Upload
vudang
View
221
Download
0
Embed Size (px)
Citation preview
HOOGHLY COCHIN SHIPYARD LIMITED (HCSL) The Legacy, Level 1, 25A,Shakespeare Sarani, Kolkata,
West Bengal – 700017
Consultant: - KITCO Ltd.
Femith’s ,P.B.No.4407
Puthiya Road, NH Byepass, Vennala
Kochi-682028, Kerala, India.
PRE QUALIFICATION FOR SELECTION OF CONTRACTORS
FOR THE
“RESTRUCTURING & AUGMENTATION OF M/s. HOOGHLY COCHIN SHIPYARD
LTD (HCSL), KOLKATA”
Tender No: HCSL/PROJ/036/2018-19 dated 25/05/18
This document consists of 47pages
(Last date of submission of tender is on or before 15:00 hrs on 11th June 2018)
Page 2 of 47
CONTENTS
1 GENERAL INFORMATION ............................................................................................... 5
1.1 Employer……………………………………………………………………………….…………..5
1.2 Introduction and Objective………………………………………………………….…………..5
1.2.1 Nazirgunge works ............................................................................................................. 5
1.3 Definitions…………………………………………………………………………………….……..6
1.4 Project Description………………………………………………………………………….……...7
1.4.1 Scope of Assignment: .................................................................................................... 7
1.5 Award of Contract………………………………………………………………………………...10
2 INSTRUCTION TO APPLICANTS .................................................................................. 11
2.1 Corrupt of Fraudulent Practice…………………………………………………………………. 11
2.2 Employer’s Right to Accept or Reject Applications…………………………………………...11
2.3 Preparation of Application……………………………………………………………………….11
2.3.1 Language ....................................................................................................................... 11
2.3.2 Queries on Prequalification Documents ...................................................................... 11
2.3.3 Costs .............................................................................................................................. 12
2.3.4 Forms of Submission .................................................................................................... 12
2.3.5 Format and Signing ....................................................................................................... 12
2.3.6 Subcontractors .............................................................................................................. 12
2.4 Submission of Application……………………………………………………………………….13
2.4.1 Submission Address ..................................................................................................... 13
2.4.2 Site Visit ......................................................................................................................... 13
2.4.3 Statutory Obligations .................................................................................................... 13
2.4.4 Health and Safety .......................................................................................................... 13
2.4.5 Sealing and Marking ..................................................................................................... 14
2.4.6 Submission Date ........................................................................................................... 14
2.4.7 Late Applications .......................................................................................................... 14
2.4.8 Opening of Applications ............................................................................................... 14
2.5 Evaluation of Application………………………………………………………………………...14
2.5.1 Process of Evaluation ................................................................................................... 14
2.5.2 Confidentiality ............................................................................................................... 14
2.5.3 Clarification of Applications ......................................................................................... 14
2.5.4 Responsiveness of Applications ................................................................................. 15
2.5.5 Pre-qualification of Applications .................................................................................. 15
2.5.6 Notification of Pre-qualification ................................................................................... 15
2.5.7 Invitation to Bid ............................................................................................................. 15
2.5.8 Changes in qualification of Applicants ........................................................................ 15
Page 3 of 47
3 ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION .................................................... 16
3.1 General……………………………………………………………………………………….……16
3.2 Technical Experience……………………………………………………………………….……16
3.2.1 Multi-Disciplinary Marine Infrastructure Projects ....................................................... 16
3.2.2 PEB Structure / Steel Building Projects ...................................................................... 17
3.2.3 Relevant Experience Certificates ................................................................................. 17
3.2.4 Subcontractors .............................................................................................................. 18
3.2.5 Personnel capabilities .................................................................................................. 19
3.3 Financial Capability…………………………………………………………………………….…20
3.3.1 General ........................................................................................................................... 20
3.3.2 Financial Capability ....................................................................................................... 20
3.3.3 Financial Position………………………………………………………………………………..21
3.4 Equipment Capabilities……………………………………………………………….……….….22
3.5 Evaluation Criteria……………………………………………………..……………………….….22
3.6 Litigation History……………………………………………………..………………………….…22
4 PROPOSED TIMESCALES AND CONSTRUCTION ACTIVITIES………………………….23
5 TENDER PROCEDURE AND CONTRACT CONDITIONS…………………………………..24
5.1 Conditions of Contract……………………………………………………………..……….……..24
5.2 Tender procedure subsequent to pre-qualification……………………………..………….…..24
5.3 Disqualifications……………………………………………………………………..………….….24
5.4 Currency of Payment…………………………………………………………………...…………24
5.5 Integrity Pact……………………………………………………………….………………..……...24
FORMS OF SUBMISSION 25
Page 4 of 47
PRE QUALIFICATION NOTICE FOR SELECTION OF CONTRACTORS
Sealed prequalification tenders are invited from experienced, reputed and financially sound contractors/firms in the field of
engineering, procurement and construction services for the “Restructuring & Augmentation of M/s. Hooghly Cochin Shipyard Ltd
(HCSL), Kolkata”. The work involves setting up of a ship building cum ship repair facility at Nazirgunge works. The scope shall
be inclusive of all related civil works, electrical works, mechanical works, firefighting system, machinery procurement, supply,
installation & commissioning and other allied services / utilities etc. The details of pre-qualification and documents can be
obtained from the office of GM (BD & NP), Cochin Shipyard Limited (CSL), Perumanoor PO, Kochi, 682 015, Kerala who shall
be handling the tender process for and on behalf of HCSL. The E-tender documents can be downloaded from CSL website
www.cochinshipyard.com or http://www.eprocure.gov.in. Firms to note that tender procedure/administration will be handled by
Cochin Shipyard Limited and contract will be placed by Hooghly Cochin Shipyard Limited (HCSL). Firms which respond to this
tender and subsequently getting pre-qualified will only be considered for further limited tendering process. Last date of
submission of pre-qualification tender is 15.00 hrs on 11th June 2018. All corrigenda, addenda, amendments and clarifications to
this prequalification tender will be hosted in the website www.cochinshipyard.com or http://www.eprocure.gov.in. and not in the
newspaper. Bidders shall keep themselves updated with all such developments till the last date and time of submission of
tender.
S/d
GM (BD & NP)
Cochin Shipyard Limited
Secondment to HCSL
Page 5 of 47
1 GENERAL INFORMATION
1.1 Employer
Name: HOOGHLY COCHIN SHIPYARD LIMITED (HCSL)
Registered office: Level 1, The Legacy,
25A, Shakespeare Sarani,
Kolkata,
West Bengal – 700017
Works: Nazirgunge Works,
Hooghly Cochin Shipyard Ltd.
Satyen Bose Road (BGRS Road),
PO Danesh SK Lane,
PS Sankrail, Howrah,
Kolkata – 711109
Hooghly Cochin Shipyard Limited is a Joint Venture (JV) Company promoted by Cochin Shipyard Ltd and Hooghly
Dock & Port Engineers Limited with Cochin Shipyard Ltd having 76 per cent and Hooghly Dock & Port Engineers
Limited having 24 per cent stake in the Company respectively.
HCSL was incorporated with an objective of setting up of an exclusive facility for construction and repair of vessels for Indian
Coast Guard, ONGC, Kolkata Port Trust, Visakhapatnam Port Trust, Inland Water Authority of India (IWAI), etc. in National
Waterway 1 (Ganga-Bhagirathi-Hooghly river system).
Tender administration: Tender procedure/administration/evaluation including correspondences will be done by M/s. Cochin
Shipyard Ltd, Cochin, Kerala on behalf of M/s. Hooghly Cochin Shipyard Limited and awarding of contract will be done by M/s.
Hooghly Cochin Shipyard Limited, Kolkata, West Bengal.
1.2 Introduction and Objective
The work involves the restructuring and augmentation of Hooghly Cochin Shipyard Ltd (HCSL). The project location is
Nazirgunge unit located in Howrah, Kolkata and details of the site are given below:
1.2.1 Nazirgunge works
The site can be approached from Kolkata via Vidyasagar Setu (also known as the Second Hooghly Bridge) and is 6.1 km from
Vidyasagar Setu (Please see the figure 1).
