1 Tender Document for Replacement of existing Duplex Elevator at Kerala Financial Corporation, Finance Tower, Kaloor, Ernakulam (Tender No:KFC/ETDR/001/EKM/BO/2019-20)
1
Tender Document for Replacement of existing
Duplex Elevator at Kerala Financial
Corporation, Finance Tower,
Kaloor, Ernakulam
(Tender No:KFC/ETDR/001/EKM/BO/2019-20)
2
Index
Sl. No Description Page
1 Profile 1
2 a) Notice Inviting Tender 2
2 b) Brief Details of Tender 2
3 Eligibility Criteria 3
4 Tender Process 4
5. Tender Evaluation 10
6. Other Terms and Condition of Tender 11
7 Terms of Payment 13
8 Penalty for delay 14
9 Completion, Retension & Termination of
Construction Works. 14
10 Arbitration 14
3
1. KERALA FINANCIAL CORPORATION: PROFILE
Kerala Financial Corporation (KFC) incorporated under the State Financial
Corporations Act of 1951, is a trend setter and path breaker in the field of long term
finance, playing a major role in the development and industrialisation of Kerala. It
was established as the Travancore Cochin Financial Corporation on 01.12.1953.
Consequent to the reorganization of states on linguistic basis in November 1956,
Kerala State was formed and the Travancore Cochin Financial Corporation was
renamed as Kerala Financial Corporation. The composition of share holders of the
Corporation as on March 31, 2018 as follows.
Shareholders Rs. in crores % of Shareholding
Government of Kerala 215.63 97.19
SIDBI 6.13 2.76
LIC 0.07 0.03
SBT 0.02 0.01
Others 0.01 0.01
Total 221.86 100.00
Now KFC has 16 Branch Offices with its Head Quarters at Thiruvananthapuram
and Zonal Offices at Kozhikode, Ernakulam and Thiruvananthapuram. The provisions
of SFCs Act 1951 as amended in 2000 control and guide the functions of Corporation.
The main objective of KFC is the rapid industrialization of the state by extending
financial assistance to Micro, Small and Medium Enterprises in manufacturing and
service sector. SFCs Act empowers KFC to formulate suitable loan schemes for
achieving the above said objectives. Corporation can give financial assistance for
setting up of new units and for the expansion / modernization / diversification of
existing units in both manufacturing and service sectors. Since inception KFC has
disbursed over Rs.81250.23 Crores to more than 64439 units, spread over the length
and breadth of the State. During the FY ended March 31, 2018, Corporation has
achieved a net profit of Rs. 8.30 Crores.
2. a) Notice Inviting Tender - Replacement of existing Duplex Elevator (1 in 13
Passenger)
4
2. b) Brief details of the Tender
Sl.
No Item Details
1 Tender Inviting Authority,
designation and address
Shri. Venu S
Chief Manager , KFC, Finance Tower
Kaloor,Ernakulam.(Mob:9207738090)
2 Name of the Project Replacement of existing Duplex Elevator (1 in 13
Passenger)
3 Tender reference No Tender No:KFC/ETDR/001/EKM/BO/2019-20
4 Place Of Execution (Site) Kerala Financial Corporation, Finance Tower,
Kaloor, Ernakulam.
5 Tender Fee Rs.5000/- + GST
6 Earnest Money Deposit Rs. 50,000/-
7 Due Date & Time
submission of tender
See critical data section 3
8 Date, Time of Technical bid
opening
See critical data section
9
Particulars covered under
this tender
Annexure I: Bio data Sheet.
Annexure II: Credibility Certificate
Annexure III: Experience Certificate
AnnexureIV:Specification
10 Technical Persons Name
Address & Contact Details
1.Shri. Venu S
Chief Manager , KFC, Finance Tower
Kaloor,Ernakulam.(Mob:9207738090
2.Smt.Prasitha.P.K
Manager(Tech) KFC 9446002769
3. Eligibility Criteria
Bidders should have minimum qualifications as below
1. Only a single entity company will be considered for the bid process and the
Tenderer should be an Indian company. The word “company” here includes a
registered company, a partnership firm or proprietary concern.
