CONSTRUCTION OF 20 PAX CUSTOMISED GRP ELECTRIC BOAT FOR LIGHT AND SOUND SHOW AT CHILAKKOOR TUNNEL

 NOTICE INVITING TENDER

Tender No: CIL/L&S/2023-24/01

NAME OF WORK: “DESIGN, CONSTRUCTION, TESTING, REGISTRATION AND DELIVERY OF 20 PAX CUSTOMISED GRP ELECTRIC BOAT FOR LIGHT AND SOUND SHOW AT CHILAKKOOR TUNNEL”

CIAL INFRASTRUCTURES LTD., (hereinafter referred to as ‘Employer’), proposes to build and operate a customised solar powered GRP Electric boat through inland waterways and back waters, and invites sealed lumpsum tenders under Two-bid system (Pre-qualification Bid and Price Bid) from eligible bidders for “DESIGN, CONSTRUCTION, TESTING, REGISTRATION AND DELIVERY OF 20 PAX CUSTOMISED GRP ELECTRIC BOAT FOR LIGHT AND SOUND SHOW AT CHILAKKOOR TUNNEL”

SCOPE OF WORK:

The Scope of the work broadly covers but not limited to the following:

1. DESIGN, DRAWINGS AND PLAN APPROVAL of 20 pax monohull electric boat as per technical specifications, including the provisions for integration of light and sound show hardware as provided by the employer.

2. DESIGN, DRAWING AND PLAN APPROVAL of the integrated electric propulsion system consisting of electric motor, batteries (for propulsion and projection systems) and battery management system.

3. CONSTRUCTION of the electric boat with integrated electric propulsion and all other ancillary systems as per technical specifications with provision for mounting projectors and other light and sound show equipments.

4. Testing, Class Certification, Registration and Delivery of the boat.

COMPLETION PERIOD:

The period of completion shall be Six (06) Months.

ELIGIBILITY CRITERIA:

Bidders fulfilling the following requirements shall be eligible for pre-qualification: 

1. The bidder shall have at least Five years of experience in boat building industry. 

2. The bidder should have successfully delivered at least Two numbers of GRP boat having minimum 10Pax capacity during the last Five years, out of which at least One shall be constructed under leading classification societies like IRS or equivalent IACS member. The completion certificate/classification certificate for the boats shall be submitted as the evidence for the same. The certificates produced by the bidder as evidence of the same SHALL BE IN THE NAME OF THE BIDDER ONLY and any other completion certificates issued in favour of any HOLDING, SUBSIDIARY, ASSOCIATE, RELATED ENTITIES of the bidder shall not be accepted as proof of evidence in this regard.

3. The bidder shall have own/leased yard having all the facilities for construction of similar vessels. The yard must be certified by IRS or any other IACS classification society as capable to build GRP boats of capacity and dimensions required for the vessel. Proof of ownership of the yard and details of facilities in the yard shall be submitted along with the pre-qualification bid. If it is a leased yard, the lease shall be for a minimum period of one year from the date of opening of the tender, and shall be extendable for further periods depending on the proposed completion of the work, and the lease deed shall be furnished as evidence of the same. The bidders may note that the Employer will have the right to inspect the yard proposed by the bidder and ascertain its suitability and if the yard/facilities are found unsuitable, the Employer will have the right to disqualify the bidder and the decision of the employer shall be binding on the bidders.

4. The bidder shall either have adequate experience in providing electric propulsion system for boats or shall associate with an agency experienced in providing electric propulsion system for boats (hereinafter referred to as Technical Associate). The Technical Associate should have successfully completed at least one similar work during the last five years. The bidder shall produce a MoU or agreement of association with the Technical Associate including the credentials of the Technical Associate as evidence of the same. 

5. The minimum annual turnover of the bidder shall be more than Rs.3 Crores in any of the last three financial years. The copy of the audited Balance Sheet and Statement of Profit & Loss of the last three financial years of the bidder shall be submitted as proof of the same. The audited financials produced by the bidder as evidence of the same shall be in the name of the bidder only and any financials belonging to any holding, subsidiary, associate, related entities of the bidder shall not be accepted as proof of evidence in this regard. 

COST OF THE TENDER DOCUMENTS:

The cost of Bid document (Book No-1 & 2) to be issued to the bidders is Rs. 5,000/- + GST @ 5%. Those who wish to collect the documents by post shall remit an additional amount of Rs. 500/-. The cost of bid documents, as applicable, shall be remitted as Cash/E-transfer / DD drawn in favour of CIAL Infrastructures Ltd., payable at Ernakulam.

EARNEST MONEY DEPOSIT (BID SECURITY):

Bids shall be submitted by eligible bidders along with an EMD of Rs. 2,00,000/- (Rupees Two Lakhs only) in the form of a Demand Draft in favour of CIAL Infrastructures Ltd., payable at Ernakulam.

DATES FOR SALE OF TENDER DOCUMENTS:

Applications for issue of tender documents along with the prescribed cost of bid document shall be submitted by bidders at the office of CIAL Infrastructures Ltd., not later than 1st June 2023, 5.00 PM. The bid documents will be sold on payment as prescribed above, from 18th May 2023 to 1st June 2023 during working hours from the Office of CIAL Infrastructures Ltd., Kochi Airport PO, Nedumbassery.