Page 6 of 47
HCSL intends to prequalify firms to tender for executing the works pertaining to setting up of shipbuilding and ship repair facility
at Nazirgunge on a turnkey basis inclusive of all related civil, mechanical, electrical, machinery procurement, supply and
installation and other related testing & commissioning works.
The entire work is required to be completed in all respect within 15 months from the date of award of work. The contractors will
be required to maintain steady and required progress to the satisfaction of the execution authority to ensure that the work will be
completed in all respects within the stipulated period.
1.3 Definitions
The following words and expressions shall have the meanings stated:
“Consultant” means the firm appointed by the Employer to act as the Consultant for the purposes of the contract. For this
particular work Consultant will be M/s. KITCO.
"Employer" means the person named as Employer in Clause 1.1 and the legal successors in title to this person including
officers/employees of CSL, the parent company.
"Applicant" means the person(s) named as Applicant in the Letter of Application and the legal successors in title to this
person(s).
"Contractor" means the person(s) who will be named later on as Contractor in the Letter of Tender accepted by the Employer
and the legal successors in title to this person(s).
“Project” means restructuring and augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL), Kolkata which includes supply,
erection, commissioning of civil works, mechanical works, electrical works, firefighting system, other allied services/utilities and
shall include all additional, altered or substituted works as required for the completion and commissioning of the project.
FIGURE 1 APPROACH TO NAZIRGUNGE WORKS FROM VIDYASAGAR SETU
Page 7 of 47
1.4 Project Description
M/s. Hooghly Cochin Shipyard Ltd. (HCSL) intends to set up a modern ship building and ship repair facility at its works located
at Nazirgunge, Detailed Project Report has been prepared by the Consultant.
The existing slipway at Nazirgunge works will be revamped including rectification/replacement of gate, construction
of platform and gangway structure for fit-out pontoons and establishment of associated workshops and allied services. The
initial monthly block fabrication output shall be 600T which may be escalated to 1000T.
1.4.1 Scope of Assignment:
The scope shall be inclusive of construction, fabrication, supply, installation, testing and commissioning of all civil works,
electrical works, mechanical works, firefighting system, machineries, other allied services/utilities etc. (landside and river side)
relating to “Restructuring and Augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL), Kolkata”. The scope of work is not
limited to the list below but shall include everything, which will be detailed in the limited tender enquiry to be issued subsequent
to the pre-qualification process.
The detailed scope includes the following:-
a) Workshops (PEB structure):
All workshop buildings to be designed as Pre Engineered Buildings (PEB) structure by the contractor. Front End
Engineering Design (FEED) shall be provided by the Consultant. The contractor has to carry out procurement, supply,
installation and commissioning of machinery and cranes as per the list specified in 1.4(h) below.
� Plate blasting & painting shop: The Covered shop equipped with jib crane, plate transferring system, and other
required items.
� Block Assembly: Facilities include cranes/equipment for Assembly works.
� Sub assembly & Block Fabrication area with movable sheds equipped with required c ranes /equipment
� Pipe shop equipped with required cranes/equipment and machineries.
� Machine Shop equipped with Lathe, Drilling Machine, Milling Machine etc. and other required cranes.
� Transfer/Erection bay where final ship assembly including outfit works will be performed. This includes required
cranes/equipment and machineries.
� Outfitting Facility for piping, machinery, electrical, sheet metal, blasting and painting with adequate crane and
machinery facilities.
b) Quay facilities: Available quay area to be modified / equipped with
� Additional floating Pontoon & allied facilities to carry out post Launching works.
� Fenders, Bollards and quay side cranes
� Adequate number of distribution boards and lightings with aesthetic appearance
c) Stores (PEB structure):
All store buildings to be designed as PEB structure with crane facilities by the contractor. FEED design shall be provided
by the Consultant. Steel stock yard for storage of steel equipped with crane is also envisaged in this project.
Page 8 of 47
d) Mechanical, Electrical, Service & MHE facilities: These shall include:
� Storage & distribution system for Oxygen and Carbon Dioxide and LPG.
� Manifold & distribution system for acetylene
� Compressed air system
� HVAC system
� Fire Fighting system – Detection & alarm system, fire pumps, fire hydrants, fire hoses, sprinkler etc.
� Industrial & fresh water system including storage tanks. – Main feeder pipes, water storage tanks, water pump
station, water distribution etc.
� Marine Coating Shop.
� EOT/Gantry/Semi gantry cranes, etc. suitable for transportation of sub-assembly, blocks, Grand Assembly during
shipbuilding
� Cranes for ship repair works
� Capstans, Bollards, Roller fair leads
� , Shearing machine, Lathe, Drilling machine, Milling machine, slotting machine etc.
� Hydraulic / mechanically assisted block movement system
� Telephone / LAN connectivity &CCTV
� STP
� Internal roads
� Construction/rectification of compound walls
� Anodes for cathodic protection
� Main receiving station &Substation
� Captive power plant – capacity selection, location finalization etc.
� Control room with SCADA facility
� LT &HT cable trenches
� Cabling to meet yard requirements
� Distribution panels for shops, Shore supply units, Switch boards etc.
� Earthing requirements for yard, yard equipment, buildings, substation, CPP etc.
� Lightning protection for the yard.
� Electrification to all machineries in various shops
� DSL systems for the crane
� High mast lights & General yard lighting etc.
� Landscaping and Beautification of yard
e) Buildings & other facilities: These shall include administrative building, service complex including hygiene center,
client offices and canteen, toilet block, wash rooms, garage, security post, reception/information center, shop office for
officers and supervisors, dispensary, compressor room, pump room, manifold room, training center, guest house,
heritage museum, punching access system, parking area, open yard for gas facilities, rain water harvesting, solar power
plants, substation & captive power plant buildings and any other facilities as required.
Page 9 of 47
f) Refurbishment works proposed at Nazirgunge: These shall include revamping of existing slipway facility and its lock
gate with crane rails, cradle and suitable winch and pulley system for launching / hauling–in operations, renovation of
existing heavy machine shop to be used as preparation bay with required new machineries, cranes and other equipment.
g) Dredging: Dredging works in way of slipway mouth, berthing area etc. with disposal of dredging waste in demarcated
areas.
h) Machinery: Procurement, supply, installation and commissioning of machinery as per the list.
There may be change in below machinery list as proposed by Consultant during LTE tender.
SL. No. Description Nos.
1 DG Gantry crane 50/20T span 60m x height 30m x LT 120m
1
2 Magnet DG Gantry crane 15T span 18.7m x height 12m x LT 63.1m
1
3 DG Gantry crane 40/20T span 19.5m x height 35m x LT 314.8m
1
4 DG Gantry crane 40/20T span 30.7m x height 35m x LT 255m
1
5 SG EOT Crane 3T span 22m x height 9m x LT 57m
1
6 SG Gantry Crane 3T span 18.7m x height 9m x LT 78.6 m
1
7 SG Gantry Crane 3T span 14.5m x height 9m x LT 245.6m
2
8 Magnetic DG EOT Crane 10 T span 22.5m x height 9.8m x LT 80m
1
9 SG EOT Crane 5T span 22.5m x height 9.8m x LT 80m
1
10 JIB Crane 6T with EPM magnetic lifter JIB length:8 mtr Clear Height above ground:2.6 mtr( magnetic lifter)
1
Page 10 of 47
11
Tower Crane 5T JIB:25 mtr
Height above ground:10 mtr
2
12 Weigh Bridge 16m x 3m (60T) 1
13 Shearing machine 13mm thick, Width:3.1m, conventional machine 1
14 Lathe 1.5M Height of center : 260 mm , Type of bead : Straight Distance between centers : 1500 mm
1
15 Radial drilling machine Drilling in steel: 60mm, Drilling radius (Max/Min): 1820mm/675mm
1
16 Vertical Milling machine. Distance from spindle to Colum face: 450 mm, Max weight that can be loaded on the table : 600 Kg. Longitudinal Traverse : 1200 mm , Cross traverse : 320 mm
1
17 Compressor 500 CFM 7
Note: -
1. Quantity, description & scope given above are not final and may vary during limited tendering stage. Detailed specification
will be provided for all Machineries and Cranes during LTE.
2. The above installations shall be carried out through OEMs or authorized representatives/dealers/suppliers in the
respective fields in case the main contractor is not having the in-house facility for carrying out such works. Third party
inspection and subsequent approval may have to be carried out by an approved agency as specified in the limited tender
enquiry.
