You are on page 1of 6

Nashik Municipal Corporation, Nashik

Public Works Department


DETAILED E- TENDER NOTICE No. 69(2015-16 /1to2 )
COMMISSIONER, NASHIK MUNICIPAL CORPORATION, NASHIK, Invites
sealed tender in B-1 form on the companies/ contractors with experience with similar
type of works and registered in appropriate class with P.W.D. , C.P.W.D., M.E.S.,
MSRDC, MMRDA etc. for the development of roads in Nashik city.
Name of Work

S.

Cost put to tender


( RS)

Time Limit

1,83,94,947/-

12 Months

47,52,637/-

9 Months

No.
1.

Asphalting & Resurfacing at


Satpur M I.D.C. in Satpur Div

various places of

2.

Asphalting of WBM Road at various places in


Nashik west. Div.

1)

EARNEST MONEY :-

Rs. 1% of Cost put to tender


EMD will be accepted in form of Online Payment / Cash / DD/
bankers cheque/ Bank Guarantee with validity of 6 months
EMD exemption certificate of Nashik Municipal Corporation will be
accepted

2)

TIME LIMIT :-

As per Above Table

3)

Date of Issue of Blank :Tender Documents

Tender form available


corporation

website

online for purchase on Municipal

www.nmctenders.procuretiger.com.

from

available on dt.20/02/2016 to 24/02/2016 .


4)

Cost of blank tender :document

Contract document may be purchased / downloaded from


www.nmctenders.procuretiger.com.for non refundable fee of Rs.
5090/-,2590 in the form of Online Payment / Cash/ Demand draft
of Nationalized

Bank payable at Nashik in favour of Nashik

Municipal Corporation OR online purchase through credit card.


Cost of tender documents is non-refundable.
5)

Date of Submission of :Tender

The bids shall be submitted online through e-tendering system on


www.nmctenders.procuretiger.com. before dated 26/02/2016 upto
15.00 hrs. One set of tender qualification document (Technical) to
be submitted inperson i.e. hand delivery for scrutiny of original
document in the office of City Engineer, Nashik Municipal
Corporation, Rajiv Gandhi Bhavan, Sharanpur Road, Nashik.
However financial bid to be submitted online only.

(1)

6)

SECURITY DEPOSIT :-

Total Security Deposit shall be 5% of the cost put to tender (2.5%


initial + 2.5% Recovered through R.A.Bills)
A) Initial Security Deposit:- 2.5% to be paid at the time of
agreement either in the form ofi) Cash deposited in the treasury of NMC.
Bank Guarantee from any Nationalized Bank in the prescribed
from valid for time period for completion of the work in the favor of
Commissioner , Nashik Municipal Corporation , Nashik to be
extended subsequently till successful completion of DLP .
B) Recovery through R.A. bills:- Balance 2.5% security deposit will
be recovered through R.A.bill at the rate of 5% of gross amount of
each R.A bill till the total amount reaches 2.5% of the cost put to
tender.
If the contractor does not deposit additional security deposit (if
applicable) within stipulated time then his earnest money deposit
will be forfeited

and his tender will not be considered for

acceptance.
This additional security deposit if shall be extendable upto expiry
of valid extensions if any and it shall be refunded along with the
final bill, after satisfactory completion of work.
7)

8)

DEFECT LIABILITY :PERIOD

Defect liability period for the work is Thirtysix (36) Calendar

DATE OF OPENING OF :TENDER

Received

months from the date of completion of the work.


tenders will be opened on 26/02/2016 (If possible)

qualification of bidders as per eligibility

criteria mentioned in of

detailed tender notice in the office of City Engineer, Nashik


Municipal Corporation. Rajiv Gandhi Bhavan, Sharanpur Road,
Nashik. Opening of financial bid will be notified later.
9)

VALIDITY OF OFFER :-

The offer shall


days

remain open for one hundred and twenty (120)

from the date of submission of tender or thereafter till

contractor withdraws his offer in writing.


10)

JOINT VENTURE :-

Joint Venture Agreement in any form shall not be allowed.

