You are on page 1of 36

URBA IMPROVEME T TRUST SRIGA GA AGAR (RAJ.

TE DER DOCUME T (TECH


ICAL BID) FOR

Construction of High Level Bridge at Gang Canal, SriGanganagar


[

ESTIMATED COST: ---- Rs. 472.00 Lacs

Tehsil- Sriganganagar

District- Sriganganagar

2013
OFFICE OF THE EXECUTIVE E GI EER, URBA IMPROVEME T TRUST SRI GA GA AGAR (RAJASTHA )

TELPHO E: 0154 01542466652

URBA IMPROVEME T TRUST SRIGA GA AGAR


I VITATIO FOR POST QUALIFICATIO ASSESSME T OF BIDDERS

TE DER DATA 1 2 3 4 5 6 7 8 9 Name of Work Estimated cost of work Cost of Tender Copy Download/Sale start Date Download/Sale end Date Clarification start Date Pre Bid meeting Date Bid Submission end Date Technical Bid Opening Date Earnest Money Name of Contractor ....................... .. . Construction of High Level Bridge at Gang Canal, SriGanganagar

Rs. 472.00 Lacs


5000/10/03/2013 10:00 AM 22/03/2013 10:30 AM

15/03/2013 10:00 AM 15/03/2013 10:00 AM 25/03/2013 10:00 AM

28/03/2013

11:30 AM

11 12

2% of (1/2 % for UIT, SriGanganagar Registered contractor.)

S. o.

PARTICULARS

PAGE o.

1 2 3 4 5 6 7 8 9 10 11

SCOPE OF BID SUBMISSION OF e-APPLICATION QUALIFICATION CRITERIA JOINT VENTURE PUBLIC SECTOR COMPANIES CONFILT OF INTEREST UPGRADING POST QUALIFICATION ASSESSMENT OF BIDDERS INFORMATION GENERAL LETTER OF APPLICATION FORMS OTHER INSTRUCTIONS & SPECIALCONDITIONS

4-6 6 6-11 11 11 12 12 12-13 14-15 16-30 31-36

I STRUCTIO S TO APPLICA T

AME OF WORK

: Construction of High Level Bridge at Gang Canal, Sriganganagar

ame Of Employer

: URBA IMPROVEME T TRUST, RIGA GA AGAR

1. SCOPE OF BID

: 1.1 Location and description of project The work site is situated in Tehsil and Distt.

SriGanganagar.The work site is situated at Gang Canal R. D. 52.785. The site is connected by a motorable road. A

Government Hospital established in Sriganganagar and transportation facility is available. The Work comprises of the Construction of High Level Bridge on Gang Canal and connecting roads to Bye-Pass. The bridge will be constructed by providing cast in situ R.C.C. boxes with steel as per approved structural drawings.

Post QualificationAssessment
Under Post qualification assessment method for selection of the contractor, the system of 3 e-envelopes shall be followed. e-Envelope-1 shall contain scanned copy of D.D. for earnest money, Tender Costand process fee. E-envelope 2 shall contain qualification bid in respect of information based on predetermined evaluation criteria. e-Envelope-3 shall contain unconditional financial bid only. All the three e-envelopes shall be received simultaneously. A committee constituted by competent authority in which AAO/AO/Sr. AO/CAO/FA of the office will also be member shall open the qualification bid. The qualification bid will be evaluated by the above committee. After evaluation of the qualifying bids as per predetermined evaluation criteria, a comparative statement
4

of all tenderers will be prepared. The authority competent to sanction the tender based on estimated cost put to NIT would approve the responsive qualified tender(s). The committee of only those tenders who have qualified and have been declared as being responsive by the competent authority /authorized committee shall open financial bids. The tender, will be sanctioned as per delegation of powers.

