Vous êtes sur la page 1sur 13

NOTICE INVITING TENDERS

(LOCAL/INTERNATIONAL COMPETITIVE BIDDING)


TENDER NO. -MSETCL/TR.PROJECT /EPC-0807
Sealed offers in TWO bid system (Technical bid and Price bid) are
invited from Local/International bidders meeting the qualifying requirements
specified in the Bid Documents under the Strategic EPC Alliance model.
1.0 Background: Maharashtra is in the process of augmenting its power
generation capacity and availability to meet the demand-supply deficit in the
state. Such projected growth in generation and availability of power would
require substantial expansion and strengthening of the transmission
networks in Maharashtra. Maharashtra State Electricity Transmission
Company Limited (MSETCL) has formulated a large investment program
exceeding INR 18,000 crores over the next 5 years with a view to augment
its ability to transmit power in accordance with the five year Intrastate
Transmission System Development Plan submitted to the Maharashtra State
Electricity Regulatory Commission (MERC). As a part of the overall growth
program so formulated, MSETCL proposes to award projects estimated to
cost approximately INR 8000 crores, which shall be issued in phases to
contractors under the Strategic EPC Alliance model.
1.1 Strategic EPC Alliance model: The Strategic EPC Alliance model is
aimed at creating long-term relationships between the capacities of
established & reliable transmission system developers, equipment
manufacturers and MSETCL for execution of very large projects in a time
bound manner ensuring high quality. The philosophy underlying the Alliance
model is to progress from an adversarial contracting system to an
arrangement of a long term partnership. MSETCLs investment plan for
projects that form part of the contract will be shared with the Strategic EPC
Partners, which will enable contractors to plan their capacity in advance.
The entire proposed MSETCL network would be divided into four packages,
grouped as per the O&M Zones of MSETCL which are as follows:
S No

Name of
the
Package
SS1

*LL1

*SS2

LL2

Details of the package

Substations & Associated Transmission Lines (with


end-bays) projects in the zones: Nashik, Nagpur, &
Aurangabad
Linked Transmission Lines (with end-bays) projects in
the zones: Nagpur, Amravati & Aurangabad
Substations & Associated Transmission Lines (with
end-bays) projects in the zones: Washi, Karad, Pune
& Amravati
Linked Transmission Lines (with end-bays) projects in
the zones: Washi, Karad, Pune, Nashik &
Aurangabad

* Packages under LL1 & SS2 are subject to change

Each package shall be sliced into two Sub-packages. Contracts may be


issued for the entire package or separately for the Sub-packages within a
package. MSETCL will consider a longer relationship with contractors
assigned to this project, provided they meet the key performance indicators
established such as timely completion of projects, quality & durability of
works and non-occurrence of disputes.
2.0

Brief Scope of Work


In the current phase, Bids (Technical bid & Price bid) shall be invited to
Packages SS1 & LL2. Strategic EPC partners selected on this contract may
not be allowed to participate in the second phase of the Strategic EPC
Alliance projects. The scope of work in this phase includes

A. Relevant works including but not limited to engineering, planning and design,
supply of all equipments and materials (including spares), execution of civil
works including foundations, installation and erection, testing and
commissioning for establishment of Substations & Associated Transmission
Lines (with end-bays) and training to MSETCL staff for the package SS1,
comprising sub-packages SS1-A and SS1-B
B. Relevant works including but not limited to engineering, planning and
design, supply of all towers/items/materials, execution of all civil works
including stub setting and foundation works, erection and stringing, testing
and commissioning of Transmission Lines (with end-bays) and training to
MSETCL staff for the package LL2, comprising sub-packages LL2-A and
LL2-B
The detailed scope of work under the contract is covered under the Tender
Specification No. MSETCL/ TR.PROJECT /EPC-0807 Specification /SS1LL2 /2008-09/01.
2.1

Name of the work/assignment


2.1.1 In pursuance of the objectives mentioned, MSETCL wishes to invite
competitive bids from experienced and competent Bidders. MSETCL
invites separate sealed offers from eligible Bidders who satisfy the
qualification requirements (detailed under clause 2.3) for each of the
Packages SS1, LL2 and/or sub-packages SS1-A, SS1-B, LL2-A and LL2B.
2.1.2 The project plan of MSETCL is dependent on future load conditions in
the state of Maharashtra; hence the above plan (Table specified under
clause 2.2) is only indicative and is subject to change.
2.1.3 The Bidder shall quote for each sub-package and/or entire package
separately. A Bidder can quote for one or more sub-packages/packages in
a Bid provided that the qualification criteria as required by the Clause 2.3
are met by the Bidder.
2.1.4 The price to be quoted shall be in Indian rupees only

