You are on page 1of 17

Bengal Aerotropolis Projects Limited

REQUEST FOR PROPOSAL

RFP No. BAPL/DGP/INFRA (PI)/RFP/MISC. ROAD & DRAIN/22-23/326 DATED – 16/09/2022

Construction of Roads and RCC Storm Water Drains at BAPL Township at Andal,
Durgapur

RFP Issued by: Head Infrastructure – BAPL

Corporate Office:
5 Gorky Terrace, 1st Floor
Kolkata 700 017.

Project Office:
ATC Building, Kazi Nazrul Islam Airport
P.o – Khandra, Andal, Pin – 713363, Paschim Burdwan,
Phone: 0341 2663 398.
RFP for Construction of Roads and RCC Storm Water Drains at
BAPL Township at Andal, Durgapur.

Section A : General Information

1 Tender issued By : Bengal Aerotropolis Projects Limited


2 Tender Notice No. : BAPL/DGP/INFRA (PI)/RFP/MISC. ROAD & DRAIN/22-
23/326 DATED – 16/09/2022
3 Name of the project : Construction of Roads and RCC Storm Water Drains at BAPL
Township at Andal, Durgapur
4 Type of contract : Item rate
5 Estimated cost : INR 10 Cr Approx all inclusive.
6 Bid submission last date : 26/09/2022 before 18:30 hrs
6 Address for submission : Bengal Aerotropolis Projects Limited
Head - Projects & Infrastructures
SCB Building, Kazi Nazrul Islam Airport (KNIA), Andal, Dist.
Bardhaman Paschim,
West Bengal – 713363
The Technical Bid & Price Bid needs to be submitted
separately :
The Technical bid should be submitted over e-mail to
tender@bengalaero.com with the subject line clearly
mentioned as ‘Technical Bid – Construction of Roads and
RCC Storm Water Drains at BAPL Township at Andal,
Durgapur’
And
The Price bid should be submitted over e-mail to
tenderprice@bengalaero.com with the subject line clearly
mentioned as ‘Price Bid – Construction of Roads and RCC
Storm Water Drains at BAPL Township at Andal, Durgapur’
on or before the last date of submission.
Attachments in a single e-mail should not exceed 15MB. In
case attachment size is more than 15MB, multiple e-mail
should be used to send details.
8 Bid validity period : 90 days from last date of submission.
9 Bidder may request for : Please raise your queries over mail at
any technical query to debasis.chaudhury@bengalaero.com
Kind Attn.: Mr. Debasis Nag Chaudhury

Page | 2
RFP for Construction of Roads and RCC Storm Water Drains at
BAPL Township at Andal, Durgapur.

Critical Dates:-
Sl. Items Details
No
1. NIT document can be downloaded from By 19th Sep 2022 till 22nd September,2022
till
2. Site visit cum Pre-bid query acceptance By 23rd Sep 2022
from Interested Parties
3. Last Date for submission of Bid By 26th Sep 2022 up to 18.30 hours.
4. Intimation to the participator By 29th Sep, 2022
5. Expected date of award By 17th Oct, 2022
6. Tentative date of commencement By 1st Nov 2022

Page | 3
RFP for Construction of Roads and RCC Storm Water Drains at
BAPL Township at Andal, Durgapur.

Section B: Prequalification Criteria

Contractors meeting following criteria may only apply:-

1. The annual average turnover of the firm during the last three financial years ending 31 Mar
2022 shall be minimum 50% of the estimated cost of works.

2. Firms should be well experienced, having successfully completed similar works during last
three years ending last day of month previous to the one from the date of bid submission.
Note:-
(i) ‘Similar’ works means – Road & Drain works completed as per general conditions of
contracts or equivalent condition in other Govt. department.
(ii) Value of completed works: - The value of previously completed works will be enhanced by
7.5% per annum to bring them at par with present cost.

3. The firm must specify their proposed deployment schedule of plant and machinery including
survey and lab instrument as part of the Technical Bid.

4. Working Capital not less than Rs. 2.00 crores from the scheduled bank as certified by Bankers
which should not be older than 06 months as on 31 Mar 2022.

