has/have the authority to sign the application and other documents/forms and that the application to pre-qualification is binding upon the applicant. ii) In case of joint venture/consortium:

a) It shall be signed by the authorized representative of all the JV partners/ C onsortium Partners and the Power of Attorney by each partner of JV/ Consortium i n favour of their respective signatory shall be submitted. Or b) It shall be signed by a person (who can be the representative of the lead par tner) duly authorized by all the JV/Consortium Partners, having proper Power of Attorney executed by all the partners. 11 iii) In case of limited company, it shall be signed by a duly authorized person holding Power of Attorney for signing the application. A certified copy of the P ower of Attorney shall accompany the application in such cases. iv) In all above cases, the authority of person(s) issuing the Power of Attorney and Power of Attorneys as desired above shall be submitted duly notarized by a Notary Public indicating Name, Serial No. and other particulars of the document so entered in the records of the Notary duly endorsed the same on the document N otarized by the Notary Public. v) In all above cases, a copy of the Memorandum and Articles of Association of t he company (ies), requisite Board resolution indicating authority to issue Power of Attorneys etc shall be submitted alongwith the application. 3.2 All pages of the application / documents / forms shall be duly stamped and i nitialed by the person or person(s) signing the application. 3.3 Any interlineations, erasers or over writings shall only be valid if they ar e initialed by the signatory (ies) to the Application. 3.4 The application prepared by the Applicant and all correspondence and documen ts related to the application submitted by the Applicants/exchanged between the Applicant and the Owner shall be written in English language. Any supporting doc uments and printed literature furnished by the Applicant may be in any other lan guage provided that they are accompanied by translations in English language dul y certified by the concerned Embassy/ High Commission/ Consulate in India of the country of origin of such document/ literature. The document/ literature which are not translated/ duly certified as above shall not be considered for evaluati on. For the purpose of interpretation and evaluation of the application, transla tion certified by Embassy/High Commission/ Consulate shall prevail. 3.5 Sealing and Marking of Application 3.5.1 The Applicant shall submit the Pre-qualification documents duly completed in sealed cover. 3.5.2 The Inner and Outer Envelope shall: a) Be addressed to the owner at the address given below : Executive Director & COO Mangalore Urban Development Authority, 3rd Floor, MUDA Building, Urwa Stores, Ashok Nagar PO, Mangalore (Karnataka) 575006, India 12 Telephone No. Ph.+91-0824-2452748-50-60 Fax: +91-0824-2452749 and b) Bear the statements, NIT No., Application to Pre-qualify for EPC tender for Set ting up 220/33 KV Sub station with Re-alignment of existing 220kV Double circuit line in MSEZ at Mangalore (Karnataka).;date prescribed for opening and the name and address of the Applicant. 3.6 Deadline for submission of application 3.6.1 Application must be received by the owner at the address specified at 3.5. 2 above not later than 11.00 Hrs. (IST) on -30th.Dec; 2008 and will be opened on the same day at 15.00 Hrs. (IST) in the presence of Applicants representative wh o choose to attend the opening. 3.6.2 The owner may, at its discretion, extend the deadline for submission/ open ing of application through corrigendum/ addenda in accordance with Invitation for pre-qualification of EPC contract Section-I, of the document in which case all r equests and obligations of the owner and Applicant(s) shall thereafter be subjec