The abstract of approximate quantities to be executed of main items is as under: -

Item Earth Work in embankment /Excavation Plain Cement Concrete Reinforced Cement Concrete Granular Sub Base Water Bound Macadam Dense Bituminous Macadam Bituminous Concrete

Quantity 20647 cum 280 cum 946 cum 2254 cum 3620 cum 630 cum 280 cum

1.2 The employer intends to Post qualification assess the contractors for the following contract under the project. 1.3 General information The main features of climate are as under: -

i ii iii iv

Visibility Hottest month Coldest month Rainfall season & annual Rainfall

Fair May/ June Minimum Temp 39oC Dec/Jan Maximum Temp 20oC June 15th to September 15th Rainfall 200 mm
5

1.31 Program of work: The tentative program of allotment & completion of work for the contract is as below: A) Tentative Month of call of Tender B) Tentative month of award of contract C) Period of completion Receipt of Technical & financial bids 03/2013 04/2013 06 Months(Bridge Portion has to be completed within canal closure of approx. 30-40 days)

2. Submission of e-Application
2.1 Submission/Upload of e-application for Post qualification assessment of bidders will be received within time in e-tendering system. "e-Application to Post qualification assessment for Construction of High Level Bridge at Gang Canal, Sriganganagar 2.2 The name and mailing address of the applicant should be clearly in e-application. 2.3 The information requested for Post qualification assessment of bidders will be answered in the English language. Where information is provided in another language, this shall be accompanied by a translation of its pertinent part into English. This translation will govern and used for interpreting the information. 2.4 Failure to provide information, which is essential to evaluate the Applicants qualification, or to provide timely clarification or substantiation of the information supplied may result in disqualification of the Applicant. 2.5 Prospective applicant may request clarification of the project requirements and the criteria for qualification. Any clarification given the employer will forward to all those who have purchased the Post qualification assessment of bidders documents. No request for clarification will be considered after 20.03.13

3. Qualification 3.1 Post qualification assessment of the bidders will be based on meeting all the following minimum pass/ fail criteria regarding the applicants general and particular experience, personnel and equipment capabilities, and financial position as demonstrated by Applicants responses in the form attached to letter of Application. Sub-contractors
6

experience and resources shall not be taken into account in determining the Applicants compliance with the qualifying criteria. 3.2 GE ERAL EXPERIE CE: The applicant shall meet the following minimum criteria: (a) Annual turnover over the last five financial years should not be less than 35 % of G Schedule amount. Total financial turnover during last five years (excluding current year) on current price level shall be worked out as under: -

Year

Annual turnover (Rs. in Lac)

Annual turnover at 2011-12 price level (Rs.in Lac)

2007-08 2008-09 2009-10 2010-11 2011-12

A B C D E

1.4*A 1.3*B 1.2*C 1.1*D 1*E

(b)

The applicant shall have successful experience as prime contractor in completing at least one contract of a nature and complexity comparable to the proposed contract within last five financial years of value not less than35 % of G-schedule amount. This completed contract shall include the quantities of following items mentioned below Item Earth Work in embankment /Excavation Plain Cement Concrete Reinforced Cement Concrete Granular Sub Base Water Bound Macadam Dense Bituminous Macadam Bituminous Concrete Quantity 4818 cum 65 cum 221 cum 526 cum 845 cum 147 cum 65 cum
2

A detailed note giving the details of such contract executed in past alongwith the certificate from employer or Engineer in-charge not below the rank of Executive Engineer for having completed such work satisfactorily in the time should be appended.
indicate the annual production rate of key construction activities e.g. earthwork/cement concrete /bituminous concrete etc. The annual rate should be 35 % of average annual quantities based on G schedule
2

ote: In above clause in clause 3.2(b) nature and complexity is further clarified as below: In case of earthwork excavation for embankment, the work will be treated of the similar nature for both roads and canals if both the embankments are being formed in the same way i.e. by watering and consolidation. Similar work experience of Cement concrete, concreting in foundations, DPC, mass plain concreting work for RUBs, ROBs and its components will be treated of similar nature. 3.3 Personnel Capabilities The applicant must have suitably qualified personnel to fill the following positions. The applicant will supply the information on a prime candidate and an alternate for the each position both of whom should meet the experience requirements specified for the work.