3. Certain critical equipment will be procured by the Employer. However, Contractor shall be responsible for providing
foundations for the equipment procured by the Employer. Necessary support during installation of the Employer procured
equipment shall be provided by the Contractor.
i) Any other additional works for the basic functioning of a ship building unit.
1.5 Award of Contract
Civil works, Electrical works, mechanical works, services, firefighting, machinery procurement, installation,
commissioning will be awarded to a single contractor on a turnkey basis. M/s. Hooghly Cochin Shipyard Limited
reserve themselves the right of adding or omitting any items of work from the Contract or having portions of the same
carried out without prejudice to this contract.
Page 11 of 47
2 INSTRUCTION TO APPLICANTS
2.1 Corrupt of Fraudulent Practices
The Employer wishes that Applicants/ Contractors observe the highest standard of ethics during all stages of pre-qualification,
tendering, planning and construction.
In pursuance of this policy, the Employer;
a) Defines, for the purposes of this provision, the terms set forth below as follows:
I. "corrupt practice" means the offering giving, receiving or soliciting of anything of value to influence the action of a
public official during pre-qualification or tendering process or contract execution; and
II. "fraudulent practice" means a misrepresentation of facts in order to influence a pre-qualification or tendering process
or the execution of a contract to the detriment of the Employer, and includes collusive practice among
Applicants/Contractors (prior to or after tender submission) designed to establish tender prices at artificial non-
competitive levels and to deprive the Employer of the benefit of free and open competition;
b) Will reject a proposal for award if it determines that the Applicant/Contractor recommend for award has engaged in
corrupt or fraudulent practices in competing for the Contract in question.
2.2 Employer’s Right to Accept or Reject Applications
The Employer reserves the right to accept or reject any pre-qualification application, to annul the pre-qualification
process and to reject all Applications at any time, without assigning any reason and without incurring any liability to
the applicants.
2.3 Preparation of Application
2.3.1 Language
The application and all associated correspondences shall be in English. All supporting documents submitted along with the
Application shall also be in English.
2.3.2 Queries on Prequalification Documents
Interested applicants may request in writing clarification of the project requirements and of the criteria for qualification. These
clarifications are to be addressed and sent to details given under clause 2.4.1 not later than one week after the date of issue of
this pre-qualification document. All corrigenda, addenda, amendments and clarifications to the Pre-qualification documents will
be hosted in the website www.cochinshipyard.com or http://www.eprocure.gov.in. and not in the newspaper. Applicants shall
keep themselves updated with all such developments till the last date and time of submission of prequalification application. All
corrigenda, addenda, amendments and clarifications will be a part and parcel of the contract agreement. Officials/employees of
CSL are authorized to issue correspondences/seek clarifications for and on behalf of HCSL with regard to the contract, which
shall have to be responded/ replied to by the applicants/contractors. Officers/employees of CSL shall also be authorized to
verify/evaluate documents/certificates/declarations etc. submitted by the applicants/contractors and decide upon their
acceptability/suitability for and on behalf of HCSL and any such decision shall be final and binding.
Page 12 of 47
2.3.3 Costs
The Applicant shall bear all costs associated with the preparation and submission of the application. The Employer shall, in no
case be responsible or liable for those costs, regardless of the conduct or outcome of the pre-qualification process.
2.3.4 Forms of Submission
The following documents have to be submitted within the application for pre-qualification:
a. POWER OF ATTORNEY (notarized or equivalent as per proforma given in Annexed Forms of Submission)
b. APPLICATION LETTER FOR PRE-QUALIFICATION (as per proforma given under Annex 1)
c. FINANCIAL CAPABILITY; original certified by statutory auditor (as per proforma given under Annex 2A: Financial Details
(Turn Over and Net Worth) and Annex 2B: Solvency Certificate)
d. STRUCTURE AND ORGANIZATION (as per proforma given under Annex 3) along with list of Directors, Certificate of
Incorporation and Memorandum of Association
e. RESOURCES: CONTRACTOR’S EQUIPMENT AND FACILITIES (An undertaking shall be provided as per proforma
given under Annex 4)
f. EXPERIENCE: RELEVANT PROJECTS COMPLETED; along with documentary evidence like user/ client’s certificate
and certified English translation, if applicable (as per proforma given under Annex 5)
g. EXPERIENCE: RELEVANT PROJECTS ON-GOING (as per proforma given under Annex 6)
h. CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF (as per proforma given under Annex 7)
i. WORK TO BE PERFORMED BY SUBCONTRACTORS (as per proforma given under Annex 8) along with Letter of
Association from the Sub-contractors.
j. PRE CONTRACT INTEGRITY PACT (as per proforma given under Annex 9)
k. LITIGATION HISTORY (as per proforma given under Annex 10)
l. Approval / quality certification / registration with any Govt./ agency
m. Proposed payment conditions according Clause 5.4
n. Comments or suggestions, if any
2.3.5 Format and Signing
The pre-qualification application shall be sent as 01 (One) Original + 01 (One) Copy + 01 (One) Digital copy (on CD or DVD),
clearly marked as "ORIGINAL", COPY and “DIGITAL COPY”. In the event of any discrepancy between the original, copy and
the digital copy, the original shall prevail. The original of the application shall be printed in indelible ink and shall be stamped
and signed on all pages by a person duly authorized to sign on behalf of the Applicant. This PQ documents including
subsequent Corrigendum’s, if any are to be returned along with the application, duly signed in all pages. The application should
be typed/neatly written and the applicant should sign and stamp each page of the application.
Overwriting should be avoided, correction, if any should be made by neatly crossing out, initializing and rewriting.
2.3.6 Subcontractors
Applicants planning to subcontract specialized works shall specify, in the application submission form, the activity (ies) or parts
of the works to be subcontracted along with complete details of the Subcontractors and their qualification and experience. The
Page 13 of 47
Subcontractors proposed shall be fully qualified for their work proposed, and meet the specified criteria in Clause 3.2.4 for his
proposed works, failing which such Subcontractors will not be permitted to participate. The Applicant on its own (without taking
into account the qualification and experience of the Subcontractor) should meet the pre-qualification criteria. Each
Subcontractor has to be listed in the form of Annex 8. However, the financial resources of Subcontractors may not be added to
those of the Applicant for purposes of pre-qualification of the Applicant.
2.4 Submission of Application
2.4.1 Submission Address
Applications (01 ORIGINAL + 01 COPY + 01 DIGITAL COPY in pdf format on CD or DVD) for pre-qualification in connection
with the Restructuring and Augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL), Kolkata shall be addressed to:
General Manager (BD & NP)
New Projects Department
Cochin Shipyard Limited
Perumanoor P O, Kochi – 682015, Kerala, India
Phone: +91 484 2501902 / 1903 / 1904
Phone: +91 033-26888282
Email: [email protected], [email protected], [email protected]
Clarification if any shall also be sent to the above Email ID’s.
2.4.2 Site Visit
1. The bidder is advised to visit and examine the site of works at Nazirgunge and its surroundings and obtain itself on its
own responsibility and cost all information that may be necessary for preparing the bid and entering into a contract for
construction of the works
2. Before submitting a bid, the bidder shall be deemed to have satisfied himself by actual inspection of the site and locality
of the works, that all conditions liable to be encountered during the execution of the works are taken into account and the
rates entered in the Price bid document are adequate and all inclusive for the completion of the work to the entire
satisfaction of the employer/owner
3. Settling any dispute with the labour, subcontractor, labour union shall be sole responsibility of the contractor. Workers
engaged for works should have sufficient knowledge and experience in the respective fields.
2.4.3 Statutory Obligations
All statutory requirements are to be followed by the contractor prevailing in the state as well as in the centre wherever
applicable
2.4.4 Health and Safety
The supplier must fully comply with all relevant Indian health and safety legislation. Nothing in the contract or this specification
shall reduce his statutory obligations with respect to health and safety.
Page 14 of 47
2.4.5 Sealing and Marking
The Applicant shall enclose 01 ORIGINAL, 01 COPY and 01 DIGITAL COPY (on CD or DVD) of the application in a sealed
envelope which shall;
a) indicate the name and address of the bidder. The envelope shall clearly bear the following identification “Pre-qualification
for Selection of Contractors for the Restructuring & Augmentation of M/S. Hooghly Cochin Shipyard Ltd (HCSL),
Kolkata”.
b) be addressed to the Employer, in accordance with Clause 1.1 and 2.4.1.