PRE-BID MEETING:

A Pre-bid meeting is scheduled on 2nd June 2023 at 11.00 AM for providing clarifications on the queries of bidders at the office of CIAL Infrastructures Ltd., Kochi Airport P.O., Nedumbassery, Ernakulam – 683 111

SUBMISSION OF BIDS:

The tender shall be submitted under TWO-BID SYSTEM (Pre-qualification Bid and Price Bid). Bid documents are to be submitted in two envelopes viz: Envelope No.1 (Pre-qualification Bid) and Envelope No.2 (Price Bid). The details of documents to be submitted with each envelope are given below;

A. ENVELOPE NO.1 (PRE-QUALIFICATION BID):

Envelope No.1, which shall be super-scribed as “Pre-qualification Bid”, shall contain the following documents;

a. Book No:1 - Pre-qualification Bid duly filled and signed by the Authorised signatory on all pages

b. Earnest Money Deposit as specified above.

c. Unconditional Acceptance Letter (Refer: Tendering Procedures, Section-2: Tender Forms)

d. Duly signed minutes of the pre-bid meeting. 

e. Documentary proof to show that the bidder has at least five years’ experience in boat building industry. Certificate of Incorporation, Completion or Classification certificates or any other documents shall be produced by the bidder as evidence of the same.

f. Documentary proof to show that the bidder has successfully delivered at least two numbers of GRP boats for minimum 10 Passenger capacity during the last five years, out of which one shall be constructed under leading classification societies like IRS or equivalent IACS member. The Completion/Classification certificates for the boats shall be submitted as the evidence for the same.

g. Documentary proof to show that the bidder has own/leased yard having all the facilities for construction of similar vessels as provided in the eligibility criteria. Also, the certification document of the yard by the leading classification societies like IRS or equivalent IACS member as capable to build GRP boats of capacity and dimensions required for the vessel.

h. Documentary proof to show that the bidder has adequate experience in providing electric propulsion system for boats 

or

MoU/Agreement of proof of association with the Technical Associate including their experience/ credentials to support the eligibility of the bidder with respect to the conditions specified under Eligibility Criteria 

i. The copy of the audited Balance Sheet/ equivalent and Statement of Profit & Loss as proof of the minimum annual turnover of Rs. 3 Crores in any of the last three financial years. The bidder shall submit IT acknowledgement slip received on e-filing of the returns by the bidders for the last three financial years, and audited financial statements duly signed by the Chartered Accountant shall be enclosed, clearly indicating the turnover and all other relevant details.

j. List of similar works completed in the past.

k. Indicative schedule of completion/PERT chart required to complete the work as per schedule.

l. Copy of the partnership deed if the bidder is a partnership firm and attested copy of registration certificate in case of company and sole proprietorship declaration in the case of sole proprietorship firm.

m. Authority letter in original or attested by notary not more than one year old of the bidder in favour of the person who has signed the tender documents with telephone number and complete postal address.

n. A self-certificate stating that the firm has not been blacklisted by any Government/PSU and any private organisations.

o. Litigation history.

B. ENVELOPE NO. 2 (PRICE BID):

Envelope No.2 shall contain the following documents which shall be super scribed as “Envelop No. 2 - Price Bid”.

a. Book No: 2 - Price Bid duly filled and signed by the Authorized Signatory on all pages.

Both these envelopes (Envelope No.1 and 2) shall be enclosed in a bigger envelope super-scribed as “DESIGN, CONSTRUCTION, TESTING, REGISTRATION AND DELIVERY OF 20 PAX CUSTOMISED GRP ELECTRIC BOAT FOR LIGHT AND SOUND SHOW AT CHILAKKOOR TUNNEL” and submitted at the office of CIAL Infrastructures Ltd., Near CIASL Academy, Kochi Airport P.O., Nedumbassery, Ernakulam – 683 111, Kerala on or before 15.00 hours on 16th June 2023.

OPENING OF BIDS:

Envelope No. 1 containing the Book No.1 (Pre-qualification Bid), Unconditional Acceptance Letter and other pre-qualification documents shall be opened first at 15.30 hours on 16th June 2023.

Envelope No. 2 containing the Book No. 2 (Price bid) of only those pre-qualified bidders shall be opened on a subsequent date after duly intimating the eligible bidders in advance. Envelope No. 2 of those bidders who do not qualify as per the prescribed eligibility criteria shall be returned unopened. The Bidders are therefore advised to strictly go through all the tender conditions and enclose all the required documents to prove their eligibility for pre-qualification as per the prescribed criteria in Envelope No.1, failing which their bid is liable to be rejected.

Any bids received after the stipulated date and time shall be liable for rejection. CIAL Infrastructures Ltd. also reserve all rights to reject any or all the bids received, without assigning any reason whatsoever. 

Sd/-

Executive Chairman,     

CIAL Infrastructures Ltd.,

Kochi Airport P.O. – 683 111.

Ernakulam, Kerala, India

Phone: 0484-2611380, 2922442

E-Mail: info@cialinfra.in, safeer@cialinfra.in, arul.v@cial.aero 

Registered office

CIAL Infrastructures Limited
XI/318E, Cochin International Airport Buildings,
Kochi Airport P O,
Nedumbassery, Ernakulam -683 111
CIN : U45203KL2012PLC031692
Tel: 0484 - 2922442, 2611380
Fax : +91 484 2610012
Email : info@cialinfra.in

Administrative Office

CIAL Museum Complex
Near CIASL Academy
Kochi Airport PO, Ernakulam 683111
Phone No. +91-484-2922442 / 2611380

For queries and grievances, contact

Ms. Mary Pauly Aricatt
Chief Financial Officer,
CIAL Infrastructures Limited
Tel: 0484 - 2922442, 2611380
Fax : +91 484 2610012
Email : info@cialinfra.in

© 2016 CIAL. All Rights Reserved.Site Map
Designed by netBIOS