5. Minimum reserves/total of movable or immovable property or fixed assets (in case of


companies) shall be Rs. 7.00 crores out of which minimum 80% of reserves./assets shall be in
shape of immovable property.

6. Any firm which is banned due to slow progress in WLR or against which a Technical BOO has
been ordered for defective work shall be considered automatically ineligible to quote for the
tender.

7. Un-enlisted contractors will render an affidavit categorically stating that they have not been
banned by any Govt Department. /Semi Govt/PSU/State Govt agency for participation in
tendering.

If the contractor fulfills the criteria mentioned above, they shall submit tender cost as
specified hereinbefore along with documents with the application for decision on their
eligibility for tender. Application without complete details shall not be considered and
summarily rejected.

Any deviation sought from the tender terms shall be clearly spell out with sufficient
explanation by the bidder through separate attachment along with the Technical Bid.

Page | 4
RFP for Construction of Roads and RCC Storm Water Drains at
BAPL Township at Andal, Durgapur.

Section C: Instruction to Bidders

The bidder needs to submit the Technical Bid and the Price Bid separately as follows:
1. For Technical Bid designated e-mail ID to tender@bengalaero.com
2. For Financial Bid designated e-mail ID to tenderprice@bengalaero.com
On or before the due dates.

Part: 1: Technical Offer:


Technical Offer should accompany the following documents:
a) Company Registration Certificate : Photocopy
b) PAN of the company : Photocopy
c) GST Registration certificate : Photocopy
d) Provident Fund and ESI Registration Certificate: Photocopy
e) Bidder’s Company Organization Chart
f) List of machineries to be mobilized by the bidder for this work as per the sheet below:

Sl Minimum Requisite T & P items to be Minimum Qty Ownership/ Hired


No mobilized as per work programme
1. Hot Mix Plant (min 75 TPH capacity 01No
preferred).
2. Dual Mode tandem vibratory 01No
Roller(08 to 10 capacity)
3. Tipper Trucks Adequate number
4. Loader/excavator/ all requisite Adequate number
ancillary set up to run the project
5 Motor Grader with 12’ blade width One no.
and basic operating weight of 12.0
MT
6 Single drum vibratory roller 2 no
compactor
7 Concrete mixer 14/10 with weigh 01 No
batching facility
8 Total station survey equipment & 01 No or can be
Auto Level provided
9 Site laboratory Will be provided

g) List of minimum manpower to be deployed by the bidder for this work as per the sheet
below:

Sl Details Nos Qualification Experience


No
1 Project Manager 01 B Tech(Civil)/ 10 years with similar work
Diploma in Civil experience
Engineering
2 Site Engineer 01 Diploma (Civil 05 years including 02 years in
Engineering) similar works

Page | 5
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
3 Junior Engineer 02 Diploma (Civil 03 years including 01 years in
Engineering)/ITI similar works
4 Surveyor 02 Diploma/ITI 05 years’ experience in field
survey.
5 Mechanical /Electrical 01 As per suitability As per requirement
Foreman

h) Details of works executed financial year wise in tabular form giving name of work, Accepting
Officer’s details, viz, address, telephone, email etc, date of acceptance of tender and actual
date of completion. It should also indicate whether extension was granted or compensation
was levied. Attested copy of acceptance letter and completion certificate shall be enclosed
of each work. In case performance report has been given by the client same shall also be
submitted duly attested.
i) Audited Balance sheet including showing of profit and loss account of the company for last
three (3) financial years.
j) Work of similar nature in hand (Ongoing) mentioning in a tabular form
k) Other declarations/ details as provided in Section G of this bid document.
l) Litigation History: Whether any litigation is going on with any of the client? Yes / No. In case
of ‘Yes’ please specify reason in a separate sheet.
m) Whether blacklisted by any Client: Yes / No. In case of ‘Yes’ please specify the reason for Black
listing in a separate sheet.
n) Whether blacklisted by any Client: Yes/ No. In case of ‘Yes’ please specify the reason for
blacklisting in a separate sheet.
o) Tender document signed in every page as a token of acceptance the terms and conditions.