If the envelope is not sealed and marked as required, the Employer will assume no responsibility for the misplacement of the
application.
2.4.6 Submission Date
The Employer must receive the application for pre-qualification not later than 15:00 hrs (IST) on 11th June 2018.
2.4.7 Late Applications
Applications received after the closing time on the submission date will not be considered for acceptance.
2.4.8 Opening of Applications
The Employer shall prepare a record of the opening of applications that shall include, as a minimum, the name of the Applicant.
Prequalification Applications shall be opened at
The office of GM (BD & NP),
Cochin Shipyard Limited,
Kochi, 682 015
at 16:00 hrs on the due date of submission mentioned in clause 2.4.6 above.
2.5 Evaluation of Application
2.5.1 Process of Evaluation
The Employer shall use the methods, criteria, and requirements defined in Clause 3 to evaluate the pre-qualification application
of the Applicants, and no other methods, criteria, or requirements shall be used.
2.5.2 Confidentiality
Information relating to the evaluation of applications, and recommendation for pre-qualification, shall not be disclosed to
Applicants or any other persons not officially concerned with such process until the notification of pre-qualification is made to all
Applicants.
2.5.3 Clarification of Applications
During evaluation stage of pre-qualification application, the Employer or his representatives may, at its own discretion, ask the
Applicant for clarifications on their pre-qualification application. The Applicant is required to respond within the time frame
prescribed by the Employer. During the course of evaluation, Applicants may be asked to visit HCSL/CSL for discussion, if
required. The Employer reserves the right to make enquiries with any of the clients of the Applicant to verify the technical and
Page 15 of 47
financial capability and performance of the Applicant. HCSL or authorized representative reserves the right to visit the works
done/ presently being carried out by the Applicant in order to have first-hand information regarding the works completed by the
bidder or his subcontractor. Applicant shall co-ordinate for the above mentioned visit whereas travelling & lodging expenses for
the same shall be borne by HCSL.
2.5.4 Responsiveness of Applications
The Employer may reject any application which is not responsive to the requirements according Clause 3 and/ or failing to
submit all required pre-qualification documents according Clause 2.3.4.
2.5.5 Pre-qualification of Applications
All Applicants, including their proposed specialist Subcontractors, whose applications have been determined to be substantially
responsive to the requirements of the pre-qualification document and who have met or exceeded the specified criteria shall be
pre-qualified by the Employer.
2.5.6 Notification of Pre-qualification
Once the Employer has completed the evaluation of the applications, it shall notify all Applicants in writing or by email regarding
their status of pre-qualification. Thereafter no further correspondence will be entertained by Employer.
2.5.7 Invitation to Bid
In the qualification stage, Applicants would be required to furnish all the information specified in this pre-qualification document.
Only those Applicants that are pre-qualified and short-listed by HCSL shall be invited to submit their Bids for the Project through
limited tender process. HCSL is likely to provide a comparatively short time span for submission of the Bids for the Project. The
Applicants are therefore, advised to visit the site and familiarize themselves with the Project.
2.5.8 Changes in qualification of Applicants
Any change in the qualification status of an Applicant after being pre-qualified shall be subject to the written approval of the
Employer. Such change shall be submitted to the Employer not later than 14 days after the date being notified to be pre-
qualified. Such approval shall be denied if as a consequence of any change,
a) The pre-qualified Applicant, after the change, no longer substantially meets the qualification criteria set forth in Clause
3;
or
b) A Subcontractor is added/changed to a pre-qualified Applicant and is not fulfilling subcontractors qualifying criteria;
or
c) The Applicant becomes aware of his own or Subcontractor(s) insolvency
Any information furnished by the applicant found to be incorrect either immediately or at later date, would render him liable to be
de-bared from prequalification /tendering / taking up of any work in HCSL. If such applicant happens to be prequalified, enlisted
contractor, their name shall be removed from the list of prequalified contractors.
Page 16 of 47
3 ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION
3.1 General
a) Prequalification will be based on the applicant meeting the minimum criteria regarding the applicant's general and
particular experience, personnel and equipment capabilities, and financial position, as demonstrated by the applicant's
responses in the forms attached to the Letter of Application and other requested documentation.
b) Prequalification is open to Indian firms registered in India.
c) The Applicant shall be in the business of infrastructure development for the last 7 years.
d) The Applicant shall not be under a declaration of ineligibility issued by Govt. of India/ Any State Govt. in India/ Public
Sector Undertakings etc. An undertaking in this effect shall be provided along with the proposal.
e) The Applicant and its vendor subsidiaries/ affiliates should not be involved as Consultant rendering services for the
project “Restructuring and Augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL), Kolkata”. An undertaking in this
effect shall be provided along with the proposal.
f) The Applicant shall have a Permanent Account Number (PAN).
g) The Applicant shall have a Goods & Service Tax number (GST).
h) The Applicant shall not be black listed by the Employer. An undertaking in this effect shall be provided along with the
proposal.
i) In this Tender, Joint Ventures/consortium is not allowed for submitting the PQ application.
3.2 Technical Experience
3.2.1 Multi-Disciplinary Marine Infrastructure Projects
The applicant must specifically demonstrate construction experience of project/s of a nature and complexity comparable to the
proposed contract and named as similar works, which are defined as multi-disciplinary marine infrastructure projects (dry-dock /
ship lift facility/ slipway / side launch / marine jetty / quay wall / wet basin / wharf / port / harbor / RCC bridges in
sea/backwaters)
Project components should include water retaining structures for facilities such as dry docks or wet basins/ quay walls/ jetties
within a marine environment (OR) installation of bored cast-in-situ concrete pile/steel plies in marine environment (OR)
installation of sheet piles in a marine environment (OR) diaphragm walls in marine environment within the last 10 (Ten) years
from the date of issue of Pre-Qualification tender document.
For the purpose of pre-qualification, similar works as defined above shall meet the following minimum criteria:
i. Successful experience as main contractor/member of a Joint Venture in the successful completion of at least three
projects of a nature and complexity comparable to the proposed contract within the last 10 years from the date of issue
of Pre-Qualification tender document. The individual value of any of these projects should be not less than Rs.40 Crores
(Rupees Forty Crores).
or
ii. Successful experience as main contractor/member of a Joint Venture in the successful completion of at least two
projects of a nature and complexity comparable to the proposed contract within the last 10 years from the date of issue
Page 17 of 47
of Pre-Qualification tender document. The individual value of any of these projects should be not less than Rs.60 Crores
(Rupees Sixty Crores).
or
iii. Successful experience as main contractor/member of a Joint Venture in the successful completion of at least one project
of a nature and complexity comparable to the proposed contract within the last 10 years from the date of issue of Pre-
Qualification tender document. The individual value of any of these projects should be not less than Rs.80 Crores
(Rupees Eighty Crores).
3.2.2 PEB Structure / Steel Building Projects
In addition to the above, for the purpose of pre-qualification the Applicant must have completed the following:
One industrial project consisting of PEB structure / steel buildings of value Rs.10 Crore (Rupees Ten Crores) or above within 10
years from the date of issue of pre-qualification tender.
3.2.3 Relevant Experience Certificates
a) In the event that the qualifying experience for similar works is being submitted by an applicant who for that similar work was
the member of a joint venture, then only the value of work carried out by the applicant will be considered and the same will
have to be demonstrated with joint venture agreement/Substantial documentary evidence.
b) If the applicant is a subsidiary of a parent company (Parent company shall have the controlling stake of more than 50% in
the subsidiary company) and the applicant himself is not having the required experience in industrial project consisting of
PEB structure / steel buildings, then the experience of parent company for the same shall also be considered for the
purpose of pre-qualification. For which, the applicant shall enter into a legally binding unconditional agreement with the
parent company, making the latter, liable and responsible for the performance of the contract with regard to industrial
project. In addition, parent company shall give a guarantee, jointly or severally, to M/s HCSL making the former liable for
undertaking the performance of the contract with regard to industrial building with PEB structure / steel buildings. The
above referred documents such as unconditional agreement between subsidiary & parent company, parent company
guarantee to M/s HCSL and documentary evidence to establish shareholding pattern are to be submitted along with the
offer. However, the technical experience requirements indicated in clause 3.2.1 for main civil construction works related to
dry dock / ship lift facility / slipway / side launch / marine jetty / quay wall / wet basin / wharf / port / harbour / RCC bridges
in sea or backwaters, which was defined as multi-disciplinary marine infrastructure projects will have to be complied by the
applicant himself without depending on the credentials of parent company.
c) In case, if the applicant is availing credentials of a group company for the purpose of meeting the pre qualification criteria
stipulated for industrial project experience consisting of PEB structure / steel buildings, then assurances and documents as
detailed in clause 3.2.3(b) above from parent and group company are to be submitted.
d) If the applicant is a subsidiary of a parent company (Parent company shall have the controlling stake of more than 50% in
the subsidiary company) and the applicant himself shall not be in the business of infrastructure development for the last 7
years, then the credentials of parent company for the same shall also be considered for the purpose of pre-qualification.