2. Company should have registered office in India for last three years and must have
operation/branch office in Kerala with local service and support capability.
Incorporation registration certificate should be furnished along with the technical
bid.
3. The bidder who intended to participate in this Tender process must have
professionals with thorough knowledge in similar kind of works.
5
4. The bidder must have supplied elevator to at least three Public/Pvt/institution /
departments in last three years. Credible evidences must be submitted supporting
their claim.
5. Concern/Company which has been blacklisted/ terminated by KFC or by any
State/Central Government’s Departments/Organizations/PSUs are not eligible
to participate in the tender.
6. The bidder should have firm’s PAN/TAN number and the proof of the same
must be attached.
7. The bidder should have firm’s GST number and the proof of the same must
be attached
8. The applicant company should have effective mechanism to address the
complaints/ maintenance issues on 24 x 7 basis. Please elaborate the support
mechanism in your technical bid.
9. The company should have minimum annual turnover of 1500 crore each during the
past three financial years. Copy of latest balance sheet should be submitted
along with the bid.
10..Signed copy of the tender document with each page duly signed by the authorized
official of the bidder should be submitted/ uploaded as a token of acceptance of the
terms and conditions.
4. Tender Process
This tender is an e-Tender and is being published online Replacement of existing
Duplex Elevator at Kerala Financial Corporation, finance Tower, Kaloor, Ernakulam.
The tender is invited in two cover system from the registered and eligible firms through e-
procurement portal of Government of Kerala (https://www.etenders.kerala.gov.in).
Prospective bidders willing to participate in this tender shall necessarily register
themselves with above mentioned e-procurement portal.
The tender timeline is available in the critical date section of this tender published in
www.etenders.kerala.gov.in.
4. 1) Online Bidder registration process:
Bidders should have a Class II or above Digital Signature Certificate (DSC) to be
procured from any Registration Authorities (RA) under the Certifying Agency of India.
Details of RAs will be available on www.cca.gov.in. Once, the DSC is obtained, bidders
have to register on www.etenders.kerala.gov.in website for participating in this tender.
Website registration is a one-time process without any registration fees. However, bidders
have to procure DSC at their own cost.
Bidders may contact e-Procurement support desk of Kerala State IT Mission over
telephone at 0471- 2577088, 2577188, 2577388 through email:
[email protected] for assistance in this regard.
4. 2) Online Tender Process:
The tender process shall consist of the following stages:
6
i. Downloading of tender document: Tender document will be available for free
download on www.etenders.kerala.gov.in. However, tender document fees shall be
payable at the time of bid submission as stipulated in this tender document
ii. Pre-bid meeting: See critical date section of this tender document
iii. Publishing of Corrigendum: All corrigenda shall be published on
www.etenders.kerala.gov.in and shall not be available elsewhere.
iv. Bid submission: Bidders have to submit their bids along with supporting
documents to support their eligibility, as required in this tender document on
www.etenders.kerala.gov.in. No manual submission of bid is allowed and manual bids
shall not be accepted under any circumstances.
v. Opening of Technical Bid and Bidder short-listing: The technical bids will be
opened, on the date and time mentioned in critical date’s section, evaluated and
shortlisted as per the eligibility and technical qualifications. All documents in
support of technical qualifications shall be submitted (online). Failure to submit the
documents online will attract disqualification. Bids shortlisted by this process will
be taken up for opening the financial bid
vi. Opening of Financial Bids: Bids of the qualified bidder’s shall only be considered
for opening and evaluation of the financial bid on the date and time mentioned in
critical date’s section.
4. 3) Documents Comprising Bid:
(i). The First Stage (Pre-Qualification or Technical Cover based on 2 cover
tender system):
Pre-Qualification or Technical proposal shall contain the scanned copies of the
following documents in ( pdf format ) which every bidder has to upload:
1. Incorporation/registration certificate should be furnished along with the technical
bid.
2. Bio data as per annexure-I
3. PAN/TAN/GST number of the Vendor and the proof of the same must be
attached.