Note: All the above documents should be signed and duly signed by authorized signatory of the
Company.

Page | 6
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.

Part: 2: Price Quote:


The Price Bid should be separately mailed with distinct subject line as indicated before. The mail
should comprise of the scanned copy of the filled in BOQ duly stamped and signed by authorized
signatory.

The BOQ is separately provided at the end of this document.

Note:
 Financial bid documents and technical bid documents to be sent separately
 The above financial bid document, duly stamped and signed by authorized signatory to be
mailed to the following e-mail address: tenderprice@bengalaero.com on or before the due
date
 An excel worksheet of the above table may also be send as an attachment to the said e-mail

Page | 7
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.

SECTION D: General Conditions of Contract (GCC)

1. The acceptance of a bid will rest with Bengal Aerotropolis Projects Limited (BAPL) who does
not bind to accept the lowest bid and reserves the authority to reject any or all the bids
received without assigning of any reason. All the bids in which any of the prescribed
conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

2. Canvassing in connection with bid is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable to rejection.

3. All rates shall be quoted only on the proper form of the RFP alone & at no other place.

4. The bidders should quote in figures as well as in words, the rate and amount tendered by
them. The amount for each item should be worked out and requisite totals given.

5. On acceptance of the bid, the name of the accredited representative(s) of the contractor who
would be responsible for taking instructions from the Engineer-in-charge shall be
communicated to BAPL within 7 days of the acceptance of bid.

6. BAPL is not bound to accept the lowest or any bid and reserves the right of accepting the
whole or any part of the bid and the Contractor shall be bound to perform the same at the
rate quoted.

7. The contractor shall not be permitted to bid for works in BAPL (responsible for award and
execution of contracts) in which his near relative is posted as or employed by him and who
are near relatives to any officer in BAPL. Any breach of this condition by the contractor would
render him liable to be removed from the approved list of contractors of the BAPL.
Note: By the term near relative is meant wife, husband and parents, grandparents, children
and grandchildren, brothers and sisters, uncle, aunt, and cousin and their corresponding in
laws. The contractor shall give a list of BAPL employees related to him.

8. The RFP for the work shall not be witnessed by a contractor or contractors who himself
/themselves has/have RFP or who have RFP for the same work. Failure to observe this
condition would render the RFP of the contractor as well as witnessing the RFP, liable to
summarily rejection.

9. The signing of the RFP documents should be undertaken by the authorised person only. In
the event of the RFP being submitted by legal entity, it must be signed separately by each
partner thereof, or in the event of the absence of any partner, it must be signed on his behalf
by a person holding a power of attorney authorizing him to do so, such power of attorney to
be produced with the RFP, and it must disclose that the firm is duly registered. Each and every
signature shall be witnessed separately.

10. This RFP is not transferable.

Page | 8
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
11. Silence or use of the word "Noted" against any of the RFP conditions shall mean Contractor
agrees to comply with that /those conditions of RFP.

12. BAPL reserves the right to alter, vary, modify any or all the terms of RFP at any times it desires
to do so.

13. BAPL reserve the right to accept or reject any or all applications without assigning any reason.
The decision of BAPL will be final and binding.

14. Any amendment or corrigendum to the tender document will be posted by fax, by email or
by post or hand delivery. However, it is Contractor’s responsibility to check for any
amendment/corrigendum from the RFP issuing authority before submitting their duly
completed bids.

15. Incomplete RFP, amendments and additions to RFP, after opening and late RFP are liable to
be rejected.

16. Contractor to clearly specify the proposed personnel deployment chart in the Technical Bid
with brief experience details of the key personnel.

17. Disqualification: BAPL may disqualify the bid (s) for the following reasons.
i. If any of the documents sought to support the information submitted are not enclosed.
ii. If application is received after the due date and time indicated therein.
iii. If any firm (s) attempts to influence the RFP process.
iv. If the competitor disregards any of the conditions of the competition.

