×

Marketing


Tender No : 3300008291
Tender Type : E-Domestic

Posted Date : 11-05-2021
Closing Date : 01-06-2021

Tenders are invited for the following work:
Name of Work Providing Wheel Loader, Tipper and Excavator with Operator
Tender Fee (in INR)
Tender Fee (in USD)
Tender Forms Issue-Start Date & Time 12-05-2021 09:00:00
Tender Forms Issue-Closing Date & Time: 01-06-2021 15:00:00
Prebid conference Place / Date / Time: Not Applicable
EMD(in INR) : 0.00
EMD(in USD) : 0.00
Product Category: Miscellaneous
Tender Category: Services
Form of Contract: Lump - Sum
Tenders - Bid Closing date and time: 01-06-2021 15:00:00
Tender Opening Date & Time: 01-06-2021 15:30:00
Site location: Mangaluru
Job Completion Time: As Per Tender
Contact Person from MRPL: SUDHAKAR ALVA
EXECUTIVE
Materials Department, MRPL, Kuthethoor Post, Via Katipalla, Mangalore 575 030
0824 2882243
sudhakar@mrpl.co.in
Contact Person from MRPL: From Antares Systems Limited
Mr Dilip Ranganath
Tel : 0824-2882248
e mail : eps@mrpl.co.in
website : https://www.tenderwizard.com/MRPL

Job Description:
Providing Wheel Loader, Tipper and Excavator with Operator

Special Instructions:
Bid closing date 01.06.2021

QUALIFYING CRITERIA:


  1. योग्यतापूर्व मानदंड / Pre-Qualification Criteria:




 





  1. Financial Turnover:




 



 





















A





The Average Annual Financial turnover of the bidder during the last 3 years ending 31st March of the previous Financial year should be at least





Rs. 19.94 Lakhs.





 





  1. Past Experience:




 



The Bidder should have experience of having successfully carried out and completed similar work during the last 7 years ending last day of the month previous to the one in which tenders are invited, which experience should be any one of the following:



 









































A





Three similar completed works, each costing not less than





Rs 26.59 Lakhs





B





Two similar completed works, each costing not less than





Rs 33.23 Lakhs





C





One similar completed works, costing not less than





Rs 53.18 Lakhs





 



Note:





  1. “Similar work” is defined as relevant experience of having successfully carried out and completed Loading /unloading, & handling operations of any break bulk materials in any Public /Pvt Establishments.


  2. All above indicated amounts are exclusive of Service Tax / GST.




 





  1. Relaxation to MSE/ Start-up bidder:


  2. MSE: Pre-qualification criteria with respect to Prior Turnover and Prior experience may be relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject to meeting of quality and technical specifications.




(For example, if PQC value applicable to other than MSE bidders is Rs. 100/-, the same shall be Rs. 85/- for MSE bidders).





  1. Start Up: Start Ups are exempted from Prior Turnover and Prior Experience Criteria.




 



 





  • Other Criteria:




 





  1. Bidders who have been issued and executed orders for similar works in MRPL during the last 5 years shall provide Completion Certificate from MRPL, else a declaration shall be given by the bidder that they have not executed such work orders in MRPL in the said period.




 





  1. Bidder has to quote for all items as per price bid and this is to be confirmed in the format provided along with the technical bid.




 





  1. Experience of only the Bidding Entity shall be considered, In-house experience (where for the past experience referred for qualification, the contractor and the Owner belonging to the same organization) shall not be considered as a valid experience for the purpose of qualification.




 





  1. The bidder should not be under a black-list/ holiday list of any state/central government department or undertaking (including PSUs). Bidder shall give a declaration to this effect.




 





  1. The bidder shall offer minimum One (01) number of front end wheel loader, One (01) number of Excavator and One (01) number of Tipper (dumper) to MRPL for loading activities of Petcoke /sulphur at phase I /II /III unit, in which bidder should  have owned (Registered in his own /partner /firm /society /company name) at least One (01) equipment, either wheel loader, excavator or tipper /dumper.  The bidder to submit relevant notarized copy of RC book, insurance and permits along with technical bid.




 





  1. Joint venture / Consortium bids not be permitted for this tender.




 



 



 



Note: Bidder is required to provide the following documentary proof in support of meeting Pre-Qualification Criteria along with their technical bid:



 





  1. Annual reports containing Audited balance sheets and Profit & Loss statement, in support of their fulfilling the qualification criteria. (In case the last Financial closing date is within 9 months of bid due date and audited annual report of immediate preceding Financial year is not available, bidder has the option to submit the Financial details of the three previous years immediately prior to the last Financial year. Otherwise, it is compulsory to submit the Financial details of the immediate three preceding Financial years)




 





  1. Bidder shall furnish documentary evidence covering similar work mentioned above, but not be limited to :



    1. Copies of work orders with relevant pages of contract and SOR,


    2. Proof of Completion / completion certificate indicating value of work completed against above order in support of their fulfilling the qualification criteria.