Position

Nos

Total Experience (In Years)

In

Similar

Works (In Years) 3

Project Manager Site Engineer

3.4 Equipment Capabilities

The Applicant should own or have assured access to (through hire, lease, and purchase agreement availability of manufacturing capacity or other means) the following key items of equipments in full working order and must demonstrate that based on known
8

commitments they will be available for use in the proposed contract. The applicant may also list alternative equipment, which he would propose for the contract together with an explanation of the proposal.

S.No. Name

of

equipment

and Minimum required 1 2 1 -

numbers

Characteristics 1 2 3 4 5 6 Automatic level Excavator 0.75 cum capacity Bulldozer 80/100 HP Vibratory roller 10 MT Vibratory roller 25 MT

Tandem vibratory roller/ walk behind 1 type small roller 600/750/900 mm width capacity 8-10 MT

7 8 9 10 11 12

Vibrating plate compactor Dumpers 10 MT and above Silp form gantry with vibrator Concrete needle vibrator Diesel / electric pump 5HP and above Concrete cum/Hr. batch mixer/Plant

1 6 4 1

10 2

3.5 Financial Position

The applicant should demonstrate that he has access to or has available liquid assets, line of credit and other financial means sufficient to meet the construction cash flow for the period of three months estimated as Rs.118.00 Lac net of the Applicants commitments for the other contracts.
9

3.6 The audited balance sheets for the last five years should be submitted and must demonstrate the soundness of the Applicants financial position showing long-term profitability (including an estimated financial projection for the next one year). Where necessary, the Employer will make inquiries with the Applicants Bankers.

3.7 Litigation History

The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five years. A consistent history of award against Applicant may result in failure of the Application.

3.8 Success rate in Bidding

The Applicant should provide accurate information of success in bidding during last five years along-with details of client category.

3.9 Assessed Available Bid Capacity

Applicant who meets the minimum qualification criteria will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works.

Assessed Available Bid Capacity = A* *3-B

Where A = Maximum value of works executed in any one year during the last five years (updated to the current price level i.e. at 2011-12 which will take into account the completed as well as works in progress.

10

B = Value at current price level i.e.2011-12 of the existing commitments and ongoing works to be completed during next years and

N = Number of years prescribed for completion of the works for which bids are invited.

3.10 Even though the Applicants meet the above criteria they are subject to be disqualified if they have i. Made misleading or false representation in the form, statements and attachments submitted and/or ii. Record of poor performance such as abandoning the work not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. iii. Participated in the previous bidding for the same works, had quoted unreasonably high bid price, and could not furnish rational justification to the Employer.

4.0 Joint venture

Joint venture not acceptable

5.0 Public Sector

Public owned enterprises companies domiciled in the country may be eligible to qualify if, in addition to meeting all the above requirements they are also a. Commercially oriented legal entities distinct from the Employer, and are not a government department b. Financially autonomous as demonstrated by requirements in their constitutions to provide separate audited accounts and returns on capital, powers to raise loans and obtain revenues through the sale of goods or services; and c. Managerially autonomous

11

6.0 Conflict of Interest

The Applicant must not be associated nor have been associated in the past with the consultant or any other entity that has prepared the design, specifications, and other Post qualification assessment of bidders and bidding documents for the Project or that was proposed as Engineer for the Contract, over the last five years. Any such association may result in the disqualification of the Applicant.

7.0 Updating Post qualification information

7.1 Bidders shall be required to update the financial information, used for Post qualification assessment of bidders at the time of submitting their bids, to confirm their continued compliance with the qualification criteria and verification of the information provided. A bid shall be rejected if the Applicants qualification thresholds are no longer met at the time of bidding.

8.0 General 8.1 Only firms that have been Post qualification assessment of bidders under this procedure will be invited to bid. A qualified firm may participate in only one bid for the contract.

