HINDUSTAN AERONAUTICS LIMITED ACCESSORIES DIVISION, LUCKNOW CIVIL ENGINEERING DEPARTMENT E-TENDER NOTICE NOTICE INVITING TENDER

Size: px
Start display at page:

Download "HINDUSTAN AERONAUTICS LIMITED ACCESSORIES DIVISION, LUCKNOW CIVIL ENGINEERING DEPARTMENT E-TENDER NOTICE NOTICE INVITING TENDER"

Transcription

1 S. No. HINDUSTAN AERONAUTICS LIMITED ACCESSORIES DIVISION, LUCKNOW CIVIL ENGINEERING DEPARTMENT E-TENDER NOTICE NOTICE INVITING TENDER Online e-tenders are invited in Two Bid System (i.e. Technical Bid & Financial Bid) for work mentioned below in E-mode from contractors (Indian Nationals/ Firms only) and free view NIT is available on HAL website under link, E-procurement portal. Interested agencies are requested to sign-in (new user sign-in only with DSC) online to obtain user-id and password using Digital Signature. The tender documents comprise Technical Bid and Price Bid. It is requested to download the on acceptance terms and conditions mentioned in the Technical bid. The Technical bid and price bid duly filled may be uploaded on E-portal HAL using Digital Signature before the last date & time submission as mentioned in the tender notice. The credentials as listed below shall be uploaded online. Name Work Approx. Estimated Cost including service tax (Rs. Lakh) Cost (Rs.) E.M.D. (Rs.) Period Completion Last date online submissio n Services for Horticulture maintenance works the Factory at HAL Lucknow months upto Hrs. Date opening at Hrs. Date opening Technical Bid : at hrs. Date opening Price Bid will be intimated to the eligible parties later on. 2. Intending parties having credentials as mentioned below may participate in e-tendering. The prequalification requirements for the works are as under :- (a) List all the similar works executed during the past 7 years with value, schedule period completion, with documentary evidence satisfactory completion work and self attested copies completion certificate given by industrial organization where the party had provided house keeping services. (b) (c) (d) (e) Latest Solvency certificate for Rs Lakhs from scheduled Bank/ Nationalized bank, issued not before one year the date submission tender. Copy PAN/GIR No. registration certificate issued by Income Tax Authority. Copy service tax registration certificate in labour recruitment/manpower supply Intending parties are required to submit an undertaking which is to be given in the following format:- I/we declare and confirm that:- a. All the information and attachments submitted in the technical bid/ envelop A are true and correct. b. There is no suppression or concealment information/ document with regard to execution similar work during the last 7 years. c. I/We are aware that any false information provided herein will result in the rejection my/our tender. (Signature Contractor) (f) (g) (h) (i) (j) (k) Pro proprietary/partnership firm or company & authorized person for receiving or signing the documents to be submitted. Partnership firms shall submit partnership deed registered from firm & society chit under partnership Act Copy TIN No. Registration with HAL/ other organizations, if any. Annual turnover for the last three years. Party should be having ESI No., copy ESI registration is to be enclosed with technical bid. Contractor must have valid Provident Fund and Employee State Insurance Code no and submit the pro there along with technical bid (Part-I). In case the tenderer do not have PF code No., then

