The tender document shall be downloadable only to those prospective bidders who fulfill minimum Pre- Qualifying criterion as forth hereunder. The hard copy of documents duly signed meeting the requisite Pre- Qualifying criterion to be submitted by the prospective bidders along with request for issue of tender document accompanied by requisite tender document fees must reach the office of Director/ P & D ( TS ), BBMB, Chandigarh before 1700 hrs of dated 12. 06. 2019. 1 ) ( a ) The minimum Average Annual Financial Turnover for the last three ( 3 ) consecutive acing/ financial years ending 31st March/ 30th September/ 31st December ( as applicable ) must be at least Indian Rs. 9, 00, 00, 000/- ( Rupees Nine crore only ). ( b ) The prospective bidder shall furnish requisite copies of financial results viz profitability, turnover, balance sheet duly certified by authorized Charted Acant/ equivalent certifying authority of last 3 consecutive acing/ financial years ending 31st March/ 30th September/ 31st December ( as applicable ) indicating that they have financial capability, established resources and working capital to meet the financial obligations pursuant to the execution of the contract taking into ac other existing commitments and qualify the minimum requirements as above. 2 ) The prospective bidder shall be the original manufacturer of IEC- 61850 standard Numerical Line Differential, Numerical Distance Protection relays, Numerical Transformer Differential protection, Back up protection relays, REF protection, Bus Bar protection relays and IEC- 61850 standard Bay Control Units as well as Bay Control & Protection Units. In support of same the bidder is to furnish IEC- 61850 standard compliance certification from duly accredited National/ International Test House/ Lab like KEMA. The bidder is to give his credentials for his own make relays to be offered in case he is approved for participation in the NIT. 3 ) The prospective bidder must have an experience of supply of atleast five nos. IEC 61850 standard based Substation Automation System ( SAS ) equipment comprising Numerical IEDs, Servers, Ethernet Switches, Gateways etc., during last seven years when ed from date of NIT, in respect of 220kV or above voltage level substations to Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations located in India. 4 ) The prospective bidder shall furnish a satisfactory performance report for a minimum period of one year issued by two different Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations ( total two nos. performance reports ) located in India in respect of IEC 61850 standard based Substation Automation System ( SAS ) equipment comprising Numerical IEDs, Servers, Ethernet Switches, Gateways etc., which has been supplied and commissioned by the prospective bidder at 220kV or above voltage level substations belonging to the above saidutilities during the last seven years when ed from date of NIT. Note: SAS equipment supplied to private vendors/ parties by the prospective bidders for use by Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations located in India shall also be taken into consideration for the purpose of supply experience and performance reports. 5 ) The prospective bidder shall submit an undertaking that he has not been blacklisted or debarred by any Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations for which he has undertaken works/ services during the last seven years when ed from date of NIT. In the of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, his bid/ contract shall be liable for cancellation/ termination without any notice at the sole discretion of the purchaser. 6 ) Signing of IntegrityPact 6. 1 ) BBMB has adopted the Integrity Pact to promote integrity, transparency and competitiveness in BBMB & rsquos procurement of works/ services/ equipment etc. To implement the said Integrity Pact Concept, BBMB has appointed a panel of two IEMs ( Independent External Monitors ) and their details can be seen on the BBMB website- ( www. bbmb. gov. in ). For the implementation of Integrity Pact, an agreement between the Principal ( BBMB, the purchaser ) and tenderer is necessary in case of procurement of works/ services/ equipment etc. irrespective of whether it is from Foreign/ Indian tenderer. 6. 2 ) The tenderers are required to submit the said Agreement on non- judicial stamp paper of appropriate value ( Indian Rs. 15/- ) along with EMD and tender. Tenders not accompanied by the said agreement on behalf of tenderer shall not be considered and shall lead to outright rejection. This is the necessary pre- qualifying requirement to participate in the tendering process. In case of any complaint regarding tendering, the tenderer may contact Both or any one of the above IEMs. 6. 3 ) Following may also be noted:- a ) If the bidder has been disqualified from the tender process prior to the award of contract according to the provisions of the integrity pact, BBMB shall be entitled to demand and recover from the bidder liquidated damages amount by forfeiting the EMD/ bid security ( Bid Bond ) as per provisions of the integritypact. b ) If the contract has been terminated according to the provisions of the Integrity Pact, or if BBMB is entitled to terminate the contract according to the provisions of Integrity Pact, BBMB shall be entitled to demand and recover from the Contractor/ Security deposit as per IntegrityPact. 