t to the deadline as extended. No separate intimation regarding submission/ open ing of application shall be given. 3.6.3 Any application received by the owner after the application submission dea dline prescribed by the owner, shall be rejected and returned unopened to the Ap plicant through post, but the owner shall however, not be responsible for loss o f the document so sent during postal transit. 3.7 Failure to provide information which is essential to evaluate the Applicants credentials, or failure to provide timely clarification or substantiation of the information supplied may result in rejection of the Application. 3.8 Company/ Consortium/JV / member of a Consortium or JV shall participate in t his PQ through one Application only. In case a Company/ Consortium/JV of such co mpanies/ member of a Consortium/JV submit more than one Application and any enti ty is part of more than one Applicant (singly or in a Consortium/ JV), all Appli cations where such party is participating will be rejected. Any Application by a JV/Consortium shall be supported by a letter of intent, to enter into an agreement or under an existing agreement in the form of a JV/Conso rtium. 13 3.9 Applicants are required to furnish the details of the past experiences based on which selection is to be made as per format enclosed in this PQ document for the same and enclose relevant documents like copies of authentic work order, co mpletion certificate, agreements etc. supporting the details/ data provided in t he format. No claims without supporting documents shall be accepted in this rega rd. 3.10 Amendments may be issued by the Owner to amend, supplement or partly delete provisions in the invitation Documents prior to the Application submission dead line. Each amendment so issued will be uploaded on the MSEZ website. Any corrige ndum/ amendment/ modification to Invitation for pre-qualification notice as well as PQ documents shall be available on website only and the Applicants are advis ed to visit the website regularly before deadline for submission of Application. 3.11 Applicants may request for any clarification/ modification regarding pre-qu alification document. A request for clarification shall be made in writing to Ow ners address indicated at 3.5.2 (a) above. The requests for clarification should reach to the owner latest by 22nd December 2008. 3.12 Subsequent to clarification as sought by the applicants, the Owner may amen d, supplement or partly delete provisions in the Invitation/ PQ Document prior t o the Application submission deadline. Owners response including a description of enquiry but without identifying its source will be displayed on MSEZs website ww w.mangloresez.com. The Applicants are advised to visit the website regularly bef ore deadline for submission of Application. 3.13 All clarifications and corrigendum/amendment/ modification issued by the Ow ner shall become part of the Invitation documents. 4.0 Qualification Criteria The Pre-qualification will be based on Applicant fulfilling works related and fi nancial qualifying criteria; set forth hereunder as the minimum. 4.1 Works Related Qualifications: 4.1.1 Agency should have adequate manpower and infrastructure for designing and errection of EHT works of sub-stns. Including transmission lines with capacity a nd know-how / management for quality control procedures and its adoption. 4.1.2 The Agency should have executed the following works in the preceding 08 (e ight) years, reckoned from the last date of submission of Application. 14 (a) Applicant be a manufacturing firm of 220 kV or above class of transformers a nd or circuit breakers who must have designed, manufactured, type tested and sup plied these equipments, which must be in satisfactory operation for at least 2(t wo) years as on the P. Q. tender opening and has been responsible for setting up of at least 02(two) sub-stns including switchyard with two incomer bays of 132 kV or above and which must be in satisfactory operation for at least 2( two) yea rs as on the date of P. Q. tender opening. (b) In addition must have taken up at least 2 (two) turnkey works of errection o

f 220 kV transmission lines for minimum 05 (five) Kms. length in each of the wor k. The line must be running in satisfactory condition for at least 01 (0ne) year as on the date of P. Q. tender opening. OR (c) The Applicant must be a sub-station including switchyard erecting contractor , who must have successfully executed at least one sub-stn. Including switchyard of 220 kV or above OR at least two 132 kV sub-stns.including switchyard with 2( two) circuit-breaker bays, which must be in satisfactory operation for at least 2 (two) years as on the date of P. Q. tender opening, provided the transformer a nd breakers being offered only from firms, who have designed, manufactured, type - tested and supplied transformer and circuit breakers of 220 kV or above class , which must be in satisfactory operation for at least 2 (two) years as on the dat e of opening. (d) In addition must have taken up at least 2 (two) turnkey works of errection o f 220 kV transmission lines for minimum 05 (five) Kms. length in each of the wor k. The line must be running in satisfactory condition for at least 01 (0ne) year as on the date of Pre-qualification tender opening. (e) Regarding one no. circuit-breaker bay qualification as per para 4.1.2 (a) & (c) above, means as a bay used for controlling a line/ Transformer /a reactor/ a bus-section/ bus coupler and comprising of at least one circuit-breaker, two di sconnector and three nos. of single phase CTs / Bushing C.Ts f) The word set-up and or executed/ erected means that the applicant should have c ompleted the works with specified criteria mentioned above. 4.2 Technical Qualifying Requirements: 4.2.1 An individual firm or group of firms as one of following formation can sub mit the Pre-qualification documents. 15 4.2.2. A single firm that meets all the qualification requirements set forth in para 4.1.2. above. 4.2.3. A joint venture of firms having one partner as lead-partner who shall mee t all the qualification requirements as per para either 4.1.2(a) or 4.1.2(c) abo ve. Further each of the other partner(s) must have successfully executed at leas t one bay of sub-stn or switch-yard of 132 kV or above, which must be in satisfa ctory operation for at least 2(two) years as on the date of opening, or must hav e designed, manufactured, type tested and supplied 220kV or above class transfor mer or circuit-breaker which must be in satisfactory operation at least 2 (two) years as on the date of Pre-qualification tender opening and or have successfull y completed the work as per 4.1.2 (b) or 4.1.2 (d). 4.3 Financial Qualifying Requirements: 4.3.1. Turnover Minimum average annual turnover of the Applicant/ Consortium/ Company/ Firm/JV i n the preceding 03 (Three) financial years ending 31st. March;2008 shall not be less than INR 150 (One Hundred Fifty) Crores only. Note: For conversion of turnover indicated in foreign currency to INR, the Marke t Bills Selling Exchange Rates on the last date for submission of Application as published by State Bank of India, CAG Branch, Janpath, New Delhi shall be consi dered. 4.3.2 Profitability Applicant/ each member of Consortium/ JV should have earned net profit (before t axes) in at least two consecutive financial years immediately preceding the fina ncial year ending 31st.March; 2008. 4.3.3 Net Worth The Net Worth of Applicant/ each member of the Consortium/JV should be positive in preceding 03(Three) financial years ending 31st.March; 2008. The Net Worth sh all be calculated based on subscribed and paid-up Share Capital plus Share Premi um plus Free Reserves plus unallocated balance/ Surplus amount of Profit & Loss Account less (a) Expenses not written off (b) Accumulated Loss in Profit & Loss Account if not reduced from Reserves & Surplus. The Revaluation Reserve, Capital Reserve and amount of Intangible assets like goodwill etc. will not be taken in to account while calculating the Net Worth.