2 he/they should submit an undertaking stating that I/ we will get the PF code no. and submit it within 30 days as getting the letter intent from HAL. (l) Balance sheet for last five years. 3. Essential Criteria : The intending tenderers will have to upload online the following criteria in order to be eligible for qualifying in technical bid. a) Annual Turn Over :- Average annual financial turnover during the last 3 years ending 31 st March the previous financial year i.e. Fy.11-12, Fy & Fy.13-14, should be at least 30% the approx. estimated amount put to tender. Copy balance sheet/ Auditor s statement or other relevant document to be attached b) EMD :EMD required amount specified in NIT to be furnished in the form Demand Draft/Pay order/banker s cheque from the nationalized/ scheduled bank payable to HAL, Accessories Division, Lucknow & deposition EMD through any other form will not be accepted. The scanned image earnest money deposit to be uploaded online along with the Technical bid and the original one should reach to the address mentioned below so as to reach latest by 12:30 Hrs on the last date online submission tender. However the details DD no. date etc to be provided in the technical bid. Moreover exemption EMD and tender cost to N.S.I.C registered MSME vendors/ parties shall be applicable as per notification/ guidelines Govt. India. c) Cost: The tender cost required amount specified in NIT to be furnished in the form Demand Draft/Pay order/banker s cheque from the nationalized/ scheduled bank payable to HAL, Accessories Division, Lucknow & deposition tender cost through any other form will not be accepted. The scanned image tender cost deposit to be uploaded online along with the Technical bid and the original one should reach to the address mentioned below so as to reach latest by 12:30 Hrs on the last date online submission tender in case tender cost not paid through e-payment gateway. However the details DD no. date etc to be provided in the technical bid. The cost tender document and EMD should reach to the following address up to Hrs on the last date submission tender document as mentioned in tender notice failing which tender will not be opened and any postal delay or any other reasons whatsoever shall not be considered :- Chief Manager (T.S.) Hindustan, Aeronautics Limited, Accessories Division, PO- HAL Lucknow d) Solvency : Latest Solvency certificate for minimum 40% the estimated amount issued by a Nationalized / Scheduled Bank with in a period 12 months from the final date submission tender. e) Experience : Experience having successfully completed similar work during last 7 years ending last day month previous to the one in which applications are invited should be one the following :- (i) Three similar completed works each costing not less than the amount equal to 40% the approx. estimated amount put to tender. OR (ii) Two similar completed works each costing not less than the amount equal to 50% the approx. estimated amount put to tender. OR (iii) One similar completed work costing not less than the amount equal to 80% the approx. estimated amount put to tender.. f) Party should be having ESI No., copy ESI registration is to be enclosed with technical bid. Note : i) Similar works means Providing Services Contract for deployment skilled, semiskilled and unskilled manpower nature works in industry/ factory under Govt./other reputed private organization/ undertaking ii) In case experience certificate obtained from reputed private organization, the same shall be supported with TDS Certificate :- 4. Qualifying criteria for Service contract(works) 4.1 Technical Bid Evaluation The technical bids shall be evaluated based on the available documents submitted by the bidder to assist in the examination, evaluation and comparison the bids and qualification the bidders. HAL may, at its discretion, ask any bidder for a clarification its bid. Any clarification

3 submitted by a bidder that is not in response to a request by HAL shall not be considered. HAL s request for clarification and the response shall be in writing Technical bid Evaluation (Segregated Type) A. Two bid system shall be followed where the technical bid and financial bid shall be evaluated separately. B. The tendering evaluation shall be done on weightage with 70% for Technical Evaluation based on resources capability/ skill expertise on work/ Assessment previous experience in similar type work and 30% for financial evaluation. C. The agency would be required to submit the Presentation on deployment Manpower material and Machinery proposed to be deployed in the contract. D. The technical bid evaluation shall be done based on the following criteria:- a. During the technical evaluation, each bidder shall be assigned marks, out total 100 marks, as per the criteria specified below : i) Number years in operations Max 25 Marks a) Upto 5 years 10 Marks b) More than 5 years and upto 10 years 15 Marks c) More than 10 years and upto 15 years 20 Marks d) More than 15 years 25 Marks ii) Turnover (Last Financial Year Max 25 Marks a) Upto 5 Crores 10 Marks b) More than 5 Crores and upto 50 Crores 15 Marks c) More than 50 Crores and upto 100 Crores 20 Marks d) More than 100 Crores 25 Marks iii) Number Manpower on rolls Max 25 Marks a) Upto Marks b) More than 5000 and upto Marks c) More than and upto Marks d) More than Marks iv) Quality related marks Max 25 Marks a) ISO (Less than 5 years) 05 Marks b) ISO(5-10 Years) 10 Marks c) SA Marks d) OHSAS Marks e) Any other international accreditation 05 Marks Certificate The above parameters shall be evaluated by Screening Committee as per the Provisions indicated in Works Manual. a. A Bidder should mandarorily secure a minimum 70% marks (i.e. 70 marks out total 100 marks as per para (a) in Technical Evaluation in order to be a qualified bidder for being eligible for Technical Weightage and subsequently for opening financial bids. c. The total marks obtained by a Bidder in the technical bid shall be allocated 70% technical weightage and the financial bids shall be allocated 30% financial weightage and there by making a total 100% weightage for the complete bidding. Illustration 1 (for Technical Weightage) If a bidder has secured 80 marks out the total 100 marks in technical evaluation after following para(a), his technical evaluation value shall be; 56 i.e. (80x70%). d. The bidder shall be required to produce self attested copies the relevant documents in support the parameters at Para (a)above. In addition to documentary evidence other parameters, for being considered during technical evaluation.