18. BAPL reserves the right to reject any/all the RFP without assigning any reason whatsoever &
BAPL shall not be liable for any consequential loss/damages to the applicant/Contractor due
to such rejection.

19. Contractor is required to visit and acquaint himself with the site and local condition before
submitting his bid. No escalation of rate will be payable at a later stage due to any condition
not foreseen/considered by the contractor.

20. Contractor to clearly specify deliverables from BAPL which may be provided subject to
subsequent discussion/acceptance by BAPL.

21. Execution of the work within the specified time frame is the essence of the contract and all
endeavours should be put to complete the work in time. Contractors quoted rates are to be
firm for the duration of the contract including for that period for which time extension is
granted to complete any balance work. Not escalation of rates will be granted under any
circumstances.

22. The quantities specified in the BOQ may vary up to any extent with a maximum variation in
the value of order up to an extent of (plus or minus) 10% (Ten Percent). The quoted rates will
remain firm without any variation under above condition.

Page | 9
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.

23. The successful completion of the work will include the following along with satisfactory
completion of work as per drawing and direction of BAPL.

23.1 Clearing of area occupied inside BAPL project premises and demobilization of all
temporary establishments to the satisfaction of BAPL.

23.2 Making good all previously done works damaged/altered in course of execution of work
by the contractor to the satisfaction of BAPL.

24. Defect Liability Period (DLP) shall start from the successful completion of the work and
accepted by BAPL and it will continue till next twelve (12) months. Any defect arise within this
period shall be made good by the contractor at his own cost.

25. Liquidated Damage (LD) shall be deducted @ 0.5% of contract value for per week of delay
with a maximum deduction up to 5% of the contract value.

26. No idle charges shall be paid for bandhs/stoppage of work, rain, road blockage, local unrest
due to villagers or for any others reason whatsoever.

27. The Contractor shall not sublet, subcontract, transfer or assign the Contract or any part
thereof without the written permission of the owner, except as stipulated otherwise in the
Contract Document.

28. Statutory Enactment Governing the Work.


The Contractor shall execute the contract in accordance with the rules, regulations and
enactment of Central Government and State Government in force governing such work and
codes and standards as listed in the Contract Specification as well as normal consideration of
quality and good workmanship.

This shall not be construed as relieving the Contractor from complying with any requirements
of the Contract Specifications which may be more rigid than but not contrary to the above
mentioned rules etc. nor from providing such supplies or through it may not be shown in the
Contract Specifications. In case of variance of the Contract Specifications from the laws,
ordinance, rules and regulations governing the work, the Contractor shall immediately notify
the owner and obtain instructions before proceeding on with the concerned work. It is
however, the sole responsibility of the Contractor to determine that such variation exists.

29. Accident or injury to workmen


The Contractor shall arrange Workmen’s Compensation Insurance covering all his
employees/Sub-contractor’s employees engaged in the performance of this contract. The
owner will be opted as co-assured under this policy by incorporating endorsement “owner’s
interest protected” and a waiver of subrogation clause will be included in the policy.

30. Any other insurance required under Law

Page | 10
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
The Contractor shall at his cost carry and maintain any and all other insurances which may be
required under any law or regulation from time to time without any extra cost to the owner.

31. Time of Completion


The time of completion stipulated in the Contract shall be reckoned from the date of the
owner’s letter to the Contractor accepting his tender unless any other date has been
specifically stipulated in the Contract.
Time is of essence of the Contract. A detailed time schedule prepared by the Contractor and
approved by the owner showing the start and finish of all phases and items of the Contract
work shall be a part of the Contract.

32. Dispute Resolution


All disputes related to manpower/machinery deployment, equipment/material supply or any
other arrangement related to successful execution/commissioning of the job is the sole
responsibility of Contractor. The contractor shall absolve BAPL of all such disputes between
the contractor and the suppliers/other entities related to the contractor.

33. Safety Code


The Contractor shall adhere to safe construction practices. They should provide all Personal
Protective Equipment (PPE) like safety helmets, safety shoes, hand gloves etc. to all of their
workmen. They should guard their workmen against hazardous and unsafe working
conditions and shall comply with safety rules as set forth herein. The owner reserve the right
to take any appropriate punitive action, in case there is a fatal accident for reasons solely
attributable to the Contractor involving his employees or due to his employees.

