×

COCHIN INTERNATIONAL AIRPORT LIMITED

TENDER NOTICE

CIAL/FS/SWPUMP/06                                                                                                                                              26/06/2023

 

Sealed tenders are invited from original equipment manufacturer (OEM)/ authorized dealers on behalf of Cochin International Airport Ltd (CIAL) for design, supply, installation, testing, commissioning and handing over of 2 Nos of submersible water pumps for refilling ACFTs at Cochin International Airport.

 

Name of work: 

Supply of 2 nos of submersible water pumps for refilling ACFTs at cochin international airport.


Estimated Cost: Rs 50 lakhs (approximately)

Period of Completion: 4 Months

 

1.        The tender shall be in the prescribed form.

 

2.        This tender is not transferable.

 

3.        The Purchaser/Accepting authority means the “Managing Director, Cochin International Airport Ltd” or his representative who shall also be the Accepting Authority.

 

4.        Tenderers shall give complete break-up of the prices indicating clearly all taxes and duties as applicable.

 

5.        Completion Period: Shall be 4 months, starting after 15 days from the date of purchase order.

 

6.        The tenderer shall submit the price as per the technical specification in this tender.

 

7.        Tenderer shall be pre-qualified based on the submission of documents as proof for meeting the following criteria.  Tender documents will be issued only to those who meet these criteria.


8.        Pre-Qualification Criteria


1.       The Tenderer should have a minimum 15 years’ experience in the field of submersible water pumps etc. 

 

2.       The tenderer should be Original Equipment Manufacturer (OEM) or authorized dealer of OEM for the following approved makes.

a.         KSB pumps

b.         Xylem

c.          Lubi

 

3.        The Tenderer should have supplied at least two numbers of similar or higher capacity submersible dewatering water pumps to any company in a single order over the immediate last 05 years as on January 2023.Year wise details of the above supply shall be submitted as given in annex 1.

 

4.       The OEM shall submit the details of existing authorized service partner in India with all relevant supporting documents (like Company/Firm Registration certificate/GST Registration certificate) showing their experience in the specific field shall be submitted.

 

5.       The firm/tenderer should have an annual turnover of INR 5 Crore in any one of the three preceding financial years as of January 2023. The contractor must provide audited balance sheets and profit & loss accounts for the preceding three years as evidence of the firm's financial performance.

 

6.       The firm shall submit a self-certification that it has trained manpower in India for repairs and maintenance of submersible water pumps.

 

7.       The bidder should not have been blacklisted either by CIAL or any of the reputed organizations. Self-certification for the same shall be produced.

 

8.       The bidder shall provide a satisfactory report from the respective CIAL department if the bidder has previously supplied products to any other CIAL Departments.

 

9.       Tender document consisting of drawings, specifications, Schedule(s) of items of the various classes of work to be done, the conditions of contract and other necessary documents is sold on payment of Rs. 3,000 Including GST (Rupees Three thousand only including GST) by way of cash for hand delivery or by Post in India Rs.500/- to be added and Rs.2000/- for abroad worth Demand Draft on any Nationalised/Scheduled bank payable at Ernakulam/ Nedumbassery drawn in favour of Cochin International Airport Limited during working hours to those who are found suitable after scrutiny of applications.

 

10.   Willing tenderers must attach the following documents with their application:      

 

a)Copy of valid PF and ESI registration.                                                      

 

11.   Tenderers are advised to inspect and examine the site and satisfy themselves before submitting their tenders as to the nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or effect their tender.  A tenderer shall be deemed to have full knowledge of the site, whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.

 

12.   The tender for the Works shall not be witnessed by a contractor or contractors who himself/themselves has/have tendered or who may has/have tendered for the same works. Failure to observe this condition shall render the tender of the contractor tendering as well as of those witnessing the tender liable to rejection.

 

13.   Applications for issue of tender document shall be submitted to the Accepting Authority along with the above, so as to reach his office not later than before 30th June 2023

 

14.   The prices shall be indicated both in figures & words. All rates shall be quoted on the tender bid form

 

15.   The technical parameters of the submersible water pumps for refilling ACFTs’ are as given below. Detailed technical specification is given as part of tender document.

 

Type of Pump and Service

Non-self-priming, Submersible, single-stage, centrifugal pump designed for refilling of ACFTs’ water tank.

Flow rate

600 m3/hr @ 10 M head

Discharge outlet connection

250mm Class B GI pipe

Temperature of Fluid

Max 40 0C

Motor Rating

415 V ± 10 and Frequency 50 Hz

Motor Starting mode

Star-Delta starter

 

16.   Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the tender document.

 

17.   Earnest Money Deposit

The tender shall be accompanied by Earnest Money Deposit of Rs. 1,50,000/- (Rupees One Lakh Fifty Thousand only), either in the form of Demand Draft on any Nationalized /Scheduled bank in favor of Cochin International Airport Limited, payable at Ernakulam/Nedumbassery or proof of electronic transfer in favor of Cochin International Airport Limited for the bid validity period of 90 days from the date of opening of tender. Cochin International Airport Ltd. will return the earnest money without any interest to the unsuccessful tenderers. EMD of successful tenderers will be returned on submission of the contract performance guarantee.