4.3.4 Working Capital 16 The Applicants Working Capital should be minimum INR 50 (Fifty) Crores only. The Applicant/ Lead Partner of Consortium/JV shall be required to submit alongwith h is P. Q. tender documents, a project specific assured financial commitment (as p er format in Section-III Application Forms as Form 3.2) from an Indian Nationali zed Bank. The Applicants shall provide an undertaking with their PQ Application that they shall submit an unconditional and irrevocable commitment of financing from nationalized bank valid for the entire construction period including extens ions/ delays etc. The undertakings from the Applicants shall be accompanied with letter(s) of comfort from the proposed banker(s). Note: The Applicants financial evaluation vis--vis the requirement stipulated abov e shall be done on the basis of the duly audited financial statements (Balance S heets, Profit & Loss Account etc.) for the immediately preceding 3 (three) finan cial years ending 31st March, 2008, to be submitted by the Applicant. 5.0 Qualification Criteria The Pre-qualification will be based on Applicant fulfilling works related and fi nancial qualifying criteria set forth hereunder as the minimum. 5.1 A single firm who qualifies the technical work qualification as per para 4.1 .2 and financially qualifying requirement as per para 4.3 above. 5.2 The Applicants seeking qualification under joint- venture should fulfill the following criteria : (a) The applicant as a joint venture or consortium of two or more firms, but not exceeding three including lead partner, all such firms shall be jointly and sev erally bound to the Owner for the fulfillment of the provisions of the contract and shall designate one of such firms to act as a leader in accordance with clau se 3.8 hereinabove with authority to bind the joint venture or consortium. The c omposition or the constitution of the joint. AND (b) Technical Qualification: A joint venture of firms having one partner as lead -partner in constitution of JV with maximum three partners including lead partne r, who, shall meet all the qualification requirements as per para 4.2.3. above r elated partners in JV. However if none of the partner is having experience and capacity to execute and design (including the structure work), for civil part of work, then, the related works of civil structure design and construction can be sub-leted to firm/firms having experience in civil including structure design and or civil building exe cution works. However the executing firm will have to get approve such firm/firm s/individuals with their past experience details from the Owner before engaging fo r the said work. AND 17 (C) Financial Requirements : Lead partner must meet minimum fifty percent (50%) of the requirement, other each partner must meet minimum fifteen percent (15%) o f the requirement and all partners combined must meet the total turnover require ment; subject to fulfilling the minimum turn-over requirement of each partner me ntioned above in this para. Associates from the related business i.e., Construction Turnover of Civil Works Contractor including Design, Manufacturing/ fabrication etc. shall not be taken into consideration for purpose of financial evaluation under this clause. Similarly Sub-contractors turnover shall not be considered. To submit alongwith his Pre-qualification documents, a project specific assured financial commitment (as per format in Section-III, Application Forms as Form 3. 2) from an Indian Nationalized Bank. The Applicants shall provide an undertaking with their PQ Application that they shall submit an unconditional and irrevocab le commitment of financing from Nationalized Bank valid for the entire construct ion period including extensions/ delays etc. The undertakings from the Applicant s shall be accompanied with letter(s) of comfort from the proposed banker(s). Note: The Applicants financial evaluation vis--vis the requirement stipulated abov e shall be done on the basis of the duly audited financial statements (Balance S

