View IFT /PQ / REOI / RFP Notice Details
Amendment / Corrigendum No. : 1
|
|
Amendment / Corrigendum Text : | ok |
Field Name | Old Value | New Value |
---|---|---|
TDS/PDS--A. General-- | The PE is :[state name of PE]
The number, identification and name of lots comprising the Tender are:
[state number, list the lots and related Goods with identification] |
The PE is : Project Director, Extension and Renovation Project of Distribution Line and Sub-station of Rangpur Division, NESCO Ltd., Rangpur.
The Name of Tender : Procurement of Straight type Cross Arm for 11 KV line (DPP Package-75) Identification number: 747476 The number, identification and name of lots comprising the Tender are: Single lot. |
TDS/PDS--A. General-- | The name of the Development Partner is [state name of Development Partner] |
The name of the Development Partner is none |
TDS/PDS--A. General-- | The source of public fund is [state source, GoB or other source of funds]. |
The source of public fund is GoB |
TDS/PDS--A. General-- | Tenderers from the following countries are not eligible: [state the name of countries] |
Tenderers from the following countries are not eligible: israel |
TDS/PDS--C. Qualification Criteria-- | (a)The minimum of years of general experience of the Tenderer in the supply of Goods and related services as Supplier shall be 5 years (60 months). [ years counting backward from the date of publication of IFT in the newspaper] (b) )The minimum specific experience of Tenderer in supply of similar Goods (Similar goods means all types of insulator, all pole fittings, line fittings, line accessories) of at least 2 contracts successfully completed (supported by completion certificate from purchaser) within the last 6 years (72 months) each with a value of at least BDT 2.10 crore. [ years counting backward from the date of publication of IFT in the newspaper] (c)The minimum production capacity of Goods is three times of tendered quantity per year. |
(a)The minimum of years of general experience of the Tenderer in the supply of Goods and related services as Supplier shall be 5 years (60 months). [ years counting backward from the date of publication of IFT in the newspaper] (b) )The minimum specific experience of Tenderer in supply of similar Goods (Similar goods means all types of insulator, all pole fittings, line fittings, line accessories) of at least 2 contracts successfully completed (supported by completion certificate from purchaser) within the last 6 years (72 months) each with a value of at least BDT 1.50 crore. [ years counting backward from the date of publication of IFT in the newspaper] (c)The minimum production capacity of Goods is three times of tendered quantity per year. |
TDS/PDS--C. Qualification Criteria-- | The minimum amount of liquid assets i.e. working capital or credit line(s), net of other contractual commitments is BDT 2.30 crore. |
The minimum amount of liquid assets i.e. credit line(s), net of other contractual commitments is Tk. 1.70 Crore. Unconditional Letter of Commitment for Bank’s Undertaking for Line of Credit (Form PG3-8) must be submitted in specified format uploaded in amendment section from any schedule bank [Except National Credit and Commerce Bank Limited (NCC) Bank] otherwise the bid of the bidder will be Treated as non-responsive. |
TDS/PDS--D. Tender Preparation-- | 1. Registration /Certificate of Incorporation, Bank Solvency Certificate, up to date Tax Clearance Certificate, up to date VAT Registration Certificate, valid Trade license in its country of origin, relevant documents as documentary evidence to satisfy experience criteria as stated in ITT 15.1(a).