8.2 Bidders will be required to provide security in the form of a bond, or other security acceptable to the Employer for an amount of TWO (2) percent of bid price (or at the rate of 0.5 percent for the registered contractors) and the successful bidder will be required to provide performance security. Examples of acceptable forms will be supplied with the bidding documents 8.3 The Employer reserves the right to: a. Amend the scope and value of any contract to the bid, in which event the contract will only be bid among those Post qualification qualified bidders who meet the requirements of the contract as amended. b. Reject or accept any application; and
12

c. Cancel the Post qualification assessment of bidders process and reject all applications.

The employer shall neither be liable for any such actions nor under any obligation to inform the applicant of the grounds for them.

9.0 The Applicant will be advised in writing by FAX or telex, within 90 days of the date of
submission of the applications of the result of their application, and the names of the Post qualification qualified applicants, without assigning any reason for the Employers decision.

10. Cost of Bidding


The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for those costs.

11.Site Visit
The Bidder, at Bidders own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for the construction of the Works. The cost of visiting the site shall be at the Bidders own expenses.

12.The Employer will award the contract to the Bidder whose Bid has been determined to be
substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, if such bidder has been determined to be eligible in accordance with the provisions stated above.

13

LETTER OF APPLICATIO (Letter paper of the Application including full address, telephone number, FAX No., telex and e-mail ID) Dated: To, ___________________ ___________________ Dear Sir, 1. Being duly authorized to represent and act on behalf of _____________________________ (hereafter the Applicant), and having reviewed and fully understood all the Post qualification Assessment of Bidders information provided, the undersigned hereby apply to be Post qualificationly assessed by yourselves as a bidder for the following contract under the Contractor number Bid number 2. Attached to this letter are copies of original documents defining: (a) The Applicants legal status (b) The principal place of business (c) The place of incorporation (for applicants who are corporation): or the place of the registration and nationality of the owners (for applicants who are partnership or individually owned firms) 3. Your agency and its authorized representatives are hereby authorized to conduct any inquires or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. The Letter of Application will also serve as authorization to any individual or authorized representative, of any institution referred to in the supporting information, to provide such information deemed necessary and request by yourselves to verify statements and information provided in this application or with regard to the resources, experience, and competence of the Applicant. Contract Name

4. Your agency and its authorized representative may contact following persons for further information:
14

General and Managerial inquires Contact 1 Contact 2 Personal inquires Contact 1 Contact 2 Technical inquiries Contact 1 Contact 2 Financial inquires Contact 1 Contact 2 Telephone Telephone e-Mail Address e-Mail Address Telephone Telephone e-Mail Address e-Mail Address Telephone Telephone e-Mail Address e-Mail Address Telephone Telephone e-Mail Address e-Mail Address

5. This application is made in the full understanding that: a. Bids by Post qualification assessment of bidders applicants will be subject to verification of all information submitted for Post qualification assessment of bidders at the time of bidding. b. Your agency reserves the right to: Amend the scope and value of any contract bid under this project; in such event, bids will only be called from the Post qualification qualified bidders who meet the revised requirements; and c. Reject or accept any application, cancel the Post qualification assessment of bidders process and reject all application; and Your agency shall not be liable for any such actions and shall no obligation to inform the Application of the ground for them. 6. We confirm that in the event that we bid, that bid as well as any resulting contract will be: Signed so as to legally bind all partners jointly and severally 7. The undersigned declare that the statements made and the information provided in the duly complete application are complete, true and correct in every detail. Signed Name For and on behalf of (name of Applicant)
15

APPLICATIO FORM O: 1 GE ERAL I FORMATIO All individual firms applying for Post qualification assessment of bidders are requested to complete the information in this form. Nationality information is to be provided for all owners or applicants that are partnership or individually owned firms.