heets, Profit & Loss Account etc.) for the immediately preceding 3 (three) finan cial years ending 31st March, 2008, to be submitted by the Applicant. 6.0 General 6.1 Confidentiality (i) Information relating to the evaluation of Applications, and recommendation for prequalification, shall not be disclosed to Applicants or any other persons not officially concerned with such process unti l the notification of prequalification is made to all Applicants. (ii) From the deadline for submission of applications to the time of notificatio n of the results of the prequalification in accordance with para 6.4.3 hereof, a ny Applicant that wishes to contact the Owner on any matter related to the prequ alification process, may do so but only in writing and after fixing prior meetin g. 18 6.2 Clarification of Applications (i) To assist in the evaluation of the Owner may, at its discretion , ask any Applicant for a clarification of its application which shall be submit ted within a stated reasonable period of time. Any request for clarification and all clarifications shall be in writing. (ii) If an Applicant does not provide clarifications of the information requeste d by the date and time set in the Owners request for clarification, its applicati on may be rejected. 6.3 Responsiveness of The Owner may reject any application which is Applications not responsive to the requirements of the prequalification document . 6.4 Evaluation of Applications and Prequalification of Applicants 6.4.1 Evaluation of Applications The Owner shall evaluate the applications based on the Experience w.r.t. Technical, execution of similar nature of works as per qualification criteria & fulfilling the financial criteria as per documents. The Owner reserves the right to waive any deviations in the qualification criter ia if they do not materially affect the capability of an Applicant to perform th e contract. 6.4.2 Owners Right to Accept or Reject Applications The Owner reserves the right to accept or reject any applica tion, and to annul the prequalification process and reject all applications at a ny time, without thereby incurring any liability to Applicants. 6.4.3 Notification of Prequalification Once the Owner has completed the evaluati on of the applications it shall notify 19 all Applicants in writing of the names of those applicants who have been pre- qu alified. 7.0 Invitation to (i) Promptly after the Notification Pre-Qualification Tender o f the results of the prequalification the Owner shall invite Applications from a ll the applicants that have been pre- qualified. (ii) Applicants may be required to provide a Pre-qualification tender Security a cceptable to the Owner in the form and an amount to be specified in the E.P.C. C ontract Documents, and the successful Applicant(s) shall be required to provide a Performance Security to be specified in the EPC Contract Documents. 7.1 Changes in Qualifications of Applicants Any change in the structure or formation of an Applicant after being pre-qualified in accordance with para 6 .4.3 above and invited to Pre-qualification documents shall be subject to a writ ten approval of the Owner prior to the deadline for submission of Pre-qualificat ion documents duly completed. Such approval shall be denied if as a consequence of the change the Applicant no longer substantially meets the qualification crit eria and requirements set forth in this document, or if in the opinion of the Ow ner, a substantial reduction in competition may result. Any such changes shall b e submitted to the Owner not later than 07(seven) days after the date of Notific ation of Pre20 Qualification as per Para 6.4.3 above.