For which, the applicant shall enter into a legally binding unconditional agreement with the parent company, making the
latter, liable and responsible for the performance of the contract with regard to infrastructure development work. In addition,
Page 18 of 47
parent company shall give a guarantee, jointly or severally, to M/s HCSL making the former liable for undertaking the
performance of the contract with regard to infrastructure development work. However, the technical experience
requirements indicated in clause 3.2.1 for main civil construction works related to dry dock / ship lift facility / slipway / side
launch / marine jetty / quay wall / wet basin / wharf / port / harbour / RCC bridges in sea or backwaters, which was defined
as multi-disciplinary marine infrastructure projects will have to be complied by the applicant himself without depending on
the credentials of parent company.
e) The construction works shall not include supply of goods or equipment except when such goods or equipment form part of
a turnkey construction contract/ EPC contract for similar works defined above. Further, the cost of land acquisition shall not
be included in hereunder.
f) Cost of work shall mean gross value of the completed work including the cost of materials supplied by the Govt. /Client, but
excluding those supplied free of cost.
Note: The value of executed works shall be brought to current costing level by enhancing the actual value of works at
simple rate of 7% per annum, calculated from the date of completion to the last date of submission of pre-qualification
document. CSL will convert all amounts stated in various currencies to equivalent Indian Rupees (INR) based on the
exchange rate at the closing of corresponding financial year (31 March) authorized by State Bank of India.
g) The Applicant shall submit Original or notary certified copy of completion certificates of each work issued by the owner/ the
responsible officers of the owner under whom he has executed such contracts shall be attached as evidence to satisfy the
above mentioned criteria. The certificate shall preferably contain the following among other things.
(i) Name of the project
(ii) Scope of works
(iii) Details of items of works executed.
(iv) The completion cost of the work
(v) Date of commencement
(vi) Date of completion.
(vii) Performance of the contractor
h) In the case of experience from private sector, in addition to Original or notary certified copy of completion certificates,
relevant TDS certificates shall also be furnished.
i) For foreign experience, stamping by Indian Embassy on experience document is mandatory.
j) The reference projects have to be filled in the form according Annex 5 and information related to ongoing projects
according Annex 6.
3.2.4 Subcontractors
The Applicant shall have in-house capabilities or association with a firm/s, who have executed and/or designed, supplied,
erected, commissioned the following works. The details of works carried out by associate shall be listed in Annex 8.
Page 19 of 47
a) Dredging Works
The Applicant or Subcontractors shall have experience in dredging works in all types of strata. Reference project shall have a
minimum of thirty thousand cubic meter dredging and disposal of dredge materials at designated location.
b) Electrical Works
Following requirements shall be complied:
(i) In the case of major electrical works like substations and main panel works, the Applicant or Subcontractors who are
carrying out the work shall possess a valid Grade A electrical license issued by West Bengal state Electricity Board and
attested copy of certificate shall be submitted.
(ii) If the applicant or subcontractor for such works now processes valid license from other states, the attested copy of the
same shall be submitted along with the offer. In such case, if the work is awarded, the license shall be obtained from
West Bengal state Electricity Licensing Board or the main contractor shall collaborate with an agency, meeting with the
experience and capability requirements for electrical works, possessing a valid ‘A’ Grade license issued by West Bengal
state Electricity Licensing Board. Notary attested photocopy of the valid ‘A’ Grade license of the contractor, his
subcontractor or his identified agency issued by West Bengal state Electricity Licensing Board shall be furnished in such
case. Contractor should ensure to follow the rules and regulations of Central Electricity Authority of India (CEA).
(iii) The Applicant or Subcontractors who are carrying out major electrical works like substations, cabling and main panel
works shall have done installation and commissioning of minimum one number, 6 KV/ 415 V (minimum voltage level)
transformer of minimum transformer capacity 750 KVA within the last 7 (seven) years immediately preceding the
application due date. Work completion certificate in this regard shall be submitted.
c) Mechanical Works
In case of mechanical works, the Applicant or Subcontractors shall be considered as eligible who have done supply,
installation and commissioning of fire-fighting system catering area not less than 10,000 square meters, piping for industrial
gas, industrial and / or potable water supply. Work completion certificate in this regard shall be submitted.
3.2.5 Personnel capabilities
The Applicants team shall consist of key personnel having adequate and specialized experiences, capable of discharging their
responsibilities in the relevant field of maritime & other related works, required for the construction and successful
commissioning of the “Restructuring & Augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL), Kolkata”. A list of all such
personnel to be employed / engaged for this project along with details of their qualification and experience (CV’s) according
Annex 8 shall be submitted in the application. Key personnel can be replaced only with the prior approval of the Consultant /
Employer. Minimum key personnel shall be but not limited to as mentioned in the table below. Staff or workers with more than
60 years will not be permitted to work at site.
Page 20 of 47
Position Number Minimum Qualification Total Experience (years)
Home Office
Project Manager 1 Graduate Engineer - Civil 15
Civil Engineer 1 Graduate Engineer - Civil 10
Mechanical Engineer 1 Graduate Engineer - Mechanical 10
Electrical Engineer 1 Graduate Engineer – Electrical 10
Site Office
Resident Project Manager 1 Graduate Engineer - Civil 15
Site Superintendent (Civil) 1 Graduate Engineer - Civil 10
Site Superintendent (Mechanical) 1 Graduate Engineer - Mechanical 10
Superintendent (Electrical) 1 Graduate Engineer – Electrical 10
Site Engineer- Civil 3 Graduate Engineer - Civil 5
Site Engineer- Mechanical 1 Graduate Engineer - Mechanical 5
Site Engineer - Electrical 1 Graduate Engineer – Electrical 5
HSE Engineer 1 Graduate/Diploma Engineer 5
Quality Engineer 1 Graduate/ Diploma Engineer 5
Quantity Surveyor 1 Graduate/Diploma Engineer -Civil 5
3.3 Financial Capability
3.3.1 General
The currency shall be Indian Rupees (INR). Following subdivision of the INR applies:
100,000 INR (Rs. 100,000) = 1 lakh (Rs. 1 lakh)
100 Lakhs (Rs. 100 Lakhs) = 1 crore (Rs. 1 cr.)
10,000,000 INR (Rs. 10,000,000) = 1 crore (Rs. 1 cr.)
The international decimal system for the comma placement shall apply.
3.3.2 Financial Capability
a. The Applicant's minimum average annual turnover as main contractor/member of a joint venture, (defined as billing for
works in progress and completed) over the last 3 years shall be Rs.100 Crores (Rupees Hundred Crores). The certified
copies of audited balance sheets of last 3 years should be furnished. In case, audited balance sheet for the FY 2017-18
is unavailable at the time of submission of the bid, same shall be furnished for previous 3 financial years along with a
notarized copy of unaudited balance sheet for FY 2017-18.
b. The Applicant who have applied for or is under the process of financial restructuring under CDR / SDR / S4A / RP /
CIRP in five years 2013-14, 2014-15, 2015-2016, 2016-2017 and 2017-18 till the time of submission of the bid is not
Page 21 of 47
eligible to participate in this tender. The undertaking that the Applicant has not applied or is not applying for CDR / SDR /
S4A / RP / CIRP shall be submitted.
c. Profit after tax shall be positive for the last three consecutive financial years of the Applicant.
d. Applicants shall have an average net worth equivalent to Rs.40 Crores at the close of the preceding 3 (Three)
financial year. For the purpose of this pre-qualification, net worth (the “Net Worth”) shall mean the sum of subscribed and
paid up equity and reserves from which shall be deducted the sum of revaluation reserves, miscellaneous expenditure
not written off and reserves not available for distribution to equity shareholders. The Applicant shall enclose with its
Application, certificate issued by its Statutory Auditors with their seal and signature, stating its net worth & turnover
during the past three fiscal years. Certificate shall be as per the format according Annex 2A & Annex 2B.
e. The applicant shall furnish solvency certificate to the tune of Rs.40 Crores as per the proforma at Annex 2B of this
document from his bankers / financial institutions, to the effect that the tenderer is financially sound and has sufficient
resources for security deposit / retention money and for executing the work as per schedule.
f. The applicant shall submit the solvency certificate, not older than 3 (three) months prior to last date of submission of this
bid.