1 2 3 4 5

Name of Firm Head office address Telephone Fax Place of incorporation / registration Contact Telex Year of e-mail incorporation /

registration Nationality of the owners Name 1 2 3 4 Nationality

16

APPLICATIO FORM O: 1(A) STRUCTURE A D ORGA IZATIO 1. The Applicant is a. an individual b. a proprietary firm c. a firm in partnership d. a limited company or Corporation e. a group of firms (Give complete information in respect of each partner)

2. Attach the organization chart showing the structure of the organization including names of the Directors and position of the officers 3. Number of years of experience: a) as a prime contractor (contractor shouldering major responsibility) i. in own country ii other countries (specify country) b) in joint venture i. in own country ii other countries (specify country) c) as sub contractor i. in own country ii other countries (specify country) iii From foreign country, who are knowledgeable in the procedures of customs, immigration, taxes, and other information necessary to do the work? 5 For how many years your organization had been in business of similar works under its present name. What were your fields when your organization was established? Whether any new fields were added in your organization? 6. Were you ever required to suspend construction for a period of more than six months continuously after you started? If so, give name of project and give reasons there for. 7 Have you ever left the work awarded to you incomplete? (if so give name of project and
17

reasons for not completing work) 8. In which field of Civil Engineering construction you claim specialization and interest. 9. Give details of your experience in Canal Bridge construction and its ancillary works with mechanical equipments / modern technology and quality control.

18

APPLICATIO FORM O: 2 GE ERAL EXPERIE CE RECORD

Name of Applicant: _____________________ All individual firms are requested to complete the information in this form. The information supplied should be the actual turnover of the Applicant in terms of the amount billed to clients for each year for the work in progress or completed; converted to Indian Rupee at the rate of exchange at the end of the period reported. Applicants should not be required to enclose testimonials, certificates, and publicity material with their applications; they will not be taken into account in evaluation of qualification.

Year

Turn Over (Rs. Lacs)

19

APPLICATIO FORM O: 3

PARTICULARS OF EXPERIE CE RECORD

Name of Applicant: _____________________ To Post qualification assessment of bidders, the Applicant shall required passing requirements applicable to this form as set out in the Post qualification assessment of bidders Instructions to Applicant On a separate page, using the format (3A) each applicant is requested to list all contract of value of equivalent to Indian Rs. In Lac, of a similar nature and complexity to the contract for which applicant wished to qualify, undertaken during the last five years. The value should be based on currencies of the contract converted in Indian rupees at the time of substantial completion or for current contract at the time of award. The information is to be summarized, using form (3A) for each contract completed or under execution by the Applicant.

20

APPLICATIO FORM O: 3(A)

Works performed as prime contractor (in the same name) on works of a similar nature over last five years**

Project Name of Description Contract Value Employer of work No of

Date of

Stipulated period of

Actual date of

Remarks explaining

contract issuing completion Completion* reasons (Rs. Lac) work order for delay and work completed

*Attach certificate(s) from the Engineer in-charge not below rank of Executive Engineer Quantities of work executed as prime contractor (in the same name and style) in last five years:**

Year

Name work

of Name of Employer*

Agreement No.

Quantity of work performed

Remarks* (Indicate contract reference)

**immediately preceding the financial year in which bids are received


21

APPLICATIO FORM O: 4

SUMMARY SHEET: CURRE T CO TRACT COMMITME TS /WORKS I PROGRESS

Name of Applicant: _____________________ Applications and each partner to an application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contract approaching completion, certificate has yet to be issued.

Information on Bid capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Description Place of work and state

Contract no and date

Name and address of the Employer

Value of contract (Rs. In Millions)

Stipulated period of

Value of work*

Anticipated date of completion

completion remaining to be completed (Rs. In Millions)

22

(B) Works for which bids already submitted:

Description Place and Name of work state and address of the Employer

Value of contract (Rs. In Millions)

Stipulated period of

Date when

Remarks if any

completion decision is expected

*attach certificate(s) from the Engineer in-charge

23

APPLICATIO FORM O: 5

PERSO

EL CAPABILITIES

Name of Applicant: _____________________ For specific position essential to contract implementation, applicants should provide the names of at least two candidates qualified to meet the specified requirements stated for each position. The data on their experience should be supplied in separate sheets using one Form (5A) for each candidate.