7.2 Updating Pre-qualification Information Pre-qualified Applicants, at the time of submission of Pre-qualifica tion documents duly completed, will be required to update the information in res pect of each partner of the Consortium/JV used for pre-qualification at the time of submitting their Application, to confirm their continued compliance with the qualification criteria and for verification of the information provided. A Prequalification document will be rejected if the Applicants qualifications threshol ds are no longer meet at the time of submitting the EPC Tender. 21 SECTION-III Application Forms 22 Table of Forms Sr. No. Description Form No. 1 Application Submission Form Form-1 2 General Information Applicants Information Form Form-2.1 Applicants Party Information Form Form-2.2 Application Information Sheet Form-2.3 3 Financial Form Financial Situation Form-3.1 Evidence of Working Capital Form-3.2 4 Experience Forms Technical Requirements of Construction of 220KV EHT Sub-Station as per clause 4. 1.2 (a) and or 4.1.2 (c) of Section-II of I.F.A Form-4.1.1 Technical Requirements for Erection of 220KV Tower Line as per clause 4.1.2 (b) or 4.1.2 (d) of Section-II of I.F.A Form-4.1.2 23 Form-1 Application submission form Date: [___________________] NIT No. and title: [___________________] Executive-Director & COO, Manglore Urban Development Authority, 3rd Floor, MUDA Building, Urwa Stores, Ashok Nagar PO, Manglore (Karnataka) 575006, India Sir/Madam, 1. Being fully authorized to represent and act on behalf of (Name of Applicant)(her ter the Applicant) and having examined and have no reservations to the Pre-qualifi cation Document including Amendments/Clarifications, issued if any by yourself, we the undersigned hereby apply to be pre-qualified by yourselves as an Applican t for the Project Tender No. NIT..in full conformity with the PQ do s issued thereof. 2. You and your authorized representatives are hereby authorized to conduct any inquiry or investigations to verify the statements, documents, and information s

ubmitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by you to verify stateme nts and information provided in this application, or with regard to the resource s, experience, and competence of the Applicant. 3. You and your authorized representatives may contact the person(s) indicated, for further information. The undersigned is (are) fully authorized to act on beh alf of the Applicant. 4. This application is made in the full understanding that: (a) Pre-Qualification documents by pre-qualified Applicants will be subject to v erification of all information submitted for prequalification at the time of P.Q . Tender submitting. (b) You without assigning any reasons thereof reserve the right to: i) Amend the scope of works to be tendered; and 24 ii) Reject or accept any Application, and iii) Cancel the prequalification process, and reject all Application that you ma y not receive nor to invite the Pre-qualified Applicants to submit E.P.C Contrac t document for the contract subject of his pre-qualification, without incurring any liability to the Applicants, in accordance with I.F.A. Section-II clause 6.4 .2. (c) You and your personnel and agencies shall not be liable for any such actions and shall be under no obligation to inform the Applicant of the grounds for the m. 5. Appended to this application, we give details of the participation of each pa rty, including the responsibilities for execution of the contract. 6. We confirm that we are submitting herewith Letter of Intent to form JV or JV agreement, in accordance with the I.F.A. Section-II clause 3.8. We also confirm that all partners of JV shall jointly and severally liable to the owner for the fulfillment of the provisions of the contract. 7. The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in all respec t. Signed [Mention t full name of person signing the application] In the Capacity of [Mention capacity of person signing the application] Duly authorized to sign the application for and on behalf of : Applicants Name [Mention full name of Applicant] Address [Mention street number/town or city/country address] Dated on [_______________] Notes: 1) Power of attorney for signatories should be attached to this letter. 2) Words indicated in italics in this letter form should be omitted in the Appli cant s letter. 25 Form2.1 Applicants Information Form [The following form shall be filled in for the applicants parties including part ners of a joint venturer] Date: [insert day, month, year] NIT No. and title: [insert NIT number and title] Page [insert page number] of [insert total number] pages Applicants legal name __[ Mention full legal name]____ In case of Joint Venture (JV), legal name of each partner: ___[ Mention full legal name of each partner in JV] ____ Applicants Actual or Intended country of constitution: __[indicate country of Constitution]__ Applicants actual or Intended year of constitution:

___[indicate year of Constitution]__ Applicants legal address in country of constitution: ___[ Mention street/ number/ town or city/ country]____ Applicants authorized representative information Name: __[ Mention full legal name]____ Address: ___[ Mention street/ number/ town or city/ country]____ Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: ___[indicate e-mail address]___ Attached are copies of original documents of: Articles of Incorporation or Documents of Constitution, and documents of registr ation of the legal entity named above, in accordance with I.F.A. Section-II, 3.1 (v). In case of JV, letter of intent to form JV or JV agreement, in accordance with I.F.A. Section-II, 3.1 (iii). In case of Government owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with I.F.A. Section-II, 3.1 (iii), read with Clause 4.0 of the Qualification criteria. 26 Form 2.2 Applicants Party Information Form [ The following form shall be filled in for the Applicants parties including part ner(s) of a joint venture, subcontractors] Date: [insert day, month, year] NIT No. and title: [insert NIT number and title] Page [insert page number] of [insert total number] pages JV applicant legal name: __[ Mention full legal name]____ Applicants Party legal name: ___[ Mention full legal name of Applicants Party] ________ Applicants Party country of registration: __[indicate country of registration]__ Applicant Partys year of constitution: ___[indicate year of constitution]__ Applicant Partys legal address in country of constitution: ___[ Mention street/ number/ town or city/ country]____ Applicant Partys authorized representative information Name: __[ Mention full legal name]____ Address: ___[ Mention street/ number/ town or city/ country]____ Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] Attached are copies of original documents of: Articles of Incorporation or Documents of Constitution, and Registration Documen ts of the legal entity named above, in accordance with I.F.A. Section-II, 3.1 (v ). In case of a Government owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with I.F.A. Section-II, 3.1 (iii). 27 Form 2.3 Application Information Sheet Structure and Organization. 1. The Applicant is: (a) an individual dual (b) a proprietary firm (c) a firm in partnership (d) a Limited Company or Corporation (e) a group of firms/ joint venture

(If yes, give completion information in respect of each partner/ sub-contractor). 2. Attach the organization Chart Showing the structure of the Organization, incl uding the names of the directors and position of officers. 3. Number of years of experience {in Extra High Tension (132Kv and above) EPC Pr ojects for Sub-Station and Transmission Lines in the last 10 Years} (a) as a Prime Contractor (Contractor Shouldering major responsibility) (i) in own country _______________ (ii) In other countries (specific countries) ______________ (b) as a Management Contractor (i) in own country _______________ (ii) In other countries (specific countries) (c) in a Joint Venture (i) in own country _______________ (ii) In other countries (specific countries) (d) as sub-contractor (specify main contractor) (i) in own country _______________ (ii) In other countries (specific countries) 4. For how many years has your organization been in Business of similar work und er its present name? What were your fields when your 28 organization was Established? Whether any new fields were added in your organiza tion? And if so, when? 5. Were you ever required to suspend the business of similar work for a period o f more than One year continuously after you have started? If so, give the name o f project and give reasons therefore. 6. Have you ever left the work awarded to you Incomplete? (If so, give name of p roject and reasons for not completing work.) 7. In which fields of engineering construction/design / field of Power related w orks\ civil engineering construction/Other Infrastructure works, do your claim , specialization and interest. Give details of such works. 29 Form 3.1 Financial Situation (Clause 5.0 of Section-II I.F.A) [The following table shall be filled in for the Applicant and for each partner o f a joint venture] Applicants Legal Name: [insert full name] Applicants Party Legal Name:[insert full name] NIT No. and title: [insert NIT number and title] 1. Financial data information in (INR) Historic information for preceding three financial year ending 31st March, 2008 [insert number] years, [insert in words] Year 1 Year 2 Year 3 Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Net Worth (NW) (i) Paid up Capital (ii) Reserves Current Assets (CA) Current Liabilities (CL)

Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Profits After Taxes (PAT) Cumulative Losses 2. Financial documents The Applicant and its parties shall provide copies of the balance sheets and/or financial statements for 3 [Three] years pursuant to Financial Qualification as per Section-II of I.F.A. The financial statements shall: 30 a) reflect the financial situation of the Applicant or partner to a JV, and not sister or parent companies. b) be audited by a certified accountant. c) be complete, including all notes to the financial statements. d) Correspond to accounting periods already completed and audited (no statements for partial periods shall be accepted). e) Net worth shall be as per Section-II I.F.A Para 4.3.3 of PQ Document. Attached are copies of financial statements (balance sheets, including all relat ed notes, and income statements) for preceding __________ years ending _________ _, 2008; and complying with the requirements * Attached is a copy of certificate from Nationalized Bank assuring working capi tal for the construction in accordance with Section-II I.F.A Para 4.3.4 (Form-3. 2). 31 Form 3.2 Evidence of Working Capital (Clause 4.0 of Section-II, I. F. A.) AVAILABILITY OF WORKING CAPITAL. This to certify that M/s _____________________________________ is a reputed comp any with a good financial standing. If the contract for the work, namely ___________________________ is awarded to t he above firm, we shall be able to provide overdraft/ credit facilities to the e xtent of INR _________________ to meet their working capital requirements for ex ecuting the above contract. Sd/Name of the Bank Senior Bank Manager Address of the Bank Change the text as follows for Joint Venture This is to certify that M/s. _________________________ who has formed a Joint Ve nture (JV)/indicated intention to do so with M/s. _________________ and M/s. ___ ______________ for participating in this application, is a reputed company with a good financial standing. If the contract for the work, namely is awarded to the above Joint Venture, we s hall be able to provide overdraft/ credit facilities to the extent of INR ______ ____________ to meet the working capital requirements for executing the above co ntract. _________________________ 32 33 Form 3.3 Average Annual Turnover (Clause 4.0 of Section-II, I. F. A.) [The following table shall be filled in for the Applicant and for each partner o f a joint venture] Applicants Legal Name: [insert full name] Date: [insert day, month, year] Applicants Party Legal Name: [insert full name] NIT No. and title: [insert NIT number and title] Page [insert page number] of [insert total number] pages Annual turnover

Year Amount in INR [indicate year] [Mention amount in INR] Average Annual Turnover * Form 4.1.1 [The following form shall be filled in by the Applicant/ Lead Partner of the joi nt venture] Applicants Legal Name: [insert full name] Joint Venture Party Legal Name:[insert full name] NIT No. and title: [insert NIT number and title] In order to meet the Qualifying Requirement of Clause 4.0 of Section-II I. F. A. , we declare that we ourselves/as a member of joint venture/consortium have exec uted in the preceding 8 (Eight) years reckoned from the last date of submission of Application, Executed the works as per section-II of I.F.A. clause 4.0 under Qualification Criteria Para 4.1.2 (a) or 4.1.2 (c) Sr. No. Name of Client and full address with Telephone and Fax No. Name &Address of project where the qualifying job executed Scope of work Date of award of work and schedule Completion Date Date of successful completion of Entire work & under successful operation. Ref.of completion certificate. In case the work has been executed by a JV/Consortium, then, indicate Applicants scope of work/share in the JV/Consortium 34 Note : (1) Certificate from Client M/s_____________________________in support of above details is enclosed at Annexure__________________ (2) Copy of Joint Venture Agreement/Consortium Agreement indicating our name(s) as member(s) alongwith allocation of scope of work between the partners and brea k-up of quantity executed as a member of Joint Venture/Consortium is enclosed at Annexure_______________ (3) The Applicant shall submit the proof of details of declarations. Date : Place : (Signature) : . (Printed Name) : . (Designation) : . (Company Seal) : . 35 Form 4.1.2 [The following form shall be filled in by the Applicant/ Lead Partner of the joi nt venture] Applicants Legal Name: [insert full name] Joint Venture Party Legal Name:[insert full name] NIT No. and title: [insert NIT number and title] In order to meet the Qualifying Requirement of Clause 4.0 of Section-II, I. F.A, we declare that we ourselves/as a member of joint venture/consortium have execu ted in the preceding (8) Eight years reckoned from the last date of submission o f Application, Executed, the works as per section-II of I.F.A. clause 4.0 under Qualification Criteria Para 4.1.2 (b) or 4.1.2 (d). Sr. No. Name of Client and full address with Tel. and Fax No. Name & Address of project where the qualifying job executed Scope of work Date of award of work and schedule Completion Date Date of successful completion of Entire work & under successful operation Ref.of completion certificate In case the work has been executed by a JV/Consortium, then, indicate Applicants