4 Credibility certificate as per annexure II.
5 Experience certificate as per Annexure III
6 Specification as per Annexure IV
7 Audited Balance Sheet, IT Returns for the last 3 years (FY 2015-16, 2016-17 &
2017-18)
8 Signed copy of the tender document with each page duly signed by the authorized
official of the bidder should be submitted/ uploaded as a token of acceptance of
the terms and conditions
9 Letter of Authorization to be submitted (ie. The person signing the bid document
should be authorized by the firm/company and the authorization letter should be
submitted along with Technical Bid.) Tender documents received without the
authorization letter will not be considered for further processing.
7
Corporation doesn’t take any responsibility for any technical snag or failure that has taken
place during document upload.
(ii). The Second Stage (Financial cover based on 2 cover tender system)
The Bidder shall complete the Price bid as per format given for download along
with this tender.
Note: The blank price bid should be downloaded and saved on bidder’s computer
without changing file-name otherwise price bid will not get uploaded. The bidder
should fill in the details in the same file and upload the same back to the website.
Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance
of the contract and not subject to variation on any account. A bid submitted with an
adjustable/ variable price quotation will be treated as non - responsive and rejected.
4.4) Instructions
4.4.1) Due Date and Time
The tender has to be submitted at the time specified in the notice inviting tender and the
tender input form and shall submitted before the opening time and date proposed in the
critical date section. The tenders will be opened at date and time given in the tender
schedule at KFC Branch Office,Kaloor ,Ernakulam.
4.4.2) Tender Document Fees and Earnest Money Deposit (EMD)
The Bidder shall pay, a tender document fees of Rs. 5000/-+GST and Earnest Money
Deposit or Bid Security of Rs. 50,000/- along with the Technical Bid [COVER- I]. The
Bid security is required to protect the purchaser against risk of Bidder’s conduct, which
would warrant the forfeiture of security.
(i) The EMD will not carry interest.
(ii) The offer received without the required EMD will be summarily rejected
(iii) The earnest money of the unsuccessful bidders will be refunded without any
interest.
(iv) In case the successful bidder fails to execute the order as per the terms and
conditions, the EMD deposited shall be forfeited without further notice.
(v) The EMD remitted by the successful bidder shall be converted to performance
Guarantee in the form of Security Deposit (SD). SD do not carry any interest.
(vi) SD’ will be returned at the end of the contract period within a period of 90
days after the date of completion of all contractual obligations of the
successful bidder.
8
(vii) In the event of failure to honour the selected agency’s commitment or
contractual obligations or any violation of condition as per this tender. KFC
shall forfeit the EMD Rs.50,000)/ Security Deposit) without further notice. The
agency will also be liable for other penal (both civil and criminal) actions and
for compensation to KFC any loss as may be computed by KFC at its sole
discretion.
A). Tender Document Fees and Earnest Money Deposit (EMD)
The Bidder shall pay, a tender document fees of Rs. 5000/-(including 18%
GST) and Earnest Money Deposit of Rs.50000/-. The EMD is required to
protect the purchaser against risk of Bidder’s conduct, which would warrant
the forfeiture of security.
Online Payment modes: The tender document fees and EMD can be paid
in the following manner through e-Payment facility provided by the e-
Procurement system
State Bank of India Multi Option Payment System (SBI MOPS
Gateway): Bidders are required to avail Internet Banking Facility in any of
below banks for making tender remittances in eProcurement System.