6. 4 ) The applicant shall confirm their acceptance to the above provisions in their request. IMPORTANT NOTES 1 ) The Purchaser reserves the right in respect of the following without assigning any reasons whatsoever:- a ) increase or decrease the above stated minimum pre- qualification requirements should the circumstances warrant for such a change in the overall interest of the Board, or, b ) amend the scope of work, or, c ) reject or accept any for reasons of not submitting request according to stipulated instructions including national defense or security consideration or wrong declaration or misconduct or, d ) factual incorrectness in submitted data/ documents, or, e ) cancel the process and reject any/ allapplication ( s ) 2 ) The Purchaser will neither be liable for any such actions without recourse to appeal nor be under any obligation to inform the Applicant of the grounds for his decision. 3 ) The Purchaser reserves the right to cross- check/ ascertain/ scrutinize the documentary evidences furnished by them along with their request, at any stage or request for any additional information/ documents from any or allApplicant ( s ). 4 ) Allowing of the Applicants to participate in further tendering process shall not be construed that they have fulfilled the prescribed eligibility criteria as laid down in NIT as they shallhave to meet with other requirements stipulated in TenderDocument. 5 ) e- Reverse Auction: e- Reverse Auction will be carried out in current NIT under the framework of BBMB rules after opening of price bid. Bidders who are technically qualified and submit the undertaking to BBMB can participate in e- Reverse Auction for which NIT is floated. Participation in e- Reverse Auction is mandatory for all eligible bidders. Any bidder not willing to submit such an undertaking shall be disqualified for further participation in respect of procurements in current NIT. 6 ) Notwithstanding anything stated above, the Purchaser reserves the right to inspect the manufacturing Works & Installations etc. at any stage to assess Applicant & rsquos capability to perform and the requisite scope of work, should the circumstances warrant such an assessment in the overall interest of the Purchaser.
Bhiwani, Haryana, India
Important Dates
Bid submission started
May 31, 2019, 10:30 p.m.
Bid submission ended
July 17, 2019, 4:30 p.m.
Price Information
Price
13.23 Crores
EMD
27.0 Lacs
Tender Description:
The tender document shall be downloadable only to those prospective bidders who fulfill minimum Pre-Qualifying criterion as forth hereunder. The hard copy of documents duly signed meeting the requisite Pre- Qualifying criterion to be submitted by the prospective bidders along with request for issue of tender document accompanied by requisite tender document fees must reach the office of Director/P&D(TS), BBMB, Chandigarh before 1700 hrs of dated 12.06.2019. 1) (a) The minimum Average Annual Financial Turnover for the last three (3) consecutive acing/financial years ending 31st March/30th September/31st December (as applicable) must be at least Indian Rs. 9,00,00,000/- (Rupees Nine crore only). (b) The prospective bidder shall furnish requisite copies of financial results viz profitability, turnover, balance sheet duly certified by authorized Charted Acant/equivalent certifying authority of last 3 consecutive acing/financial years ending 31st March/30th September/31st December (as applicable) indicating that they have financial capability, established resources and working capital to meet the financial obligations pursuant to the execution of the contract taking into ac other existing commitments and qualify the minimum requirements as above. 2) The prospective bidder shall be the original manufacturer of IEC-61850 standard Numerical Line Differential, Numerical Distance Protection relays, Numerical Transformer Differential protection, Back up protection relays, REF protection, Bus Bar protection relays and IEC-61850 standard Bay Control Units as well as Bay Control & Protection Units.In support of same the bidder is to furnish IEC-61850 standard compliance certification from duly accredited National/International Test House/Lab like KEMA. The bidder is to give his credentials for his own make relays to be offered in case he is approved for participation in the NIT. 3) The prospective bidder must have an experience of supply of atleast five nos. IEC 61850 standard based Substation Automation System (SAS) equipment comprising Numerical IEDs, Servers, Ethernet Switches, Gateways etc., during last seven years when ed from date of NIT, in respect of 220kV or above voltage level substations to Government Public Sector Undertakings/ Government State Electricity Boards/Government Power Sector Departments/ Government Power Sector Corporations located in India. 