11) ELIGIBILITY OF TENDERER :11.1 Each contractor should further demonstrate the availability of the following key and critical
equipment should be Owned by the contractor and be actually in his possession and available
exclusively for this work at the time of submission of tender ( information is to be uploaded in
Statement)
All these uploaded statement/ form shall be filled in correctly and signed properly. If these
form are found incompletely filled or wrongly filled, contractors Financial Bid will not be opened.
All the uploaded scanned copies of the necessary Certificates shall be readable. Non
readable uploaded scanned copies shall not be considered.
(2)

a)

For Asphalt Works Costing Upto 4 Crores.


Each Contractor should further demonstrate the availability of the following key and
critical equipment should be Owned or hired by the Contractor and be actually in his
possession and available exclusively for this work at time of submission of tender
(Information is to be uploaded Statement No.2 A)
Proforma for information regarding availability/ procurement of machinery
required for this work.
S.

Machinery

Nos

No.

Mode of
Availability

1.

MODERN DRUM MIX PLANT With minimum 1Nos


capacity of 45 TPH Filly Automatic Micro
processor based PLC with SCADA Enable Drum
Mix Plant of minimum 45 MTPH capacity of any
standard company with SCADA.

Owned

2.

Hydro Static L PAVER FINSHER with electronic 1Nos


sensing device conforming to Clause 504.3.5
M.O.S.T Specification, 5th Revision, 2013 edition.

Owned

3.

STATIC ROLLER OF 8TO 10 TONNE/SMOOTH 1Nos


WHEELERD POWER ROLLER

Owned

4.

VIBRATORY ROLLER with SCADA

Owned

5.

Trucks/ Tipper of minimum 10 MT capacity fitted 3Nos


with SCADA

Owned /

Mechanical Bitumen Sprayer with SCADA

owned

1Nos

1 Nos

Hired

12.1 The tenderer must have eligibility in term of work experience as follows:a) The tenderer should have successfully completed at least one similar road work
comprising of widening asphalting, costing not less than

30% of contract value for

which he is bidding for in last five years starting from Yr. 2010-11

(i.e.2010-11,

.2015.16 for this work up dated to Yr. 2015-16 level by factor of escalation of 10% per
year)
b) Satisfactorily executed following minimum quantities of the work in single work
executed in last five years.
1)

M.P.M.

30% Qty of Schedule B

2)

B.M.

30%Qty of Schedule B

3)

B.C

30%Qty of Schedule B

The Necessary certificates as mentioned in qualification criteria for sr. no.12.5 (a) to
(b) are required to be obtained from the officer not below the rank of Executive Engineer
In the absence of these certificates Financial Bid shall not be opened.
12.2

The bidder must submit fresh Distance certificate obtained from concerned

Executive Engineer (Works) P.W.D. NMC certifying that their plant for Batch Mix
(3)

Plant / Drum Mix Plant fitted with SCADA system which is situated within 30km from
Rajiv Gandhi Bhavan, NMC. All old distance certificates are invalid
12.3

a) The bidder shall upload scanned copy of valid certificate of compliance

required as per latest M.O.R.T.H. & specification from Assistant chief Engineer of
(Mechanical) of PWD department ( Govt. of. Maharashtra ) for modern Drum Miix /
Batch Mix plant, sensor paver, vibratory roller equipped with SCADA system,
Mechanical bitumen sprayer with SCADA.
b) Availability of a project Manager for this work with not less than five years experience in
construction of similar type of work and other key personnel with adequate experience as
required ( Information to be uploaded in Statement )

Contractor Technical Staff

Min Qualification
needed

Full Time Technical Staff on site required


1. Resident Engineer (Daily)
B.E. / Btech Civil.
Min 3 yrs.
2. Site Supervisor (daily)
Diploma Civil
Min 2 yrs.
3. Plant /SCADA System
Diploma / ITI
supervisor (daily)
Min 3 yrs.