A) Internet Banking Options (Retail)
1 Allahabad Bank 32 Kotak Mahindra Bank
2 Axis Bank 33 Lakshmi Vilas Bank
3 Andhra Bank 34 Mehsana Urban Co-op Bank
4 Bandan Bank 35 NKGSB Co-operative Bank
5 Bank of Bahrain and Kuwait 36 Oriental Bank of Commerce
6 Bank of Baroda 37
Punjab and Maharashtra
Cooperative Bank
7 Bank of India 38 Punjab National Bank
8 Bank of Maharashtra 39 Punjab and Sind Bank
9
Bassein Catholic Co-
operative Bank 40 RBL Bank
10 BNP Paribas 41 Saraswat Cooperative Bank
11 Canara Bank 42 ShamraoVithal Cooperative Bank
12 Catholic Syrian Bank 43 South Indian Bank
9
13 Central Bank of India 44 Standard Chartered Bank
14 City Union Bank 45 State Bank of India
15 Corporation Bank 46 Syndicate Bank
16 Cosmos Bank 47 Tamilnad Mercantile Bank
17 DCB Bank 48 Tamilnadu Cooperative Bank
18 Dena Bank 49 The Kalyan Janata Sahakari Bank
19 Deutsche Bank 50
TJSB Bank (Erstwhile Thane Janata
Sahakari Bank)
20 Dhanalaxmi Bank 51 UCO Bank
21 Federal Bank 52 Union Bank of India
22 HDFC Bank 53 United Bank of India
23 ICICI Bank 54 Vijaya Bank
24 IDBI Bank 55 YES Bank
25 Indian Bank
26 Indian Overseas Bank
27 IndusInd Bank
28 Jammu & Kashmir Bank
29 Janata Sahakari Bank
30 Karnataka Bank
31 Karur Vysya Bank
B) Internet Banking Options (Corporate)
1 Bank of Baroda 21 Laxmi Vilas Bank
2 Bank of India 22 Oriental Bank of Commerce
3 Bank of Maharashtra 23 Punjab & Maharashtra Coop Bank
4 BNP Paribas 24 Punjab & Sind Bank
5 Canara Bank 25 Punjab National Bank
10
6 Catholic Syrian Bank 26 RBL Bank
7 City Union Bank 27 ShamraoVitthal Co-operative Bank
8 Corporation Bank 28 South Indian Bank
9 Cosmos Bank 29 State Bank of India
10 Deutsche Bank 30 Syndicate Bank
11 Development Credit Bank 31 UCO Bank
12 Dhanalaxmi Bank 32 Union Bank of India
13 Federal Bank 33 UPPCL
14 HDFC Bank 34 Vijaya Bank
15 ICICI Bank 35 Axis Bank
16 Indian Overseas Bank
17 JantaSahakari Bank
18 Jammu & Kashmir Bank
19 Karur Vysya Bank
20 Kotak Bank
During the online bid submission process, bidder shall select SBI MOPS
option and submit the page, to view the Terms and Conditions page. On
further submitting the same, the e-Procurement system will re-direct the
bidder to MOPS Gateway, where two options namely SBI and Other
Banks* will be shown. Here,Bidder may proceed as per below:
a) SBI Account Holders shall click SBI option to with its Net Banking
Facility., where bidder can enter their internet banking credentials and
transfer the Tender Fee and EMD amount.
b) Other Bank Account Holders may click Other Banks optionto view the
bank selection page. Here, bidders can select from any of the 54 Banks to
proceed with its Net Banking Facility, for remitting tender payments.
*Transaction Charges for Other Banks vide SBI Letter No.
LHO/TVM/AC/2016-17/47 – 1% of transaction value subject to a minimum
of Rs. 50/- and maximum of Rs. 150/-
Any transaction charges levied while using any of the above modes of online
payment has be borne by the bidder. The supplier/contractor's bid will be
11
evaluated only if payment status against bidder is showing “Success” during
bid opening.
4.4.3) KFC may modify the bid documents at its own initiative to clarify, amend, modify,
supplement or delete any of the conditions, clauses or items stated therein by a
corrigendum. Such corrigendum will be published in the e-tender website, and shall
be binding upon the renderers. The bid shall be furnished taking into account the
corrigendum, if any, issued as mentioned above and any failure in doing so will lead
to consequences including rejection of bid for which KFC will not be responsible.
4.4.4) KFC may extent the last date for the submission of bids at its discretion.
4.4.5) Letter of Authorization: The person signing the bid document should be
authorized by the firm/company and the authorization letter should be submitted
along with Technical Bid. Tender documents received without the authorization
letter will not be considered for further processing.
4.5) SUBMISSION PROCESS:
For submission of bids, all interested bidders have to register online as explained
above in this document. After registration, bidders shall submit their Technical
bid and financial bid online on www.etenders.kerala.gov.in along with online
payment of tender document fees and EMD.