2.2
Package
Name

Bid Structure: The schedule of works (package & sub-package wise) are
detailed below:

SubDescription
Package
Name
Relevant works including but not limited to
engineering, planning and design, supply of
all equipments and materials (including
spares), execution of civil works including
foundations, installation and erection, testing
and commissioning for establishment of
Substations & Associated Transmission Lines
(with end-bays) and training to MSETCL
staff in the zones
SS1-A

Nashik
Nagpur
Aurangabad

2009-10
Quantum of
Projects

2010-11
Quantum of
Projects

2011-12
Quantum of
Projects

Total
Quantum of
Projects

2 Nos
220kV
Substations

5 Nos
220kV
Substations

11 Nos
220kV
Substations

5 Nos 132kV
Substations

4 Nos
132kV
Substations

1 Nos
132kV
Substations

10 Nos
132kV
Substations

122 kms
220kV Lines

90 kms
220kV Lines

165 kms
220kV Lines

377 kms
220kV Lines

120 kms
132kV Lines

93 kms
132kV Lines

55 kms
132kV Lines

268 kms
132kV Lines

6 Nos 220kV
End-Bays

4 Nos
220kV EndBays

8 Nos
220kV EndBays

18 Nos
220kV EndBays

5 Nos
132kV EndBays
3 Nos
220kV
Substations

4 Nos
132kV EndBays

11 Nos
132kV EndBays
12 Nos
220kV
Substations

4 Nos 220kV
Substations

2 Nos 132kV
End-Bays
SS1

Relevant works including but not limited to


engineering, planning and design, supply of
all equipments and materials (including
spares), execution of civil works including
foundations, installation and erection, testing
and commissioning for establishment of
Substations & Associated Transmission Lines
(with end-bays) and training to MSETCL
staff in the zones
SS1-B

Nashik
Nagpur
Aurangabad

5 Nos 220kV
Substations
4 Nos 132kV
Substations

2 Nos
132kV
Substations

103 kms
220kV Lines

115 kms
220kV Lines

125 kms
132kV Lines

76 kms
132kV Lines

4 Nos 220kV
End-Bays

4 Nos
220kV EndBays

6 Nos 132kV
End-Bays

Relevant works including but not limited to


engineering, planning and design, supply of
all towers/items/materials, execution of all
civil works including stub setting and
foundation works, erection and stringing,
testing and commissioning of Transmission
Lines (with end-bays) and training to
LL2-A MSETCL staff in the zones

LL2

LL2-B

Karad
Washi
Pune

Karad
Washi
Pune
Nashik
Aurangabad

6 Nos
132kV
Substations
220 kms
220kV Lines
130 kms
132kV Lines
8 Nos
220kV EndBays
6 Nos
132kV EndBays

438 kms
220kV Lines
331 kms
132kV Lines
16 Nos
220kV EndBays
14 Nos
132kV EndBays

122 kms
220kV Lines

380 kms
220kV Lines

637 kms
220kV Lines

109 kms
132kV Lines

245 kms
132kV Lines

658 kms
132kV Lines

2 Nos
220kV EndBays

7 Nos
220kV EndBays

24 Nos
220kV EndBays

8 Nos
132kV EndBays

15 Nos
132kV EndBays

45 Nos
132kV EndBays

22 kms
220kV Lines

412 kms
220kV Lines

652.56 kms
220kV Lines

105.5 kms
132kV Lines

275 kms
132kV Lines

665.5 kms
132kV Lines

18 Nos 220kV
End-Bays

4 Nos
220kV EndBays

12 Nos
220kV EndBays

34 Nos
220kV EndBays

20 Nos
132kV EndBays

10 Nos
132kV EndBays

16 Nos
132kV EndBays

46 Nos
132kV EndBays

135 kms
220kV Lines
304 kms
132kV Lines
15 Nos 220kV
End-Bays
22 Nos 132kV
End-Bays

Nashik

Aurangabad
Relevant works including but not limited to
engineering, planning and design, supply of
all towers/items/materials, execution of all
civil works including stub setting and
foundation works, erection and stringing,
testing and commissioning of Transmission
Lines (with end-bays) and training to
MSETCL staff in the zones

2 Nos
132kV EndBays

4 Nos
220kV
Substations

218.56 kms
220kV Lines
285 kms
132kV Lines

2.2.1 In order to facilitate the Bidders in arriving at cost estimates, MSETCL


would provide the following information:

Year-wise schedule of works (Voltage-wise breakup of number of


Substations/End-Bays, Voltage-wise breakup of kilometers of
Transmission Lines).