3.3.3 Financial Position
a. The applicant shall demonstrate that he has access to or has available, liquid assets, unencumbered real assets, lines of
credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 4 months,
estimated as not less than Rs.27 Crores (Rupees Twenty Seven Crores), net of the applicant's commitments for other
contracts. A certificate in this regard from Nationalized / Scheduled Bank should be submitted.
b. The audited balance sheets for the last 3 years shall be submitted and must demonstrate the soundness of the
applicant's financial position, showing long-term profitability. In case, audited balance sheet for the FY 2017-18 is
unavailable at the time of submission of the bid, same shall be furnished for previous 3 financial years along with a
notarized copy of unaudited balance sheet for FY 2017-18.
c. Where necessary, the Employer will make enquiries with the applicant's bankers, statutory auditors and/ or other
sources as applicable to ensure financial soundness and technical competency.
d. In case, an applicant being a subsidiary of a parent company is not meeting the financial criteria stipulated in the pre-
qualification document, then the financials of parent company shall also be considered for the purpose of pre-
qualification. In such case, the applicant shall enter into a legally binding unconditional agreement with the parent
company making the latter, liable and responsible for the performance of the contract in all respects. In addition, parent
company shall give a guarantee, jointly or severally to M/s HCSL making the former liable for undertaking the
performance of the contract in all respects. The above referred documents such as unconditional agreement between
subsidiary & parent company, parent company guarantee to M/s HCSL and documentary evidence to establish
shareholding pattern are to be submitted along with the offer.
Page 22 of 47
3.4 Equipment Capabilities
The Applicant should own, or demonstrate his assured access (through hire, lease, purchase agreement invoices, availability
of manufacturing capacity, or other means) to the key items of equipment as listed in APPENDIX-B, as per Employer's
assessment.
3.5 Evaluation Criteria
The details submitted by the bidders will be evaluated by scoring method in the following manner:
a Financial strength Maximum 30 marks
b Experience in multi-disciplinary marine infrastructure projects as defined in clause 3.2.1
Maximum 20 marks
c Experience in PEB/steel structure as per clause 3.2.2 Maximum 10 marks
d Experience in Mechanical works as specified in clause 3.2.4.c Maximum 5 marks
e Experience in Electrical works as specified in clause 3.2.4.b Maximum 5 marks
f Personnel Capabilities as specified in clause 3.2.5 Maximum 15 marks
g Plant & Equipment as specified in clause 3.4 Maximum 15 marks
Total 100 marks
To become eligible for short listing, the bidder must secure at least fifty percent marks in all category listed above and sixty
percent marks in aggregate. The marking system for evaluation will be as given in APPENDIX- B.
3.6 Litigation History
The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts
completed or under execution by him over the last five years. A history of awards against the applicant may result in failure to
be qualified. The Employer shall verify the facts wherever applicable.
Page 23 of 47
4 PROPOSED TIMESCALES AND CONSTRUCTION ACTIVITIES
The overall tentative programme for the restructuring and augmentation of M/s. Hooghly Cochin Shipyard Ltd (HCSL) is
presented in the table below.
Prequalification Application Submission Within 2 weeks of issuance of
prequalification document
Results of Prequalification Within 4 weeks of receipt of
prequalification submissions
Floating of Procurement and construction tender to
prequalified vendors July 2018
Submission of tenders July 2018
Award of construction contract Aug 2018
Completion of construction phase Nov 2019
Page 24 of 47
5 TENDER PROCEDURE AND CONTRACT CONDITIONS
5.1 Conditions of Contract
The Conditions of Contract will be in accordance with HCSL conditions of contract.
5.2 Tender procedure subsequent to pre-qualification
Firms which respond to this tender and subsequently getting pre-qualified will only be considered for further limited
tendering process. Tendering will be done in one stage two bid tendering procedure. After evaluation of the technical
proposals, financial tenders of all technically qualified tenderers will be opened and evaluated. Contract will be awarded to the
lowest tenderer submitting a responsive Tender.
5.3 Disqualifications
The Employer may at its sole discretion and at any time during the evaluation of proposal, disqualify any bidder, if they have:
• submitted the bidding documents after the response deadline indicated by employer;
• not submitted satisfactory documentary evidence and proof as per eligibility criteria mentioned at Clause 3 above;
• made misleading or false representations in the forms, statements and attachments submitted in proof of eligibility
requirements;
• submitted a bidding document that is not accompanied by required documentation or is non-responsive;
• failed to submit clarifications related thereto, when sought;
• submitted more than one proposal;
• Declared ineligible by the Government of India/ State govt. / Public sector undertaking;
• The Applicant (firm) who have applied for or is under the process of financial restructuring under CDR / SDR / S4A / RP /
CIRP in five years, 2013-14 to 2017-18 till the time of submission of the bid is not eligible to participate in this tender. The
undertaking that the Applicant has not applied or is not applying for CDR / SDR / S4A / RP / CIRP shall be submitted; or
• the financial position of the applicant is not sound/ satisfactory.
5.4 Currency of Payment
The currency of payment shall be Indian rupees.
Applicant to propose payment conditions in the application respecting the different execution stages (design, construction,
supply, installation, etc.) and the intended percentage of payment. However payment terms proposed by the applicant will not
be binding on HCSL. Contractor has to follow the payment terms of HCSL as mentioned in the LTE.
5.5 Integrity Pact
Integrity Pact (IP) shall cover during the bid stage of this project throughout its various phases, and IP shall be deemed as a
part of the contract through an appropriate provision. The bidders shall sign and submit an “Integrity Pact” to be executed
between the bidder and Hooghly Cochin Shipyard Limited along with the bid. IP shall be implemented through the following
Independent External Monitor (IEM) for the bid.
Mr. P.K. Vijayakumar, IRS (Retd), Madhavam, Vaniyan Lane, Punkunnam P.O, Thrissur – 680002
Page 25 of 47
FORMS OF SUBMISSION
POWER OF ATTORNEY Annex 1 APPLICATION LETTER FOR PRE-QUALIFICATION Annex 2A FINANCIAL DETAILS (TURN OVER AND NET WORTH) Annex 2B SOLVENCY CERTIFICATE Annex 3 STRUCTURE AND ORGANIZATION Annex 4 RESOURCES: CONTRACTOR’S EQUIPMENT AND FACILITIES Annex 5 EXPERIENCE: RELEVANT PROJECTS COMPLETED Annex 6 EXPERIENCE: RELEVANT PROJECTS ONGOING Annex 7 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF Annex 8 WORK TO BE PERFORMED BY SUB-CONTRACTORS Annex 9 PRE-CONTRACT INTEGRITY PACT Annex 10 LITIGATION HISTORY Annex 11 DECLARATION BY CONTRACTOR
Appendix A GENERAL LAYOUT OF NAZIRGUNGE WORKS
Appendix B CRITERIA FOR EVALUATION OF CONRACTORS FOR PREQUALIFICATION
Page 26 of 47
PROFORMA OF POWER- OF-ATTORNEY/LETTER OF AUTHORITY
To General Manager (BD & NP) Cochin Shipyard Ltd, Cochin 682 015 Kerala, India.
Dear Sir,
We______________________________________________________________________________ ____________________________________________________do hereby confirm that
Mr./Ms./Messrs____________________________(Name and Address) is /are authorized to represent us to bid, negotiate and
conclude the agreement on our behalf with you against Tender No. __________________ We confirm that we shall be bound by all and whatsoever our said agents shall commit.