34. Protection Against Covid-19 Pandemic


The Contractor shall take all precautions for their staffs, workmen against COVID 19 by
providing musk, hand sanitizer etc. They should abide by all the norms as stipulated by GOI
for contractor’s labourers

35. Force Majeure


If at any time during the continuance of this contract the performance by either party under
this Contract shall be prevented by reasons of any declared war, hostility, acts of the public
or enemy, civil commotion, sabotage, fire, earthquake, explosion, epidemic, quarantine
restrictions or other acts of God, (hereinafter referred to as ‘eventuality’) then provided
notice of the happening of any such eventuality is given by either party to the other within
fifteen (15) days from the date of the occurrence thereof, neither party shall, by reason of
such eventuality, be entitled to terminate this Contract, nor shall either party have any claim
for damages against the other in respect of such non-performance and the work under this
Contract shall be resumed as soon as practicable after such eventuality has come to an end
or ceased to exist. Under such circumstances the contractual execution period shall be
extended by a period equal to that during which such eventuality operated plus an additional
period, if any, as may be considered reasonable by owner and contractor.

36. Cancellation of Contract

Page | 11
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
Any dispute of difference including those considered as such by one of the parties arising out
of or in connection with the contract shall be to the extent possible settled amicably between
the parties.
Without prejudice to clauses mentioned concerning Force Majeure and Arbitration and to
any other remedy available, the owner at his option, may cancel the Contract at any time by
simple written notice to the Contractor in case of Contractor’s non-compliance with his
undertakings under the Contract.

37. Arbitration
This Agreement shall be construed, governed and enforced in accordance with the laws of
India. The parties hereby agree that jurisdiction over any dispute arising under this Contract
shall be vested only in the appropriate Courts of India and the parties submit to the
jurisdiction of the said courts at Kolkata in the state of West Bengal.

38. Utilities
All utilities required for the Work shall be organized by Contractor. Bengal Aerotropolis
Projects Limited shall not be responsible for any utilities at site. If any utility is provided by
BAPL, the cost of the same shall be recovered from the contractor.

39. Payment of applicable taxes


The Contractor shall pay the Taxes, Duties, Fees, Levis and other imposition levied under the
existing amended or enacted laws during the life of this contract and BAPL shall perform such
duties in regard to the deduction of such case as may be lawfully imposed.

40. Other terms:


The contractor shall arrange to and fro travel, boarding and lodging expenses if any, for their
staffs / workmen from their destination to the client project site.

The Contractor shall have to arrange accommodation of offices for their staff located at site.
The Cost of such accommodation and lodging shall be borne by the Contractor.

If required, due to changes in the project development plan BAPL may revise or reduce the
scope of Work.

The Contractor shall obtain necessary insurance for the scope of work as stated. Such
insurance shall be valid throughout the project. A copy of the insurance arrangement should
be submitted to the Client.
Any other cost not mentioned above to complete the subject scope of work shall be borne
exclusively by the Contractor.

41. Confidentiality
a) Contractor shall treat this agreement as confidential property and not disclose to others
during or subsequent to the term of this Agreement, except as necessary to perform this
Agreement (and then only on a confidential basis satisfactory to both parties), any
information and documents (including without limitation any environmental information,

Page | 12
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
reports or data) which may be delivered to Consultant by Client and identified as
“Confidential”.

b) Contractor shall also treat this agreement as confidential and shall not disclose to others,
except as required by law or upon receiving written consent from BAPL, this form of
Agreement.