 



 Note: Work order completion certificate furnishing the value as per PQC to be submitted i.e., if the contract is extended, it should be continuous & total value of the extended contract shall be considered for PQC. However, completion certificate should clearly mention the total completed value to meet as per PQC.



 





  1. Other relevant documentary evidence for all the above mentioned criteria.




(As applicable for the tender)



 





  1. All documents furnished by bidder in support of meeting the experience criteria of PQC shall be:




 



                                                                EITHER



“Duly certified by Statutory Auditors of the Bidder or a practicing Chartered Accountant (not being an employee or a director or not having any interest in the bidder(s) company/firm) where audited accounts are not mandatory as per law.



 



                                                                                OR



 



“Duly notarized by any Notary Public in the bidders country.



 





  1. MRPL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.




 



 





  1. Rejection Criteria:




 





  1. Bids received after the due date and time of bid submission shall be summarily rejected.




 





  1. EMD: Bid received without Bid security declaration in place of EMD for the tender along with the bid duly signed shall be liable for rejection.




 



However, Govt. Dept. /PSUs/ firms registered with NSIC/MSE (Micro & Small Enterprise), vendors registered with District Industries Center (DIC), startups are exempted from submission of Bid security declaration. Such bidders shall submit relevant documentary proof towards exemption, along with technical bid of the tender.



 



 





  1. Offer sent without having the prescribed bidding document of MRPL, non-adherence to technical / commercial terms & conditions, Unpriced bid and Price bid not in the prescribed format, incomplete bids and bids with deviations to the tendered scope of work shall be liable for rejection.




 





  1. Non-compliance to any of PQC /BEC will be liable for rejection.




 





  1. Bidders failure to enter into Integrity Pact as applicable for the Tender along with the bid duly signed shall be liable for rejection.




 





  1. If technical bid & price bid are submitted together.




 





  1. Bids found to have been submitted with falsified/ incorrect information.




 





  1. Offer is liable for rejection if Bidder is in the Holiday/ Blacklist of any CPSU/ State PSU/ Central or State Government Undertaking. Bidder shall give a self-declaration to this effect.




 





  1. Consortium / Joint bids shall not be accepted.




 





  1. Bidder to quote for all items enlisted in BOQ, otherwise offer shall be rejected.




 





  1. Offers not meeting statutory requirement are liable for rejection.




 



 





  1. बोली मूल्यांकन मानदंड /Bid Evaluation Criteria (बीईसी / BEC):




 





  • The bidder should accept in Toto the Technical specification and Scope of work given in the Tender with no deviation as per clauses of the tender document.




 





  • Techno commercially acceptable bids will be evaluated on overall L-1 basis on % of SOR basis i.e. lowest landed cost to MRPL.




 





  • MRPL intends to award the contract to two (02) Contractors in the ratio of 60:40 to L1: L2 bidders and next bidder at L1 rate.




 





  • Counter offer/s would be offered to other bidders, i.e., L2, L3 and so on for acceptance of L1 rate by giving minimum of 2 working days. Bidders who have accepted and confirmed the counter offer within the specified time limit will be ranked in the order of original ranking and will be considered for award of order to the first bidder in the order of their ranking.




 





  • If any of the bidders do not confirm within the specified time limit, it will be construed that the bidder has not accepted the counter offer.




 





  • MRPL has the discretion to negotiate with L1 bidder, if rates offered by L1 bidder are not acceptable to MRPL. In such cases, negotiated/counter offer will be construed as L1 and such negotiated L1 rate will be offered to other qualified bidders also.




 





  • In case of a tie in same rate being quoted by more than one party, then the bidder with higher turnover (3 years Average Annual turnover total as per PQC#1) will be considered as lowest ranking tenderer. Accordingly Purchase preference for MSE’s Bidders will be considered based on turnover.




 





  • In case, if the number of successful bidders are less than the MRPL requirement, MRPL reserves the right to re-distribute the left over balance work available to the successful bidder after assessing the performance of the bidder, provided the bidder meet the PQC for the revised work order value.




 



For 100% jobs PQC as follows :



 





























































A





Average Annual Financial Turnover during the last 3 years ending 31st March of the previous financial year should be at least





Rs 33.23 Lakhs





 





 





 





a





Three similar completed works, each costing not less than





Rs 44.31 Lakhs





b





Two similar completed works, each costing not less than





Rs 55.39 Lakhs





c





One similar completed works, costing not less than





Rs 88.62 Lakhs