4 e. A substantially responsive bid shall be one that meets the requirements the bidding document totally, i.e., by following the procedure as above. The technical bid not meeting the minimum requirements as per the tender documents shall be rejected and their financial proposals will be returned unopened. f. The bidders who qualified in the technical evaluation stage shall only be called for opening financial bids Financial Bid Evaluation and Determination the Successful Bidder a. The financial evaluation shall be carried out and financial bids all the bidders shall be given weightage out 30%. b. The bidder with the lowest bid price (L-1) shall be assigned full 30 marks (i.e. 30%x100) and his total scores the bid shall be as per illustration 2 below : Illustration 2 If Bidder at illustration 1 is L-1 Bidder and quoted Rs.100/- for being L-1, then his total value shall be 86 i.e. [56(Technical Value)+ 30 (Financial value)] c. The financial scores the other bidders (i.e. L-2,L-3.and so on) shall be computed as under and as explained at illustration- 3 below. Illustration 3 30x Lowest Value (L-1 Price)/Quoted value (L-2 or L-3.) If bidder at illustration 1 is L-2 Bidder (in price bid) and he quoted Rs.125, therefore 30% being the weighted value, the financial scores for L-2 shall be computed as under : 30x100(lowest prices-l1)/125 (quoted price-l2) = 24 (financial score) Therefore L-2 Bidder shall have total value 80 (56 Technical Value + 24 Financial Value) d. The bidder s ranking shall be arranged depending on the marks obtained by each the bidders in the Technical Evaluation and Financial Evaluation together. e. The Bidder meeting the minimum eligibility criteria and with the highest marks/ rank (i.e. the total technical evaluation marks and financial evaluation marks) shall be deemed as the successful Bidder and shall be considered eligible L-1 Bidder for further processing. 6. This advertisement can also be seen in HAL website under s, Accessories Division, Lucknow. s and this tender notice forms part the tender document. s received without earnest money & tender cost or those which are incomplete or conditional, will be rejected. 7. Since this is an electronic mode tendering, any manual or mechanical errors committed before uploading or during the process uploading the document shall bound to be duly accepted by the tenderer. The tenderer shall not have claim whatsoever in this regard. 8. ers are required to make the DATA ENTRY the item rate in figure only and rate in words will be automatically generated by the system. The rate to be inserted should invariably correspond to the UNITS given under unit column. 9. documents duly filled & uploaded with in the last date submission as mentioned in the tender notice. The last date receipt tender will not be extended under any circumstances, unless otherwise the date is declared as a holiday for HAL, then in such case the next working day in HAL will be treated as the last scheduled/ notified date for that purpose.

5 10. The tenders shall download and sign the LETTER OF UNDERTAKING (as per format enclosed at 2 (e) NIT) the document and upload the same after duly signed along with other documents. 11. The tenderers will be required to keep their fers open upto 90 days without modification. If the tender modifies his tender or revokes the same during this period, the tender may, at the discretion CFA, be treated as non-bonafide and cancelled and earnest money forfeited. DGM(FIN.) : for attending the tender opening as per schedule C.M.(TS) NOTICE BOARD : Factory Gate/ Township Section/ Civil Engg. Deptt. 1. M/S. U.P.R.N.N., Vishweshwaraiya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow 2. U.P.P.W.D. (Lok Nirman Vibhag) Superintendent Engineer, 39 circle, 96, Ashok Marg, Jawahar Bhawan, Lucknow. 3. The Chief Engg. Head Quarter Central Comm.,E-1, Section, Lucknow. 4. M/S. H.A.L. Transport Aircraft Division, Post. Chakeri, Kanpur. 5. M/S. H.A.L. Avionics Division, Korwa, post. Amethi, Distt. Sultanpur. 6. ISTRAC, Ground station, Post fice C, Sitapur road, (ISRO),Yojna, Kurshi Road, Lucknow. 7. Executive Engr., Central Div. II,CPWD, Kendriya Bhawan, Sec- H Aliganj, Lucknow. 8. Working contractors