Year-wise specification of individual projects planned along with


geographical details &

Bill of Materials (BoM) with indicative quantities on an aggregate basis.

Bidders would have to issue quotes on unit-rate basis for items in the
format indicated under the Price Schedule.
2.3 Qualifying requirements:
2.3.1 In order to be qualified for award of Contract, the Bidder will be
required to satisfy the following minimum criteria.
In order to satisfy the Qualifying criteria, Bidding Companies can also
include Holding Company (of which the Bidding Company is a
Subsidiary) or Affiliates credentials. However the Bidding Company
should provide adequate evidence to support the Subsidiary-Holding
Company and/or Affiliates relationship.
The Bidder shall furnish a letter of assured line of credit from an
Indian Nationalized or Scheduled Commercial bank, addressed to the
MSETCL, which describes the dedicated revolving line of credit, which
shall be as follows:
a. Letter of assured line of Credit for INR 180 crores each for the
sub-packages SS1-A & SS1-B (No separate letter of assured line
of credit shall be required in case the Bidder, also bids for the
entire package SS1)
b. Letter of assured line of Credit for INR 120 crores each for the
sub-packages LL2-A & LL2-B (No separate letter of assured line
of credit shall be required in case the Bidder, also bids for the
entire package LL2)

A. Financial Criteria

2.3.1.1 Financial Criteria (for sub-packages LL2-A, LL2-B)


Criteria
SubFactor

2.3.1.1.1

2.3.1.1.2

Bidder
Requirement
Net-Worth in the
last financial year
should be atleast
INR 150 crores,
validated by the
submission of
audited financial
statements
Average of annual
turnover for the last
three years should
be more than INR
200 crores,
validated by the
submission of
audited financial
statements

Single
Entity

Joint Venture, Consortium or Association


All partners
Lead partner At least one
combined
partner

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

2.3.1.2 Financial Criteria (for entire package LL2)


Criteria
SubFactor

2.3.1.2.1

2.3.1.2.2

Bidder
Requirement
Net-Worth in the
last financial year
should be atleast
INR 300 crores,
validated by the
submission of
audited financial
statements
Average of annual
turnover for the last
three years should
be more than INR
400 crores,
validated by the
submission of
audited financial
statements

Single
Entity

Joint Venture, Consortium or Association


All partners
Lead partner At least one
combined
partner

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

2.3.1.3 Financial Criteria (for sub-packages SS1-A, SS1-B)


Criteria
SubFactor

2.3.1.3.1

2.3.1.3.2

Bidder
Requirement
Net-Worth in the
last financial year
should be atleast
INR 225 crores,
validated by the
submission of
audited financial
statements
Average of annual
turnover for the last
three years should
be more than INR
300 crores,
validated by the
submission of
audited financial
statements

Single
Entity

Joint Venture, Consortium or Association


All partners
Lead partner At least one
combined
partner

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

2.3.1.4 Financial Criteria (for entire package SS1)


Criteria
SubFactor

2.3.1.4.1

2.3.1.4.2

Bidder
Requirement
Net-Worth in the
last financial year
should be atleast
INR 450 crores,
validated by the
submission of
audited financial
statements
Average of annual
turnover for the last
three years should
be more than INR
600 crores,
validated by the
submission of
audited financial
statements

Single
Entity

Joint Venture, Consortium or Association


All partners
Lead partner At least one
combined
partner

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

Must meet
requirement

NA

B. Technical Criteria

2.3.1.5 Technical Criteria (for sub-packages LL2-A, LL2-B)


Criteria
SubFactor

2.3.1.5.1

2.3.1.5.2

Bidder
Requirement

Single
Entity

The bidder shall


be a Transmission
Lines contractor
who as prime
contractor must
have successfully
erected, tested
and
Must meet
commissioned on
requirement
supply cum
erection basis
1040 circuit kms*
of EHV
Transmission lines
(132 kV & above)
in the last five
years
The bidder shall
be a Transmission
Lines contractor
who as prime
contractor must
have successfully
erected, tested
Must meet
and
commissioned on requirement
supply cum
erection basis 430
circuit kms* of
EHV Transmission
lines (132 kV &
above) in India in
the last five years