4) The prospective bidder shall furnish a satisfactory performance report for a minimum period of one year issued by two different Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations (total two nos. performance reports) located in India in respect of IEC 61850 standard based Substation Automation System (SAS) equipment comprising Numerical IEDs, Servers, Ethernet Switches, Gateways etc., which has been supplied and commissioned by the prospective bidder at 220kV or above voltage level substations belonging to the above saidutilities during the last seven years when ed from date of NIT. Note: SAS equipment supplied to private vendors/parties by the prospective bidders for use by Government Public Sector Undertakings/ Government State Electricity Boards/Government Power Sector Departments/ Government Power Sector Corporations located in India shall also be taken into consideration for the purpose of supply experience and performance reports. 5) The prospective bidder shall submit an undertaking that he has not been blacklisted or debarred by any Government Public Sector Undertakings/ Government State Electricity Boards/ Government Power Sector Departments/ Government Power Sector Corporations for which he has undertaken works/services during the last seven years when ed from date of NIT. In the of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, his bid/contract shall be liable for cancellation/termination without any notice at the sole discretion of the purchaser. 6) Signing of IntegrityPact 6.1) BBMB has adopted the Integrity Pact to promote integrity, transparency and competitiveness in BBMB&rsquos procurement of works/services/equipment etc. To implement the said Integrity Pact Concept, BBMB has appointed a panel of two IEMs (Independent External Monitors) and their details can be seen on the BBMB website- (www.bbmb.gov.in).For the implementation of Integrity Pact, an agreement between the Principal (BBMB, the purchaser) and tenderer is necessary in case of procurement of works/services/equipment etc. irrespective of whether it is from Foreign/Indian tenderer. 6.2) The tenderers are required to submit the said Agreement on non- judicial stamp paper of appropriate value (Indian Rs.15/-) along with EMD and tender. Tenders not accompanied by the said agreement on behalf of tenderer shall not be considered and shall lead to outright rejection. This is the necessary pre-qualifying requirement to participate in the tendering process. In case of any complaint regarding tendering, the tenderer may contact Both or any one of the above IEMs. 6.3) Following may also be noted :- a) If the bidder has been disqualified from the tender process prior to the award of contract according to the provisions of the integrity pact, BBMB shall be entitled to demand and recover from the bidder liquidated damages amount by forfeiting the EMD/bid security (Bid Bond) as per provisions of the integritypact. b) If the contract has been terminated according to the provisions of the Integrity Pact, or if BBMB is entitled to terminate the contract according to the provisions of Integrity Pact, BBMB shall be entitled to demand and recover from the Contractor/Security deposit as per IntegrityPact. 6.4) The applicant shall confirm their acceptance to the above provisions in their request. IMPORTANT NOTES 1) The Purchaser reserves the right in respect of the following without assigning any reasons whatsoever:- a) increase or decrease the above stated minimum pre- qualification requirements should the circumstances warrant for such a change in the overall interest of the Board, or, b) amend the scope of work, or, c) reject or accept any for reasons of not submitting request according to stipulated instructions including national defense or security consideration or wrong declaration or misconduct or, d) factual incorrectness in submitted data/ documents,or, e) cancel the process and reject any/allapplication(s) 2) The Purchaser will neither be liable for any such actions without recourse to appeal nor be under any obligation to inform the Applicant of the grounds for his decision. 3) The Purchaser reserves the right to cross- check/ascertain/scrutinize the documentary evidences furnished by them along with their request, at any stage or request for any additional information/ documents from any or allApplicant(s). 4) Allowing of the Applicants to participate in further tendering process shall not be construed that they have fulfilled the prescribed eligibility criteria as laid down in NIT as they shallhave to meet with other requirements stipulated in TenderDocument. 5) e-Reverse Auction: e-Reverse Auction will be carried out in current NIT under the framework of BBMB rules after opening of price bid. Bidders who are technically qualified and submit the undertaking to BBMB can participate in e-Reverse Auction for which NIT is floated. Participation in e-Reverse Auction is mandatory for all eligible bidders. Any bidder not willing to submit such an undertaking shall be disqualified for further participation in respect of procurements in current NIT. 6) Notwithstanding anything stated above, the Purchaser reserves the right to inspect the manufacturing Works & Installations etc. at any stage to assess Applicant&rsquos capability to perform and the requisite scope of work, should the circumstances warrant such an assessment in the overall interest of the Purchaser.
Tender Type:
limited
Dates:
Published on
May 31, 2019, 10:14 p.m.
Bid Opening Date
July 17, 2019, 8:30 p.m.
Doc Download started
May 31, 2019, 10:30 p.m.
Doc Download ended
July 17, 2019, 4:30 p.m.
Documents
Sign up to access Documents
START A FREE 7-DAY TRIAL
Department & Other Tender Information
Sign up to access Tender Information
START A FREE 7-DAY TRIAL
Similar Tenders