Yours faithfully,
Signature:
Name & Designation:
For & on behalf of: Signature, name and seal of the certifying authority NB: To be furnished on the stamp paper of appropriate value
Page 27 of 47
Annex 1
APPLICATION LETTER FOR PRE-QUALIFICATION
(On Applicant’s letterhead)
(Date and Reference) To General Manager (BD & NP) Cochin Shipyard Limited Perumanoor PO Kochi 682015 Subject: “Application for pre-qualification for the project “Restructuring and Augmentation of M/s. Hooghly Cochin
Shipyard Ltd (HCSL), Kolkata”
Dear Sir,
With reference to your request for Application for Pre-qualification referred above, we……………(name of the applicant) having
examined all relevant documents and understood their contents, hereby submit our Application for short listing of Contractors
and state that:
1. All information provided in the Application and in the Appendices is true and correct.
2. We shall make available to HCSL any additional information it may find necessary or require to supplement or authenticate
the Application.
3. We are not under a declaration of ineligibility issued by Govt. of India/ All State Govts. of India/ Public Sector
Undertakings.
4. We have not applied for CDR / SDR / S4A/ RP / CIRP in last five financial years and not proposing same till the time of
submission of the bid.
5. We intend to subcontract the following key activities and/or parts of the works:
6. [Insert any of the key activities identified in Clause 3.2.4 which the Employer has permitted under the pre-qualification
document and which the Applicant intends to subcontract along with complete details of the subcontractors, their qualification
and experience]
7. We agree and undertake to abide by all the terms and conditions of the Request for Application for pre-qualification.
Thanking you,
Yours faithfully, (Signature of the Authorized Representative) (Name and designation of the Authorized Representative) (Name of the Applicant)
Page 28 of 47
Annex 2A
FINANCIAL DETAILS OF………………………… (APPLICANT)
Sl No Financial Year Annual Turnover Profit after Tax Net worth as at the end of the financial year
1
2
3
Note: The annual reports shall be attached with annual turnover figures highlighted. Signature of the authorized representative of Applicant with seal and date Certificate from the Statutory Auditors:
This is to certify that……………………….(name of the Applicant) has received the payments shown above in the respective years and that the net worth is as computed. Name of Statutory Auditors:
Designation:
Name of firm:
(Signature of the Authorized Signatory Auditors) (Seal of Firm)
Page 29 of 47
Annex 2B
SOLVENCY CERTIFICATE
Certified that to the best of our knowledge and information (Insert name of Applicant)………………………, a customer of our bank, is respectable and can be treated as capable for executing the work up to a limit of Rs……………………(Rs…………………………………………..).
It is clarified that this certificate is issued without any guarantee or responsibility on the bank or any of the officers.
Signature
Manager,
Bank
Note: This certificate may be issued on the letter head of the bank and addressed to the General Manager (BD & NP), Cochin
Shipyard Ltd
Page 30 of 47
Annex 3
STRUCTURE AND ORGANIZATION 1.
Address:
Phone:
Fax:
Email:
Authorized representative:
Registered office address:
2. Description of company (for example, General Civil Engineering Contractor):
3. Number of years' experience as a contractor:
- in own country: - internationally:
4. Please indicate here or attach an organization chart showing the company structure including the positions of directors and key personnel, if relevant
(Signature of the Authorized Representative) (Name and designation of the Authorized Representative) (Name of the Applicant) Note: Contractor to attach Certificate of Incorporation and Memorandum of Association
Name of Applicant:
Page 31 of 47
Annex 4
RESOURCES: CONTRACTOR'S EQUIPMENT AND FACILITIES
Name of Applicant:
On the basis of the information provided in the tender document please indicate the plant, equipment and facilities considered
by the company to be necessary for undertaking the project and whether this is already in the company's ownership or will be
purchase or hired:
(Signature of the Authorized Representative) (Name and designation of the Authorized Representative) (Name of the Applicant)
Page 32 of 47
Annex 5
EXPERIENCE: RELEVANT PROJECTS COMPLETED
Please fill in information about the relevant projects completed over the past ten years
Name of Applicant:
Sr. No
Project Name and Location
Name & Address of Employer
Scope of work including major items of work involved
Name of (consulting) engineer responsible for supervision
Contract value and date
Completion (month/year)
Percentage of participation of company in project and main contractor / member of JV
Contract satisfactorily completed including time provision
Reference No. & Date of letter of intent & completion certificate enclosed
1
2
3
4
5
6
(Signature of the Authorized Representative)
(Name and designation of the Authorized Representative) (Name of the Applicant)
Page 33 of 47
Annex 6
EXPERIENCE: RELEVANT PROJECTS ONGOING
Name of Applicant:
Give information about all projects in progress, including those where the company has received a letter of intent, but
a formal contract has not been awarded.
Sr. No.
Project Name and Location
Name and Address of Employer
Scope of work including major items of work involved
Name of (consulting) engineer responsible for supervision
Contract value and date of award
Value completed and certified
Percentage of participation of company in project and Main contractor/ member of JV
Percentage of practical completion
Scheduled date of completion of work
Reference No. & Date of letter of intent & work order enclosed
1
2
3
4
5
6
(Signature of the Authorized Representative)
(Name and designation of the Authorized Representative) (Name of the Applicant)
Page 34 of 47
Annex 7
CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
1. Proposed Position [Only one candidate shall be nominated for each position]:
2. Name of Staff [Insert full name]:
3. Date of Birth: Nationality:
4. Years of Experience [Since degree as per clause 3.2.5)]:
5. Key Qualifications:
6. Education [Indicate college/university and other specialized education of staff member, giving names of institutions,
degrees obtained, and dates of obtainment]:
7. Other Training [Indicate significant training since degrees under clause 3.2.5) - Education were obtained]:
8. Membership of Professional Associations:
9. Countries of Work Experience [List countries where staff has worked]:
10. Languages [For each language indicate proficiency: mother tongue, very good, good, fair or poor in speaking, reading,
and writing]:
Language Speaking Reading Writing
11. Employment Record:
From (year): To (Year): Employer: Position held:
12. Works undertaken that best illustrates capability to handle the tasks assigned:
Name of assignment or project: Year:
Location:
Client:
Main project features: Position held:
Activities performed:
Certification:
Page 35 of 47
I, the undersigned, certify that to the best of my knowledge and belief these data correctly describe me and my qualifications
and experiences.
Date: (Signature of staff member and authorized representative of the Applicant) (Day/Month/Year)
Full name of staff member:
Full name of authorized representative:
Page 36 of 47
Annex 8
WORK TO BE PERFORMED BY SUBCONTRACTORS
The Applicant will do the work with his own forces except the part (s) of the Works listed below which he intends to
subcontract.
Items of Works to be subcontracted Name and Address
of Sub-Contractor
Statement of similar works
previously executed
(attach evidence)
(Signature of the Authorized Representative)
(Name and designation of the Authorized Representative)
(Name of the Applicant)
Note:
1. No change of Subcontractor shall be made by the Applicant without prior approval of the Employer.
2. The truthfulness and accuracy of the statement as to the experience of Subcontractors is guaranteed by the Applicant.
The Employer's judgment shall be final as to the evaluation of the experience of Subcontractors submitted by the
Applicant.
3. Statement of similar works shall include description, location & value of work, year completed and name & address of
the clients.
4. Letter of association by subcontractors to be submitted along with the prequalification document.
Page 37 of 47
Annex 9
PRE-CONTRACT INTEGRITY PACT
1. General
This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on ... day of……….2018, between, on one
hand, the President of India acting through Shri………………Designation of the officer, Ministry/Department,
Government of India (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise
requires, his successors in office and assigns) of the first Part and M/s represented by Shri…………….., Chief Executive Officer
(hereinafter called the "BIDDER/Seller" which expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the second part.
WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/item and the BIDDER/Seller is willing to offer/has
offered the stores and WHEREAS the BIDDER is a private company/public company/Government
undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER
is a Ministry/ department of the Government of India/ PSU performing its functions on behalf of the President of India.
NOW, THEREFORE, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence /
prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:
Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined
specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and
Enabling BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing
assurance to them that their competitor will also abstain from bribing and other corrupt practices and the BUYER will
communicate to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereby agree to enter into this Integrity Pact and agree as follows:
2. Commitments of the BUYER
2.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand,
take a promise for accept, directly or through intermediaries, any bribe, consideration, gifts, reward, favour or any
material or immaterial benefit or any other advantage from the BIDDER, either exchange for an advantage in the bidding
process, bid evaluation, contracting implementation process related to the contract.