scope of work/share in the JV/Consortium 36 37 Note : (1) Certificate from Client M/s_____________________________in support of above details is enclosed at Annexure__________________ (2) Copy of Joint Venture Agreement/Consortium Agreement indicating our name(s) as member(s) alongwith allocation of scope of work between the partners and brea k-up of quantity executed as a member of Joint Venture/Consortium is enclosed at Annexure_______________ (3) The Applicant shall submit the proof of details of declarations. Date : Place : (Signature) : . (Printed Name) : . (Designation) : . (Company Seal) : . SECTION-IV Information For Applicants 38 1.0 Location MANGLORE SPECIAL ECONOMIC ZONE LIMITED AT MANGALORE being jointly promoted [main ly for Petrochemical downstream Units] by ONGC, Karnatka Industrial Area Develop ment Board (KIADB), Kanara Chamber of Commerce & Industries (KCCI) and Infrastru cture leasing and Financial Services Ltd. (IL&FS) to develop across 3710 acres a pproximately. MSEZ is Located/ planned adjacent to the existing MRPL refinery co mplex on North & Eastern sides and to connect NMPT with a dedicated corridor. 2.0 Brief Scope of Work under the contract package (Also refer to Para 2.0 Secti on-II) Study, detailed engineering, designing including vetting from KPTCL or any other approving authority, procurement and construction (EPC) package for setting up of 220/33 KV Main Receiving Sub-Station for maximum load of 195 MVA (Approx.) wi th Re-alignment of existing double circuit 220KV line as Li-Lo arrangement, incl uding all civil works. 3.0 Access to the Project 3.1 The MSEZ Site is accessible as briefed below : South : Konkan Railway North : Delantabettu East : State Highway connecting to Kateel and Mangalore City. West : Kuthethoor, Surinje Villages and MRPL Road The site is very near to the Udupi-Mangalore section National Highway NH-17. Fur ther, the site is well connected to the state highway on the eastern side connec ted Kateel and Mangalore City. Rail Konkan Railway line is running on the southern portion of the site. The nearest railway station Tokuru is located on the southern portion of the site. From this station, while the main line goes to Udupi, a separate line goes to Mangalore P ort. 39 Airport The nearest international airport at Bajpe, Mangalore is at a distance of 5kms f rom the site. Port The site is in hinterland of the New Mangalore Port, which is approximately 8kms from the site. Topography The proposed Petro-chemical product SEZ land is highly complex terrain with mult iple hillocks and valleys. The ground elevation varies from +10 m to +80 m. 4.0 Power for Construction : The Contractor shall make his own arrangement for power supply from whatsoever m

eans at his own cost whatsoever. 5.0 Water Supply : The main source of water for drinking and construction purpose is the Gurpur riv er and its tributaries in the area. In addition the site also has few water bodi es & same are being retained as summer storage tanks to store the water.. 6.0 Factors Influencing Construction : The following major constraints may be faced during the execution of the project for which MSEZ shall assume no responsibility: i) Remote location of the Project involving long road transport. ii) The nearest source of power supply of KSEB is available in the Baikampadi In dustrial area iii) Extraordinary Geological Occurrences (EGO). Besides the above constraints which have been informed to the Applicants in good faith, the Applicants should ascertain for themselves during their preparatory site visit about the extent of the above constraints and other constraints/obstr uctions likely to be encountered. 40 41 7.0 Construction Period The total project is proposed to be completed within a time span of 12 (Twelve) calendar months. However the work of realignment of 220 kV D/C line is to be com pleted with in 06 (Six) calendar moths, from the date of issuance of Detailed Le tter of Award (or as may be mentioned in the Pre-qualification document). Howeve r the time period for construction of MRSS and realignment of 220 kV line will s tart simultaneously. 8.0 Drawings Enclosed Sr. No. Title of the Drawing Drawing No. 1 SITE-PLAN VSPL/MSEZ/ELEC/EPC/01 2 Master Plan VSPL/MSEZ/ELEC/EPC/02 3 Location of MRSS And 220 kV line VSPL/MSEZ/ELEC/EPC/03 4. MRSS SLD {INDICATIVE] VSPL/MSEZ/ELEC/EPC/04 5. Block Schematic Arrangement of Li-Lo System at MRSS (Indicative) VSPL/MSEZ/ELEC/EPC/05 9.0 Contact Persons For any assistance to visit the project site, following can be contacted: Manager [Electrical] Mangalore Urban Development Authority, 3rd Floor, MUDA Building, Uraw Stores, Ashok Nagar PO, Mangalore (Karnataka) 575006, India Telephone No. Ph.+91-0824-2452748 -50-60 Fax: +91-0824-2452749 Email: gopinathpp@mangaloresez.com 42 43 44 45

46

Potrebbero piacerti anche