18.   Tender shall be submitted in two separate sealed covers (Cover -1 and Cover -2) as given below superscribing the name of work, due date and time, address of purchaser and the address of the tenderers.

 

 

               PREPARATION OF BIDS

 

The bid prepared by the bidder shall be in two parts with each part containing the following components:

 

 

(a)    COVER – 1 (TECHNICAL BID)

 

Technical bid in two separate sealed covers (marked Cover-1A, Cover-1B) as given below super scribing the name of the work-technical bid, address of the Accepting Authority and address of the tenderer.

 

                                                                     I.            COVER-1A.

 

                                 i.            EMD of Rs. 1,50,000 in the form of Demand Draft or proof of electronic transfer.

 

                               ii.            Unconditional ACCEPTANCE LETTER (as per the specimen shown in the tender document) duly signed by the authorized signatory with seal

 

                             iii.            Power of Attorney to Sign the Tender documents

 

(Notarized Authorization letter of delegation should be submitted to prove the authority of person signing the Unconditional Acceptance Letter and Tender documents that he/she has the power to sign the same or to delegate the execution power, as per the Company’s Article of Association or Board Resolution.

 

 

                                                                   II.            COVER-1B.

 

Following documents shall be included:

 

Tender document (except commercial bid) duly filled, signed and sealed in all the pages. The bidder shall sign each page of document as evidence of conformity to the requirements. Only relevant information should be enclosed in the bid.

 

                                 i.            Profile of the Organization. Company profile shall be in max. 10 pages only.

                               ii.            Detailed technical specification of the proposed submersible water pumps

                             iii.            All Forms duly filled and signed specified in this document

                             iv.            Details of the responsible maintenance in charge who shall be contacted for all maintenance related queries

                               v.            Spare parts and special tools catalogue

 

The Cover-1B (technical Bid) will be opened only if the EMD and Unconditional Acceptance letter of the CIAL tender conditions are enclosed in Cover-1A. Any false claim will lead to the rejection of tender and forfeiture of EMD at any phase of evaluation. Originals of all the submitted documents asked in this tender should be produced before CIAL as and when required.

 

(b)    COVER – 2 (COMMERCIAL BID)

 

Commercial Bid part shall include the following documents, duly filled signed and sealed in a Separate cover.

 

Schedule of Quantities duly filled signed and sealed.

 

The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid Documents, indicating the items to be supplied, a brief description of the Items, quantity and price. The bidder shall quote the rates in English language and international numerals. The rates shall be written in both figures as well as in words.

 

CMC/AMC rates (if any) should also be quoted in the Bid Form.

The commercial bids (Cover-2) will be opened as decided by the Tender Committee of CIAL under intimation to the bidders and the rejected tenders will not be opened for further comparisons. CIAL has the right to place order on any firm as they deem fit. It is not binding on CIAL to place order on the lowest quotation.

 

19.              Notification of Award of contract will be made in writing to the successful Bidder by the Accepting Authority.  The contract will normally be awarded to the qualified and responsive Bidder offering the lowest evaluated bid in conformity with the requirements of the specifications and contract documents and the Accepting Authority shall be the sole judge in this regard.  The Accepting Authority does not bind himself to accept the lowest or any tender or to give any reason for his decision.

 

a.              A responsive bidder is one who submits Technical and Commercial bid (priced tender) and accepts all terms and conditions of the specifications and contract documents without any modifications.

b.              A modification is one which affects in any way, the quality, quantity and period of completion of the work or which limits in any way the responsibilities or liabilities of the Bidder or any right of CIAL as required in the specifications and contract documents.  Any modification in the terms and conditions of the tender which are not acceptable to CIAL shall also be treated as a major modification.

c.              A tenderer shall submit a responsive bid, failing which his tender will be liable to be rejected.

d.              The Accepting Authority does not bind himself to accept the lowest or any tender and reserves to himself the right of accepting the whole or any part of the tender and tenderer shall be bound to perform the same at his quoted rate.

 

20.              On acceptance of tender, Earnest Money submitted as demand draft will be treated as part of the security deposit.

 

21.              Upon acceptance of the tender, and on issue of Letter of Intent (LOI) by the purchaser, the successful tenderer shall within 15 days of receipt of LOI, deposit with the CIAL a Performance Guarantee from a Nationalized/Scheduled Bank in India in favor of purchaser. The guarantee amount shall be equal to 10% of the gross value of the contract price and it shall guarantee the faithful performance of the contract in accordance with the terms and conditions stated in the tender documents. Detailed Purchase Order shall be issued to contractor only after they submit the performance guarantee in an acceptable form.  The guarantee shall be valid up to the commissioning of the project. The purchaser has the right to encash this bank guarantee if the performance of the Contractor is not satisfactory

 

22.              Cochin International Airport Ltd. will return the earnest money without any interest to the unsuccessful tenderers. The EMD of the second and third lowest bidder will be returned only after lowest bidder executes the contract agreement.

 

23.              Canvassing is strictly prohibited, and the tenders submitted by the tenderers who resort to canvassing will be liable for rejection.