1.Title of Position Name of prime candidate Name of alternate candidate 2. Title of position Name of prime candidate Name of alternate candidate

24

APPLICATIO FORM O: 5(A)

CA DIDATE SUMMARY

Name of Applicant: _____________________ Qualification and experience of key personnel proposed for administration and execution of the contract. Attach biographical data. Refer also to Sub-clause 3.3 of Instructions to Bidders.

Position

Name

Qualification

Year of experience (general)

Year of experience in the proposed position

Site Engineer

25

APPLICATIO FORM O: 6

EQUIPME T CAPABILITIES

Name of Applicant: _____________________ The following items of Contractors Equipments are essential for carrying out the work. The bidder should list all the information requested below. Refer also clause 3.4 of the Instructions to Bidders.

Item of equipment

Requirement No s 1 2 1 1 Capacity Owned

Availability proposals

leased

To be Age/ procured condition

(from whom to be purchased

Automatic level Excavator Bulldozer Vibratory roller Vibratory roller Tandem vibratory roller/ walk behind type small roller 600/750/900 mm width Vibrating plate 1 compactor Dumpers 6

0.75 Cum 10 MT 25 MT 8/10 MT

10MT and above

Silp form gantry with vibrator Concrete needle 2 vibrator Diesel / electric pump 1 Concrete mixers/Plant batch 2

5 HP and above 10 cum /Hr.

26

APPLICATIO FORM O: 7

FI A CIAL CAPABILITY

Name of Applicant: _____________________ Applicant should provide financial information to demonstrate that they meet the requirements stated in the Instructions to Applicants. Each applicant must fill in this form; if necessary use separate sheets to provide complete banker information. A copy of audited balance sheet should be attached.

Banker

Name of banker Address of the Banker Telephone FAX E-mail Contact name and title TELEX

Summarize actual assets and liabilities in Indian Rs. In Lac (at the rate of exchange current at the end of each year) for the previous five years. Based upon known commitments, summarize projected assets and liabilities in Indian Rs. In Lac equivalents for next two years. The details of credit limit sanctioned by Bank and availed should also be furnished.

Financial information Actual previous five years

(Rs. In Lacs) Projected for next two years

Total assets Current assets Total Liabilities


27

Current Liabilities Profits before Tax Profit after taxes Net worth

Specify proposed sources of financing to meet the cash flow demands of the project,net of current commitments (Instructions to Applicants) Source of financing Working Capital Demand loan Cash credit Bank Guarantee (net balance) Amount (Indian Rs. In Lac)

Attach audited balance sheets for the last five years Attach Income tax clearance certificate. Firms owned by individuals and partnerships may submit their balance sheets certified by a registered accountant, and supported by copies of tax returns, if audits are not required by laws of their countries of origin. Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List them below and attach copies of support documents (sample format attached) Name, address, and telephone, telex and FAX numbers of the Bidders bankers who may provide references if contacted by the Employer.

28

APPLICATIO FORM O: 8

SAMPLE FORMAT FOR EVIDE CE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES

BA K CERTIFICATE

This is to certify that M/S _______________________ is a reputed company with good financial standing.

If the contract for the work, namely_________________________________________ ____________________________________________________ is awarded to the above firm; we shall be able to provide overdraft/ credit facilities to the extent of Rs.________ to meet their working capital requirements for executing the above contract.

- Sd Name of Bank Senior Bank Manager Address of the Bank

29

APPLICATIO FORM O: 9

FI A CIAL CAPABILITY

Name of Applicant: _____________________ Applicants should provide information on any history of litigation of arbitration resulting from contract in past five years or currently under execution (Instructions to Applicants Para 3.7)

Year

Award for or against Applicant

Name of client, cause of litigation, and matter in dispute

Disputed amount(current value) (Rs. In Lac)

Actual awarded amount (Rs. In Lac)

30

I STRUCTIO S FOR TE DERERS I RESPECT OF I VITATIO OF TE DERS

ame of Work: --- Construction of High Level Bridge at Gang Canal, SriGanganagar
FOR TECH ICAL BID

1.