For page by page instructions on bid submission process, please visit
www.etenders.kerala.gov.in and click “Bidders Manual Kit” link on the home page.
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid
submission otherwise the bid will not get submitted online and the same shall not be
available for viewing/ opening during bid opening process.
4.6) TENDER OPENING AND EVALUATION
Technical bid cover of Tenders received before the due date and time will be opened on
the date, and time mentioned in the notice inviting tender.
5. TENDER EVALUATION
Initial bid scrutiny will be done and bids will be treated as non-responsive in the
following cases.
Bids received without EMD and Relevant Documents shall be summarily rejected
Bid is not submitted as specified in the tender document.
Bids with incomplete information, subjective, conditional and partial.
Bids not complying with any of the clauses stipulated in the tender documents.
Bids with lesser validity period than required by the bid.
Bids with commercial details in Technical bid cover shall also be summarily
rejected
12
All responsive bids will be considered for further processing. KFC will prepare a list of
responsive bidders, who comply with all the terms and conditions of the tender
documents. All responsive bids will be considered for further evaluation. The decision of
KFC will be final in this regard.
The technical bids of the responsive bidders only will be scrutinized. Those bidders
whose technical bids conform to the requirements given in the eligibility criteria will be
qualified. The financial bids of only those bidders who have been technically qualified
will be opened. Others financial bid will be returned unopened. The bidder quoting the
lowest commercials (including all taxes) will be awarded the contract.
6. Other Terms and Condition of Tender
i) The financial offer as per the specification format is to be submitted as per the
time frames and format mentioned in the tender. The rate and amount quoted should
be inclusive of all expenses such as all duties, taxes, freight, insurance, cost
of spares, labour charges and other incidental expenses for delivery,
installations, repair, replacement and maintenance of the installations.
No amount will be paid extra on any account.
ii) Technically qualified and commercially responsive lowest offers will be
considered for awarding the contract. However KFC reserves the right to
reject all or any of the offers of the Bidder without assigning any reason. No
claim or complaint in this regard will be entertained by KFC.
iii) The selected agency will be responsible for work of all particulars mentioned in
the Financial Bid without affecting the existing building construction. All works
should be done with experienced labours and in the presence of technically qualified
person. If any case any change in the terms of work awarded, the agency will
have to obtain written permission from the authorized representative of
KFC.
iv) Failure to comply with the requirements a to e below would be treated as dishonour
of contractual obligations. The bill payments may be withheld in failure of the same.
a) Work to be carried out without affecting the existing infrastructure.
b) Quality of materials should be as specified in the tender document.
c) Time taken for completion as per the schedule given the tender document.
d) The selected agency shall provide maintenance support to KFC during the
maintenance period.
e) Normal functioning of the office shall not be affected while executing the
work.
13
v) In case of any construction problems, the selected agency should analyze them
in detail and carry out necessary activities to eliminate them. The selected agency
will also nominate a supervisor who will visit the construction site
whenever required to resolve outstanding problems/ issues in consultation
with authorised KFC officials and will provide in such cases clear-cut
escalation matrix to the Chief Manager, Branch Office, Ernakulam.
vi) Period of contract for 3 months from the date specified in the Work Order.
vii) KFC may, in its own discretion, withdraw from the project. In such cases,
payment shall made/adjusted on a pro-rata basis as per the rates agreed to in the
tender.
viii) KFC shall not be responsible for damages of any kind of mishap/injury/accident
caused to any staff/ anyone engaged by the construction while performing duty
in KFC’s premises. All liabilities, legal or monetary, shall be borne by the agency.
The agency will be solely responsible for compliance of all relevant labour/
employment laws/ statutory requirements being in-force from time to time, including
welfare measures of employees engaged for completion of the work.
ix) No advance payment, if any case, would be made to the firm.
x) In case the agency backs out of the contract midstream, without explicit consent
of the KFC, the security deposit will stand forfeited.