 

24.              The tenderer shall not be permitted for works in CIAL in which his near relative is or working in any capacity.  He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any staff in CIAL.  Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this company and also from further tendering in this company.

 

25.              The tenderer shall give a list of CIAL and Kochi International Airport Society employees related to him.

26.              The tender submitted by the Tenderers shall remain open for acceptance for a period of 90 (Ninety) days from the date of opening of tenders. If any tenderer withdraws his tender before the above said period or makes any modifications in the terms and conditions of the tender which are not acceptable to the company, then CIAL shall, without prejudice to any other right or remedy, be at liberty to forfeit the full said earnest money deposit absolutely.

 

27.              On acceptance of the tender, the name of the accredited representative(s) of the Contractor who would be responsible for taking instructions from CIAL shall be communicated to accepting authority.

 

28.              A tenderer shall submit the tender which satisfies each and every condition laid down in this notice, failing which, the tender will be liable to be rejected.

 

29.              Customs duty (if any) for the imported items would be paid by CIAL directly to Customs Department.

 

30.              GST or any other taxes or statutory levies applicable to this contract shall be payable by the Contractor and CIAL will not entertain any claim whatsoever in this project.

 

31.              This notice of tender shall form part of the contract document.

 

32.              All the tenderers must indicate the capacity and authority of the individual signing the tender.

 

33.              Delivery of Tender:

Local tenders can be deposited in the tender box kept for the purpose. All outstation tenders should be sent by Registered post only. One cover/envelop should contain one tender only, Tenderers must note that each copy of the tender should be a complete document and should preferably be bound as a volume.

 

34.              The tenderers shall quote prices for imported equipments & spares  in US Dollars/Euro and if the supply is from India, they shall quote in Indian Rupees, Ex-Cochin International Airport, Nedumbassery destination basis inclusive of packing, clearing, forwarding, freight, entry tax, Insurance, octroy, Excise duty, Sales tax and all other taxes including Customs duty and import GST in India for delivery at site.  Indian Customs Duty including import GST in India would be borne by CIAL. Bill of Entry to be filed in the name of CIAL as importer.

 

35.              In case any incorrect information is submitted by tenderer against this tender, the offer shall be summarily rejected. EMD shall be forfeited under this condition.

 

36.              If the offered product is not meeting the specification or of inferior quality, CIAL reserves the right to reject the   bid after technical evaluation

 

37.              After the technical bid opening, the bidder should be ready for a detailed technical presentation on the proposed system, if asked for, in front of technical evaluation committee. During technical presentation, the bidder should explain the detailed design and working of the quoted equipment’s with advantages and limitations. The time allotted for the presentation is 3 hrs.

38.              CIAL reserves the right to allow the bidders to revise the submitted commercial bid after the technical evaluation and before the opening of commercial bid, if found necessary. This will be at the sole discretion of CIAL.

 

39.              The time limit allowed for submission of the performance guarantee by the contractor shall be 15 days from the letter of acceptance. Performance security deposit shall be released after satisfactory completion of works, without any interest.

 

40.              The envelopes containing tenders as well as subsequent communication should be submitted to the following address. On the top of the envelope, it should be super scribed that “Design, Supply, Installation, Testing, Commissioning and Handing over of Two Nos of submersible water pumps for refilling ACFTS

 

The Managing Director

 

Cochin International Airport Limited

 

Kochi Airport P.O

 

Kerala, India, Pin - 683 111

 

Phone: +91 484 2610115, Fax: +91 484 2610009, 2610012

 

E-mail: arff@cial.aero

 

1.       Purchase order will be issued to the successful bidder only. Subcontracting / sub licensing or employing third party to facilitate the allotted Purchase order will not be entertained at any circumstances.

 

2.       Any query regarding the document shall be contacted to Mr. Jobin Jacob (AM, ARFF) on jobin@cial.aero , Contact number: 9895785451

 

Date of Submission of application forms for pre-qualification

04-07-2023 before 1700 hours

 

Period of Sale of Tender

 

 10-07-2023 to 14-07-2023

 

(between 10.00 AM to 4.30 PM)

 

Last Date and time for the submission of Tender documents

 01-08-2023, 15.00 Hrs

 

Date and time of opening of the Tender documents

01-08-2023, 15.30 Hrs

 

 

 

 

3.       Date of opening of Commercial bid shall be intimated later.

 

 

Interested agencies shall have to submit their application forms for prequalification along with necessary supporting documents mentioned in the eligibility criteria in the office of the Managing Director, Cochin International Airport Ltd., Kochi Airport P O, pin: 683 111, on or before the date mentioned above for the pre-qualification for issuing the tender document.

Tender forms shall be issued to those agencies which are found eligible after the scrutiny of their application. CIAL reserves the right to change the qualifying criteria at their discretion and to accept or reject the tenders without assigning any reason thereof. The tenders which are not accompanied by the EMD shall be summarily rejected.

(Sd/-) Managing Director

 
 

 

 

 

 

 

 

 

 

 

ANNEXURE 1

 

Sl No.

Details of supply

Quantity

P.O No and Date

Satisfactory completion certificate details

End user with contact details of representative & full address with e-mail