Number of
Tech. Staff
Persion
1
2
1

12.4
a) Scanned from original copy of affidavit regarding completeness, correctness
and truthfulness of documents submitted on Rs. 100/- Stamp paper as per prescribed
Proforma given in Annexure I sworn before Executive Magistrate Notary,
b) Scanned from original copy of Professional Tax Clearance Certificate up-to-date.
c) Scanned from original copy of Registration of firm, partnership deed and Power of
Attorney, in case of a firm tendering for work.
d) Scanned from original copy of Plant Verification certificates valid for one year certified
by Assistant Chief Engineer (Mechanical) P.W.Region Nashik for Batch Mix Plant /
Drum Mix Plant.
e) Scanned copy of Ownership of drum hot mix plant and other related machinery as
stated in Statement .
f) Also enclosed scanned copy of verification certificate of Executive Engineer regarding
plant Locations given in tender document.
The tender of those tenderers who do not submit the proof of ownership of hot
mix plant and other related machinery, Affidavit shall not considered for opening of
commercial bid.

13.00

IMPORTANT CONIDITON OF CONTRACT :-

a) Contractor shall take out necessary Insurance Policy / Policies so as to provide


adequate insurance cover for execution of the awarded contract work from the
Directorate of Insurance, Maharashtra State Mumbai only. Its Postal address for
correspondence is 264, MHADA, First Floor Opp. Kalanagar , Bandra (East), Mumbai 400051. (Telephone nos. 6438690/ 6438746 Fax. no.6438461 ). Insurance policy/
policies taken out from any other Company will not be accepted. However , if the
contractors desire to effect insurance with any of the local officer of any insurance
(4)

Company, the should be under the coinsurance- cum-servicing arrangement approved


by the Directorate of Insurance. If the policy taken out by the contractors is not on
coinsurance basis, i.e. G.I.F 60% and insurance Company 40 % , the same will not be
accepted and the amount of premium calculated by the Directorate of Insurance will be
recovered directly from the amount payable to the Contractors for the executed contract
work which may please be noted. If the above condition regarding insurance policy is
not complied, then recovery at the rate 1% of tender amount shall be made.
b) The Contractor has to pay cess of 1% of the tender amount as per Building and other
Construction Act- 1998 in the specified bank account.
c) Payment shall be made subject to availability of fund.
d) In the event of delay in intermediate payment, the contractor/ agency shall not delay
/stop work; and the work shall be completed in the stipulated time period.
c) NMC will not bear any expenses other than the cost quoted.
14)

METHOD OF SUBMISSION :The tenderers desirous of tendering for this project are required to submit their offers
online www.nmctenders.procuretiger.com.
Technical bid :- All documents as required vide this notice including but not
limited to list given below.
i)

Registration certificate of bidder

ii)

Earnest Money in the form as prescribed in section (3) of this notice.

iii)

Copy of registration with Employees Provident fund office.

iv)

Professional tax clearance certificate

v)

Papers showing eligibility of tenderer as mentioned in section of this notice i.e.


similar kind of work, turnover certificates, Bid Capacity , certificate of quantities
executed, proof of bachmix, drum mix plants alongwith its certification from Asst.
Chief Engineer (Mech) P.W.region & Distance certificate of Executive Engineer
(works) P.W.D. N.M.C.

vi)

Details of Technical personnel on the roll of the bidder.

vii)

Details of Machinery & Infrastructure available with bidder.

OPENING OF TENDERS :On the date specified in the Tender Schedule, following procedure will be
adapted for opening of the tender.
TECHNICAL BID

First of all Envelope No.1 of the tender will be opened online to verify its contents
as per requirements. Contractor has to procure original documents for verification for
verification as required. If the various documents contained in the envelope do not meet
the requirements of the Department, a note will be recorded accordingly by the tender
opening authority and the said tenderers financial bid will not be considered for further
action and the same will be recorded.
B) Financial Bid :The financial bid of technically qualified

bidders shall be opened online as

detailed above. The financial bid shall contain the offer based on scope of work, rates,
specifications of the items in the tender & shall be inclusive of all taxes, levies, duties &
(5)

all other charges- expenses. Bidder should not quote the offer anywhere directly or
indirectly in Technical bid.
Note : Commissioner Nashik Municipal Corporation reserves full rights to reject any or
all tenders without assigning any reason and the same shall be at the entire discretion
of Commissioner, NMC and commissioners decision in this respect shall be final and
binding.
Sd/-xxx

Executive Engineer,
Public Works Department
Nashik Municipal Corporation,
Nashik

(6)

You might also like