(xi) The prospective bidders can depute an authorized representative for verifying
the premises and condition of the building. They may contact Chief
Manager, Branch Office, Ernakulam Office, Kaloor, (Phone. +91 9207738090) on
the dates mentioned in the critical dates section of this tender document.
xii) Tie breakers in case of identical Bids: If rates are found to be identical for any
item/product by more than a firm, preference will be given to firm with highest
turnover in financial year 2017-18 (audited).
xiii) The selected agency will not outsource the contract either partially or fully to
any third party. If any such requirement the same may be initiated to KFC
in writing.
xiv) The selected agency will indemnify KFC against any claim, loss, damage
occurred, or caused to the KFC due to wilful acts or omissions or carelessness or
negligence of its engineers/supervisors, while on duty.
xv) The Selected agency should maintain good cooperation with the existing service
providers in KFC ie. Electrical, Networking etc and other service providers. In
case of any dispute with any other service provider, the matter should be referred
to Chief Manager, Branch Office, Ernakulam.
14
xvi The work should not interrupt or disturb the normal working of other offices in
the building.
xvii) Materials at site should be listed and details should be handed over to the
concerned authorised officials at KFC Office, Ernakulam.
xviii) The bidders are advised to study the tender document carefully. Submission of
tender shall be deemed to have been done after careful study and examination
of the tender papers with full understanding and implications thereof.
7. Terms of Payment.
Payments will be made by Chief Manager, Ernakulam on submission of the
following:
a) Bill based on the tender document.
(b) Satisfactory performance/completion report
(c) Work completion certificate countersigned by the authorised KFC Official.
Taxes shall be deducted from the successful bidder’s payment as per Government Rules.
Tax Deduction Certificate shall be issued on demand.
8. Penalty for delay.
For any delay in construction, installation and commencing of the project, beyond the
specified period, unless it is approved by the Corporation, KFC will charge
[email protected]% of the value of the work delayed per week or part through, subject to a
maximum of 6% value of work order. In case the amount equal to 6% of the order value
is deductible as penalty and the vendor is still unable to complete the work successfully,
KFC reserves the right to cancel the work and no payment will be made to the vendor.
Any delays attributable to KFC will be excluded and completion period will be extended
accordingly. 9. Completion, Retention & Termination of Construction work.
9.1 Period of construction is for 3 months from the date of finalization/signing of
the agreement. There will be a one year maintenance period from the date of
handing over of the completed project after testing and commissioning, which
should be done free of cost.
9.2 5% of the payment to the agency shall be retained for the maintenance period
of ONE year as a guarantee against the work performed. After the
completion of specified period if there is no claim, the amount shall be paid
without any interest.
9.3 The extension of construction period will be considered if the service is
satisfactory in all respect to KFC. The decision of Managing Director, KFC in this
regard shall be final.
9.4 It shall be open to the agency to terminate this agreement any time by giving
45 days advance notice to KFC, in writing.
9.5 In case the bidder fails to provide satisfactory level of constructions /
performance, KFC reserves the right to serve a minimum of 14 days' notice
and terminate the contract. In this connection the decision of KFC shall be final
15
and binding on the bidder. 10. Arbitration.
10.1 In matters of dispute, the decision of the Managing Director of KFC shall be
final and binding on all parties.
10.2 All cases / proceedings relating to any dispute or claim arising out of the
tender shall be subject to the exclusive jurisdiction of the court at
Thiruvananthapuram.
Sd/-
Venu S
CHIEF MANAGER
KERALA FINANCIAL CORPORATION
KALOOR, ERNAKULAM
Place : Ernakulam
Date : 07.11.2019
1. Schedule of Events
Sl
No
Item CRITICAL DATES
DD MM YYYY Hrs Mins
1 Publishing Date 08 11 2019 10 00
2 Document Sale Start Date 08 11 2019 10 00
3 Document Sale End Date 23 11 2019 17 00
4 Seek Clarification Start Date 09 11 2019 12 00
5 Seek Clarification End Date 23 11 2019 16 00
6 Pre Bid Meeting Date 13 11 2019 11 00
7 Bid Submission Start Date 09 11 2019 10 00
8 Bid Submission End Date 23 11 2019 22 00
9 Bid opening Date 26 11 2019 11 00
16