42. Indemnification
a) Contractor shall indemnify, defend and hold BAPL harmless from any and all claims
demands causes of actions, losses, damages, fines, penalties, liabilities, costs and expenses,
including reasonable attorney’s fees and court costs, sustained or incurred by or asserted
against BAPL by reason of or arising out of Contractor’s breach of this Agreement or
contractor’s duties and activities within the scope of this Agreement.
b) BAPL shall indemnify, defend and hold Contractor harmless from any and all claims,
demands, causes of action, losses, damages, fines, penalties, liabilities, costs and expenses,
including reasonable attorney’s fees and court costs sustained or incurred by or asserted
against The Contractor by reason of or arising out of the BAPL’s negligence, willful misconduct
with respect to the BAPL’s duties and the BAPL’s negligence, willful misconduct with respect
to the BAPL’s duties and activities, including but not limited to any information provided by
BAPL to contractor upon which contractor shall rely in providing the Services.
c) Contractor’s total liability howsoever caused and whether arising under contract, tort
(including negligence) or otherwise shall not exceed the total amount of the Fees paid by the
Client to the Consultant for the Services rendered under this Agreement.
d) Notwithstanding any other provision in this Agreement which states the contrary, in no
event whether in contract, tort (negligence) or otherwise, will a party be liable to the other
party for any loss of profit, loss of business opportunities or for any indirect or consequential,
exemplary, punitive or special damages even if such party has been advised of the possibility
of such damages in advance.

43. Cancellation of order


This agreement can be terminated by mutual consent. BAPL reserves the right to cancel the
order if any of the terms and conditions stated above is not complied with by Party. BAPL also
reserves the right to terminate the agreement without citing any reason whatsoever by giving
fifteen (15) days advance written notice.
In case contractor fails to deliver the work as agreed in this agreement or the quality of work
is not of satisfactory quality, BAPL reserves the right to get work done as any other agency as
deems fit and the cost of such work shall be borne by contractor.

44. Governing laws


This agreement and its performance shall be governed by and construed in all respects in
accordance with the Law of India.

45. Miscellaneous:
Notices:
Notices or other communication required or permitted to be given or made hereunder shall
be in writing and delivered personally or by courier service or by legible fax addressed to the

Page | 13
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
intended recipient at its address set out below or to such other address or fax number as any
Party may from time to time notify to the others:

To:
Head – Projects & Infrastructure
Bengal Aerotropolis Projects Limited
ATC Building, Kazi Nazrul Islam Airport
P.o – Khandra, Andal, Pin – 713363, Paschim Burdwan.
Phone: 0341 2663 398.

Any such notice, demand or communication shall be in English.

46. Severability
If any provision of this Agreement is rendered void, illegal or unenforceable in any respect
under any Law the validity, legality and enforceability of the remaining provisions shall not in
any way be affected or impaired thereby.
47. Should any provision of this Agreement be or become ineffective for reasons beyond the
control of the Parties, the Parties shall use reasonable endeavors to agree upon a new
provision which shall as nearly as possible have the same commercial effect as the ineffective
provision.

48. No Waiver
Neither the waiver of any provision of this Agreement nor consent to any departure from it
by any party shall be effective unless it is in writing. A waiver or consent shall be effective
only for the purpose for which it is given. No default or delay on the part of any Party in
exercising any rights, powers or privileges operates as a waiver of any right, nor does a single
or partial exercise of a right preclude any exercise of other rights, powers or privileges.

49. Amendments
No modification, amendment or waiver of any of the provisions of this Agreement shall be
effective unless made in writing specifically referring to this Agreement and duly signed by
each of the Parties.

Page | 14
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.
SECTION E: Special Condition of Contract (SCC):

1. In case of any contradictory in between GCC and SCC, the terms of SCC shall prevail.

2. Time of Completion: Time of completion shall be maximum four (4) months from the date of
issue of LOA / work order.

3. The Contractor shall, within 14 days after the date of the Letter of Acceptance, submit a
programme, in such form and detail as acceptable to BAPL, for the execution of the Works.
The Contractor shall also provide in writing a general description of the arrangements and
methods which the Contractor proposes to adopt for the execution of the Works.

4. The Contractor shall maintain a daily log of the labour, equipment and materials supplied to
and used at the site, and shall prepare periodical progress reports in such form and detail as
acceptable to BAPL.

5. Water, Electricity, Area Lighting: Water and power shall be provided at one point in the
vicinity of the contractor’s yard. Necessary arrangement to connect to the source will be in
the responsibility of the contractor.