Joint Venture, Consortium or Association


All partners
Lead
At least one
combined
partner
partner

NA

Not
necessary

Must meet
requirement

Must meet
requirement

Not
necessary

Not necessary

2.3.1.6 Technical Criteria (for entire package LL2)


Criteria
SubFactor

2.3.1.6.1

2.3.1.6.2

Bidder
Requirement

Single
Entity

The bidder shall


be a Transmission
Lines contractor
who as prime
contractor must
have successfully
erected, tested
and
Must meet
commissioned on
requirement
supply cum
erection basis
2080 circuit kms*
of EHV
Transmission lines
(132 kV & above)
in the last five
years
The bidder shall
be a Transmission
Lines contractor
who as prime
contractor must
have successfully
erected, tested
Must meet
and
commissioned on requirement
supply cum
erection basis 860
circuit kms* of
EHV Transmission
lines (132 kV &
above) in India in
the last five years

Joint Venture, Consortium or Association


All partners
Lead
At least one
combined
partner
partner

NA

Not
necessary

Must meet
requirement

Must meet
requirement

Not
necessary

Not necessary

- Weightages for circuit kms will be in the ratio of 2:1:0.75 for 400 kV (& above) Equivalent, 220
kV Equivalent & 132 kV Equivalent transmission lines respectively.

2.3.1.7 Technical Criteria (for sub-packages SS1-A, SS1-B)


Criteria
SubFactor

2.3.1.7.1

2.3.1.7.2

2.3.1.7.3

Bidder
Requirement

The bidder shall be a


substation or switchyard
erection contractor who as
prime contractor must
have successfully erected,
tested and commissioned
on supply cum erection
1
basis 5 Number of EHV
Substations (132 kV &
above) & 75 number2 of
EHV bays (132 kV &
above) in the last five
years. The bays may be
inclusive of the new bays
constructed and
commissioned in new or
existing EHV sub-stations
as mentioned above under
technical criteria in the last
5 years.
The bidder shall be a
Transmission Lines
contractor who as prime
contractor must have
successfully erected,
tested and commissioned
on supply cum erection
basis 225 circuit kms3 of
EHV Transmission lines
(132 kV & above) in the
last five years
The bidder shall be a
Transmission Lines
contractor who as prime
contractor must have
successfully erected,
tested and commissioned
on supply cum erection
basis 75 circuit kms3 of
EHV Transmission lines
(132 kV & above)
completed in India in the
last five years

Single
Entity

Joint Venture, Consortium or


Association
All partners
Lead
At least
combined
partner
one partner

Must meet
requirement

NA

Not
necessary

Must meet
requirement

Must meet
requirement

NA

Not
necessary

Must meet
requirement

Must meet
requirement

Must meet
requirement

Not
necessary

Not
necessary

2.3.1.8 Technical Criteria (for entire package SS1)


Criteria
Bidder
SubFactor

Requirement

The bidder shall be a


substation or switchyard
erection contractor who as
prime contractor must have
successfully erected, tested
and commissioned on supply
cum erection basis 10
1
Number of EHV Substations
(132 kV & above) & 150
2.3.1.8.1 number2 of EHV bays (132
kV & above) in the last five
years. The bays may be
inclusive of the new bays
constructed and
commissioned in new or
existing EHV sub-stations as
mentioned above under
technical criteria in the last 5
years.
The bidder shall be a
Transmission Lines
contractor who as prime
contractor must have
successfully erected, tested
2.3.1.8.2
and commissioned on supply
cum erection basis 450
circuit kms3 of EHV
Transmission lines (132 kV &
above) in the last five years
The bidder shall be a
Transmission Lines
contractor who as prime
contractor must have
successfully erected, tested
2.3.1.8.3 and commissioned on supply
cum erection basis 150
circuit kms3 of EHV
Transmission lines (132 kV &
above) completed in India in
the last five years

Single
Entity

Joint Venture, Consortium or


Association
All partners
Lead
At least
combined
partner
one partner

Must meet
requirement

NA

Not
necessary

Must meet
requirement

Must meet
requirement

NA

Not
necessary

Must meet
requirement

Must meet
requirement

Must meet
requirement

Not
necessary

Not
necessary

Weightages for Sub-Stations of Different Voltages & Types


1
Weightage for commissioning of new EHV sub-stations will be assigned in
the ratio of 2: 1: 0.75 for 400 kV (& above) Equivalent, 220kV Equivalent and
132 kV Equivalent sub-stations respectively (Only primary/higher voltage of
the feeder/transformer bay shall be considered). Weightages listed above will
only be applicable to substations which have the following minimum
configuration:

Primary voltage incoming/outgoing feeder bay - 1 no


Primary to secondary voltage transformer bay - 1 no
Secondary voltage incoming/outgoing feeder bays - 2 nos