13. At least 02 (Two) nos. Manufacturer’s Satisfactory Performance Certificates from Electricity Utility as End User depicting that the offered type Goods has been supplied within last 7 (84 months). years i.e. years counting backward from the date of publication of IFT in the newspaper and has been in satisfactorily service for 1 (one) year. The Satisfactory Performance Certificate (SPC) shall be in End User’s official pad and shall contain end-user’s full mailing address, e-mail address, website address and fax / telephone number for the convenience of authentication. Note: Electricity Utility means an organization/company that engages in electricity generation/transmission / distribution of electricity for sale in a regulated market. 14. Type test reports of offered items from any independent testing laboratory / Institute as per relevant IEC standard / Factory test witness report with result witnessed by NESCO/BPDB/DPDC/DESCO inspection team (purchaser team). 15. Detail cross sectional drawing of the offered items showing dimension & identification name. 16. Tenderer shall submit at least 2 (two) sets of the offered items as sample(s) along with their tender. The submitted sample(s) should comply with the drawings and the technical requirements of the tender document. If the submitted sample failed to conform the drawings and the technical requirements of the tender document, the tender of the Tenderer will be rejected. 17. In addition to 16 no. condition the submitted sample(s) will be tested by the PE from any independent testing laboratory / Institute as per relevant IEC standard. The test result will be part of evaluation process. If the submitted sample(s) fail to conform the GTP, Specifications & relevant IEC standard, the tender of the Tenderer will be rejected. N.B. All the cost for this purpose i.e. (Testing fees, loading/unloading cost, transportation & other costs) must be provided by the tenderer. |
1. Registration /Certificate of Incorporation, Bank Solvency Certificate, up to date Tax Clearance Certificate, up to date VAT Registration Certificate, valid Trade license in its country of origin, relevant documents as documentary evidence to satisfy experience criteria as stated in ITT 15.1(a).
13. At least 02 (Two) nos. Manufacturer’s Satisfactory Performance Certificates from Electricity Utility as End User depicting that the offered type Goods has been supplied within last 7 (84 months). years i.e. years counting backward from the date of publication of IFT in the newspaper and has been in satisfactorily service for 1 (one) year. The Satisfactory Performance Certificate (SPC) shall be in End User’s official pad and shall contain end-user’s full mailing address, e-mail address, website address and fax / telephone number for the convenience of authentication. Note: Electricity Utility means an organization/company that engages in electricity generation/transmission / distribution of electricity for sale in a regulated market. 14. Type test reports of offered items from any independent testing laboratory / Institute as per relevant IEC standard / Factory test witness report with result witnessed by NESCO/BPDB/DPDC/DESCO inspection team (purchaser team). 15. Detail cross sectional drawing of the offered items showing dimension & identification name. 16. If Any Bidder have Past Contract Termination/ Cancellation history in NESCO, then the bid of Concern Bidder will not be allowed & Treated as Non-Responsive. 17. Bidders who supplied the offered items previously in NESCO must submit satisfactory performance certificates for each contract. Otherwise bid of Concern Bidder will not be allowed & Treated as Non-Responsive. |
TDS/PDS--D. Tender Preparation-- | The Tender validity period shall be [150] days. |
The Tender validity period shall be [120] days. |
TDS/PDS--D. Tender Preparation-- | The amount of the Tender Security shall be BDT 7.50 lakh only in favor of “Project Director, Extension and Renovation Project of Distribution Line and Sub-station of Rangpur Division, NESCO Ltd., Rangpur”, which will remain valid for a period of twenty-eight (28) days beyond the original validity period of Tender or beyond any period of extension subsequently requested. |
The amount of the Tender Security shall be : as per tender notice. Tender security shall be any schedule bank [Except National Credit and Commerce Bank Limited (NCC) Bank], otherwise the bid of the bidder will be Treated as non-responsive. |
TDS/PDS--G. Contract Award-- | The amount of Performance Security shall be ten percent (10%) of the Contract Price. but in case of front loading it will be increased upto 25%. |
The amount of Performance Security shall be ten (10%) percent of the Contract Price Covering warranty period from last supply date from any schedule bank [Except National Credit and Commerce Bank Limited (NCC) Bank], otherwise No Contract will be signed. |
Amendment / Corrigendum/ Addendum No. : | 1 | ||||
S. No. | File Name | File Description | File Size (in KB) |
||
---|---|---|---|---|---|
1 | Letter of Commitment for Bank format.pdf | Letter of Commitment for Bank format | 120246 |