The work site is situated in Tehsil and Distt. SriGanganagar.The work site is situated at Gang Canal R. D. 52.785. The site is connected by a motorable road. The Work comprises of the Construction of High Level Bridge on Gang Canal and connecting roads to Bye-Pass.

2.

The overall period of completion of the work included in this tender is 6months from the 7th day of commence the work.

3. Bridge Construction has to be done within canal closure period of 30-40 days. A penalty of 10 percent shall be imposed on remaining bridge work after canal closure. 4. Right is reserved to reject any or all tenders without assigning any reason thereof.

5. The tender shall be accompanied by a reference from scheduled bank situated in India or a foreign bank of international standing to the effect that the financial worth of the tendered is adequate to undertake work of this magnitude. 6. The tender will be submitted online on departmental website http//eproc.rajasthan.gov.in. In three electronic envelopes i.e. Earnest money, TECHNICAL Bid and FINANCIAL Bid respectively loaded at specified space on website. 7. e-Envelope of earnest money should contain Scanned copy of D.D. for earnest money, Tender cost & process fee. 8. Technical Bid The electronic envelope marked with Technical bid should have the following informations: (i) (ii) Copy of registration with any Govt. Department for contractors. Scanned copy of Audited Balance sheet for last five years showing annual turnover. (iii) Scanned copy of proof of similar work experience (Bridge work) along with value of work done issued by the employer in last five years in favor of contractor.

31

(iv)

Scanned copy of proof of quantities of Principal items executed in similar work(RCC/PCC/Earthwork/GSB/WBM/BC Etc.) done.

(v)

An undertaking to the effect that the financial bid furnished in the second envelope is unconditional and does not contain any changes in the nomenclature units of various items of Schedule G and in the any other part of the tender document furnished to the tender for the work. In absence of this undertaking, the financial bid shall not be opened.

(vi)

The tenderers are advised to submit their offer in accordance with the terms and conditions of the tender document as in case of any major deviation, the offer may not be considered. However, if the bidders want to clarify, supplement, elaborate or desire minor changes, the same should be done during Pre bid meeting.

(vii)

The Technical Bid and financial bid shall contain adequate cross- reference, wherever necessary, to ensure clear and proper co-relation of two bids without any ambiguity whatsoever.

(viii) Joint venture and sub contractors are not allowed.

32

Special Conditions

1. The tenderers are requested to read carefully the specifications laid down for the work. The work shall be carried out strictly as per MoRTH/PWD Specifications. 2. The 43 grade Ordinary Portland Cement as per IS code Shall be used by the Contractor at his own cost at site. Cement manufactured by the major plants of popular brands will only be allowed. The Contractor shall submit the copy of all bills of cement purchased for the work to the Assistant engineer Concerned as it will be brought to work site. 3. Scaffolding, Templates and T&P required for construction Of bridge will be arranged by the contractor at his own cost 4. The contractor shall be responsible for any kind of losses to the Govt. Material entrusted to him, which may occur due to theft, rains and wind or any other reasons not specified. The Contractor shall also be responsible for the excess consumption, for any losses, recovery will be made from the contractor. 5. The bridge work will be executed strictly during closure period in the canal. 6. A penalty of 10 percent shall be imposed on remaining bridge work after canal closure. 7. Curing will be done by the contractor for 28 days after completion Of all the masonry and concrete works as per norms. 8. Quantities can be increased/Decreased as per requirement. The Quantities Of earthwork will be paid on the basis Of X-sections Observed at Interval Of 100' before start of work. 9. Material for construction brought to site will only be used after testing for confirmation to its relevant specifications. All the labor and carriage expenditure for testing will be borne by the contractor. 10. Contractor should quote his rate after accessing all leads and lifts of the construction material i.e. Bricks, Bikaner Bajri, Cement, and Coarse Aggregates. No extra payment shall be made for this. 11. Contractor shall comply all the instruction issued by the Quality Control Unit Of the Department. Any defect pointed out by Quality Control Unit will have to be rectified by
33