2.2 The BUYER will, during the pre-contract stage, treat all BIDDERS alike and will provide to all BIDDERS the same
information and will not provide any such information to any particular BIDDER, which could afford an advantage to that
particular BIDDER in comparison to other BIDDERS.
2.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of
the above commitments as well as any substantial suspicion of such a breach.
Page 38 of 47
2.4 In case any such preceding misconduct on the part of such official (s) is reported by the BIDDER to the BUYER with full
and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings,
or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall
be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by
the BUYER the proceedings under the contract would not be stalled.
3. Commitments of BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities
during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following:
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material
or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER,
connected directly or indirectly with the bidding process, or to any person, organization or third party related to the
contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any
act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or
forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERS shall disclose the name and address of agents and representatives and Indian BIDDERS shall disclose their
foreign principals or associates.
3.4 BIDDERS shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in connection
with this bid/ contract.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original
manufacturer/integrator/authorized government sponsored export entity of the defence stores and has not engaged any
individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER
or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any
amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.
3.6 The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall
disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family
members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and
progress of the bidding process, bid evaluation, contracting and implementation of the contract.
Page 39 of 47
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any
information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and
business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise
due and adequate care lest any such information is divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with
full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or
indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has
financial interest/stake in the BIDDERS firm, the same shall be disclosed by the BIDDER at the time of filling of tender.
The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or
indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this
Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with
any Public sector Enterprise in India or any Government Department in India that could justify BIDDERS exclusion from
the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender
process of the contract, if already awarded, can be terminated for such reason.
5. Earnest Money (Security Deposit) Nil
While submitting commercial bid, the BIDDER shall deposit an amount (to be specified in RFP) as Earnest Money /Security
Deposit, with the BUYER through the following instrument:
(i) Bank Draft in favour of Cochin Shipyard Limited
No interest shall be payable by the BUYER to the BIDDER on Earnest money/Security Deposit for the period of its currency.
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or
without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever
required:
(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the
BIDDER. However, the proceedings with the other BIDDER(s) would continue.
Page 40 of 47
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance bond (after the contract is
signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to
assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher
than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India
with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in
connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to
recover the payments, already made by the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or
damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount
so payable from the money due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the government of India for a minimum period of
five years, which may be further extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to
securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the
BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1 (i) to (x) of this Pact also on the
Commission by the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of
the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or prevention of corruption. Act,
1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this pact has been committed by the BIDDER
shall be final and conclusive on the BIDDER. However, the BIDDER can approach the independent monitor(s) appointed
for the purposes of this Pact.
7. Fall Clause
7.1 The bidder undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower
than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and if
it is found at any stage that similar product/systems or sub systems was supplied by the BIDDER to any other
ministry/Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for
Page 41 of 47
elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to
the BUYER, if the contract has already been concluded.
8. Independent Monitor
8.1 The BUYER has appointed Mr. P.K. Vijayakumar, IRS (Retd), Madhavam, Vaniyan Lane, Punkunnam P.O, Thrissur –
680002, Mobile: 8547381122, Email: [email protected] as independent Monitor for this Pact.
8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply
with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions
neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement,
including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority
designated by the BUYER.
8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all project documentation of the
BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is
applicable to subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of
the BIDDER/subcontractor(s) with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project
provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to
the monitor the option to participate in such meetings.
8.8 The monitor will submit a written report to the Designated Authority of BUYER/Secretary in the department/within 8 to 10
weeks from the date of reference or intimation to him by the BUYER/BIDDER and should the occasion arise, submit
proposals for correcting problematic situations.
9. Facilitation of investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall
be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide
necessary information and documents in English and shall extend all possible help for the purpose of such examination.
10. Law and Place of jurisdiction
This pact is subject to Indian law. The place of performance and jurisdiction is the seat of the BUYER.
11. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the
provisions of the extant law in force relating to any civil or criminal proceedings.
Page 42 of 47
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete
execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period,
whichever is later. In case BIDDER is unsuccessful, this integrity Pact shall expire after six months from the date of the
signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this pact shall remain
valid. In this case, the parties will strive to come to an agreement to their original intentions.
The parties hereby sign this integrity Pact at…………….. on ........ day of………… …..2018
BUYER
BIDDER
Name of the Officer
Designation
Dept:/MINISTRY/PSU
CHIEF EXECUTIVE OFFICER
Witness
1……… …..
2…………..
Witness
1…………..
2…………..
* Provisions of these clauses would need to be amended/ deleted in line with the policy of the BUYER in regard to
involvement of Indian agents of foreign suppliers.
Page 43 of 47
Annex 10
LITIGATION HISTORY
Name of Applicant:
Applicants, including each of the partners of a joint venture, should provide information on any history of litigation or
arbitration resulting from contracts executed in the last five years or currently under execution.
Year Award FOR or AGAINST Applicant
Name of client Cause of litigation,and matter in
dispute
Disputed amount (current value,
Rupee equivalent)
(Signature of the Authorized Representative) (Name and designation of the Authorized Representative) (Name of the Applicant)
Page 44 of 47
Annex 11
DECLARATION BY CONTRACTOR
1. We are not under a declaration of ineligibility issued by Govt. of India / any state govt. in India / Public Sector Undertakings/
employer.
2. “I / we have not made any payment or illegal gratification to any person/authority connected with the bid process so as to
influence the bid process and have not committed any offence under the pc act in connection with the bid.”
3. I / we agree that the decision of HCSL in selection of contractors will be final and binding to me/us.
Signature:
Name & Designation:
Company seal:
Date:
NB: To be furnished on the Bidder Letter Head
Page 45 of 47
APPENDIX A
GENERAL TENTATIVE LAYOUT OF NAZIRGUNGE WORKS
Page 46 of 47
Page 47 of 47
APPENDIX B
CRITERIA FOR EVALUATION OF CONRACTORS FOR PREQUALIFICATION
SL. NO. CRITERIA FOR EVALUATION SCORING
1 Financial strength (30 marks)
a) Average annual turnover (20 marks)
1. 60% marks for minimum eligibility criteria 2. 100% marks for twice the minimum eligibility criteria
or more; and 3. For in between minimum and twice the minimum
eligibility criteria on pro-rata basis
b) Solvency (10 marks) 1. Full marks on submission of required solvency
certificate
2 Experience (40 marks)
a) Experience in multi-disciplinary marine
infrastructure projects as specified in clause 3.2.1 (20 marks)
1. 60% marks for minimum eligibility criteria 2. 100% marks for twice the minimum eligibility criteria
or more and 3. For in between minimum and twice the minimum
eligibility criteria on pro-rata basis
b) Experience in PEB/Steel structures as
specified in clause 3.2.2 (10 marks) 1. 60% marks for one work 2. 100% marks for two works
c) Experience in mechanical works as specified
in clause 3.2.4 c (5 marks) 1. 60% marks for one work 2. 100% marks for two works
d) Experience in electrical works as specified in
clause 3.2.4.b (5 marks) 1. 60% marks for one work 2. 100% marks for two works
3 Personnel capabilities (15 marks)
1. Graduate Engineer 1 mark for each up to Max.12 marks
2. Diploma holder Engineer 1 mark for each up to Max. 3 marks
4 Plant & Equipment (15 marks)
1. Batch Mix Plant 1 mark for each up to Max. 1 mark
2. Truck/Tippers/Transit mixer 1 mark for each up to Max. 2 marks
3. Tower Crane 1 mark for each up to Max. 1 mark
4. Excavator/JCB 1 mark for each up to Max. 2 marks
5. Vibro hammer 1 mark for each up to Max. 2 marks
6. Pile Rig 1 mark for each up to Max. 2 marks
7. Lab testing equipment 1 mark for each up to Max. 1 mark
8. Dredger/self propelled barge 1 mark for each up to Max. 2 marks
9. Steel shuttering 1 mark for each 1000 sqm. up to Max. 1 mark
10. Jack-up rigs/Floating pontoons 1 mark for each up to Max. 1 mark