6. The power supplied will be through a metered connection. The power consumed will be
charged @ INR 10.00 per unit. Contractor should acquaint himself with the power supply to
be made and make necessary arrangement for any shortfall.

7. Water will be provided at one point at the airside – contractor to deploy water tanker to
collect water as per requirement.

8. Area lighting of contractor’s yard will be in the scope of contractor.

9. Lighting arrangement at the runway during for sufficient illumination of the working area will
be in the scope of contractor.

10. Site office, plant area and store etc.: Contractor to indicate the quantum of land required for
setting up their plant, store, office, labour hutment etc. Suitable area/s at the vicinity of the
Airside will be provided free of cost for the duration of work. Bidder shall construct their site
office, store etc. and set up their plant/ machinery at their own cost.

11. On completion of work, the area should be immediately vacated and all setups demobilized
within 01 (one) months’ time. Occupying the area beyond the time without the written
clearance of BAPL shall attract rent for the land area @ INR 500 per sqm/month.

12. All applicable rules as applicable with respect to working inside an airport will have to be
adhered by the contractor.

13. Technical Specification – the MORTH 5th Revision for Road & Bridge works shall be applicable
for the works along with all relevant IS Code and equivalents.

Page | 15
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.

SECTION F: Commercial Terms

1. The bidder’s rate shall be fixed and firm during the tenure of the contract. No escalation of
rate is permitted.

2. The prices indicated in the bid shall be firm and inclusive of all taxes and duties including GST.
GST will be paid extra by BAPL as per actual on submission of relevant documents.

3. TDS will be deducted at source, as applicable, under provisions of Income Tax Act 1961.

4. Labour Cess or any other applicable indirect tax, local tax etc. shall be borne by the contractor.

5. The prices quoted include the cost required for testing for materials and shall also include the
cost of materials utilized for testing.

6. The contractor shall raise periodic invoices based on the progress of work as per actual work
done based on BOQ. The Contractor shall be entitled to receive the certified contract price
against each RA Invoice after statutory deductions. The payment shall be made as per the
following:
• 95% of the certified invoice value within 30 (Thirty) working days from the date of
certification of invoice by BAPL.
• 5% of the certified invoice value shall be withheld by BAPL till the completion of the Defect
Liability Period.

7. Defect Liability Period (DLP) shall be one (1) year from the date of completion of entire works.

8. Liquidated Damage (LD) shall be deducted @ 0.5% of contract value for per week of delay
with a maximum deduction up to 5% of the contract value.

9. Contractor shall obtain insurance policies at its own cost. A copy of insurance document shall
be furnished to BAPL.

10. PF / ESI documents and other related documents should be submitted as per standard
practices before releasing payment

Page | 16
RFP for providing and laying the Strengthening and Profile corrective
Bituminous Course over the existing Runway, in KNIA, Andal, Durgapur.

SECTION G: Forms Etc.


(To be submitted along with Technical Bid)

1. Working Capital Certificate:

Form of working capital certificate from nationalized / scheduled bank

This is to certify that M/s _______ having address _______ has / have been maintaining a
savings bank account / current bank account / fixed deposit account with this branch of the
bank since ____ and an amount not less than Rs. ______ (Rupees ______) has been available
to the credit in their account number (s) __________ for the last three months. The firm is
enjoying overdraft / credit facility up to limit of Rs. _____ (Rupees_____)

Signature

Name, Designation, and personal code numbers of signatory and seal of the bank

2. Affidavits Etc:

a) Notarized affidavit on non-judicial stamp paper of Rs 100/- that there is no relationship with any
BAPL representative in any form.

b) Affidavit on non-judicial stamp paper of Rs 100/- giving details of contracts where arbitration
invoked during last five years.

c) Notarized affidavit on judicial stamp paper of Rs 100/- that there are no recoveries outstanding
with any organization and there are no arbitration/litigation cases involving recoveries known to
be existing on the firm at the time of submitting these details to our office.

****************************

Page | 17

You might also like