If any new Substation commissioned by the bidder includes further stepdown bus with transformer and feeder bays for second step voltage bus
(excluding primary & secondary buses), it will be considered as two separate
substations and weightages will be assigned separately. For egs. If a Single
new substation with three bus voltages of 400kV, 220kV & 132kV has been
constructed & commissioned, these will be treated as two separate
substations with primary voltage 400kV & 220kV.
There will be no weightages assigned to a Substation with bus voltages
lesser than 132kV.
Weightages for Bays of Different Voltages and Types
2
Weightages for commissioning of new feeder/transformer bays in any
new/existing EHV substations shall be considered in the ratio of :a. For Transformer Bays: 3: 1.75: 1.25 respectively for 400 kV (& above)
Equivalent to any lower voltage transformer bay, 220 kV Equivalent to any
lower voltage transformer bay, 132 kV Equivalent to lower transformer bay
irrespective of transformer capacity. (Only primary/higher voltage of
transformer bay shall be considered)
b. For Feeder Bays: 2: 1: 0.75 for 400 kV (& above) Equivalent feeder bay,
220 kV Equivalent feeder bay, 132 kV Equivalent or lower voltage feeder
bay respectively

Weightages for Lines of Different Voltages


Weightages for circuit kms will be in the ratio of 2:1:0.75 for 400 kV (&
above) Equivalent, 220 kV Equivalent & 132 kV Equivalent transmission lines
respectively.

Definitions:
400kV (& above) Equivalent: Refers to works in which the feeder/bus voltage
is equal to or greater than 400kV
220kV Equivalent: Refers to works in which the feeder/bus voltage is equal to
or greater than 220kV but less than 400kV
132kV Equivalent: Refers to works in which the feeder/bus voltage is equal to
or greater than 132kV but less than 220kV
3.0

Sale of Bid documents:


A complete set of bidding documents may be obtained from the office of
Chief Engineer (Trans. Project), Maharashtra State Electricity
Transmission Company Limited, C-19,
E-BLOCK,
MSETCL,
PrakashGanga, Bandra Kurla Complex, Bandra
(East),
Mumbai
400 051 by the interested Bidders, personally, on
submission of a
written application and upon payment of Rs. 1,00,000/- +
4% MVAT
towards the cost of bid documents either in cash or by demand draft in
favour of MAHATRANSCO Ltd. (MSETCL) payable at Mumbai from
any Indian Nationalized or Scheduled Commercial Bank. However, issue
of the bid document will not automatically mean that such Bidder is
qualified.

4.0
4.1

Bid Security/Earnest Money Deposit (EMD):


The bidder shall have to furnish a Bank Guarantee issued by an Indian
Nationalized/Scheduled Commercial banks in prescribed format, payable
at Mumbai, for the amount indicated below against
each packages as
earnest money deposit (EMD) at the time of submission of bid
documents and valid for 60 days beyond the validity of the bid.
Tender No.
MSETCL/TR.PROJECT /EPC-0807

4.2
4.3

4.4
4.5
4.6

Package EMD in Rs. Crores


SS1-A
9.0
SS1-B
9.0
LL2-A
6.0
LL2-B
6.0

Any tender not accompanied by the requisite Earnest Money Deposit


(EMD) shall be rejected and shall not be considered for evaluation.
The bid security of the successful bidder shall be returned
after (i) submission of Package Letter of Acceptance by the bidder
and (ii) the
security deposit is furnished by the bidder and
accepted by the owner.
Unsuccessful bidder's bid security will be discharged/returned
within 60 days beyond the validity of the bid.
The bid security may be forfeited, if a bidder withdraws his bid during
the period of bid validity.
In the case of a successful bidder, the bid security shall be
forfeited in case the bidder fails to submit Security Deposit.

5.0

Timelines: The table given below outlines the tender process and
tentative corresponding timelines:

S No
1
2
3

Bid Process
Date for sale of bid documents
Date and time of pre-bid meeting
Last date and time for Submission of
Bid
Date and Time for Technical Bid
opening
Date of Price Bid Opening

4
5

Timeline
24 Oct. 2008 to 12 Nov. 2008
20 Nov. 2008 at 11.00 hours
19 Dec. 2008 at 15.00 hours
19 Dec., 2008 at 15.30 hours
31 Dec., 2008 at 15.00 hours

In case the due date for sale, receipt and/or opening of bids happens to
be a holiday, the next working day shall be the corresponding due date.
6.0

For detailed information Contact:


i) Telephone No: (022) 26598589/26595000 /26595108
ii) Fax No.

: (022) 26598587,

iii) E-mail

: cetrpl@mahatransco.in
sd/Chief Engineer (Trans. Project)
MSETCL, Mumbai

Vous aimerez peut-être aussi