the contractor at his own cost.Sieve Set, Mortar/Concrete Cubes Slump Cone (15Cm, 30 Cm), Leveling Instrument, Ranging rods, Leveling Staves, Vern ear Calipers, the equipments required at site and labor for these tests will have to be provided by the contractor and no extra payment for this will be made to the contractor. Contractor shall perform all tests as prescribed in Quality Control Manual and all registers pertaining to work will be got issued from the undersigned/Assistant Engineer's Office and will be maintained by the Contractor's site staff, Site In charge Junior engineer/Assistant engineer/Executive engineer shall also check these tests as per Quality Control manual. 12. Earth available from cutting will have to be utilized in filling section up to economical leads. 13. Mixing Of mortar shall be done with the help of mechanical mixer. 14. The contractor will display a board at work site indicating cost Of Work, Name Of Agency, Date Of Start, Date Of Completion &Technical Specifications Of Work as well as source of material indicating distance, before start of work. 15. Site Plan from where earth will be brought be submitted by the contractor dully signed by him and The Land Owner/Land Holder and also he will submit soil samples of that borrow area for MDD & OMC before start Of work. 16. The payment will be made as per work execution at site. 17. Normally working hour will be from sunrise to sunset. 18. All the instructions/Specifications issued by UIT, Sri Ganganagar authorities from time to time shall be binding upon the contractor. 19. The contractor shall take all the necessary measures and will be responsible for the safety of the labour at work. 20. The contractor shall follow the contract labour (Regulation & Abolition act 1961 & Rule 1971) & insurance of labours at his own cost. 21. Contractor shall be fully responsible for provident funds, insurance etc. for workers engaged by him on the work. 22. In case of any typing error in item and rates, the BSR rate and description of item shall be final. 23. The rates quoted by the contractor shall remain valid for a period of 3 months from the date of opening of tenders.The submission of this tender, the
34

contractor abides with all the printed conditions provided in the PWD manual from 64 (chapter 3, para 36) & subsequent modification. 24. If any extra item required to be executed for completion of this work shall be payable of PWD NH Circle Bikaner BSR 2012, plus/minus tender premium quoted by the contractor. 25. Contractor has to take stage wise permission from the Engineer in Charge before commencement of next stage work. 26. All required scaffolding shall be arranged by contractor at his own cost. 27. Traffic management & safety during construction operation as per Technical Specification shall be inclusive in Rates, quoted by Bidder. All expenses in this regard shall be borne by the Bidder & no payment shall be made on this account. 28. Contractor shall submit the the Photograph of work in Post Card Size showing the position before & after repair work in two copies at his own cost. 29. Contractor shall be responsible for all required Quality Control testing as per MoRTH specifications. Payment shall be done by Department. 30. The rates quoted by the Contractor shall be deemed to be inclusive of the sales tax, income tax, labour cess, or any other tax/duty/cess as applicable by law at the time of payment, shall be borne by the contractor for the performance of this contractor. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. 31. No Condition are to be added by the contractor & conditional tender is liable to rejected. 32. Any damage done to structure shall be borne by the contractor. 33. The final bill shall be paid after receipt of NOC from mining department. 34. The site office and quality control lab with testing officer shall be provided by the contactor at his own cost.

35. Concreting related with height shall be paid in respective height which has been taken in BOQ item. Whatever may be the Height of concreting.

35

36. M40 Grade Concreting of Crash barrier is taken in the Superstructure item in Solid Slab / Voided Slab. There shall be no extra rate paid to this item. 37. If HYSD steel is not available then TMT can be used. Steel shall be used of Fe 500 Grade. 38. Steel shall be used of SAIL, TATA, RINL or any other manufacturer approved by the department.

36

You might also like