Professional Documents
Culture Documents
NAME OF WORK:
The last date for submission of the bid document duly filled in and completed is
08.01.2010 up to 3.00 pm. The bid document is to be received in the office of Project
Director, National Highways Authority of India, PIU-Ghaziabad, R-7/6, Raj Nagar,
Ghaziabad by the due date and time in the manner specified above.
Details of documents attached and to be submitted duly signed (all the pages in token of
having accepted these conditions) along with the BOQ are detailed as under:-
Description Page No.
1
TENDER NOTICE
NAME OF WORK:
Scope of Work :-
(a) For Toll Plaza operation at Dasna Toll Plaza in Km 29/30 on NH-24 in order
to perform miscellaneous jobs as prescribed in the contract agreement or
instructed by the Project Director or his authorized representative team from
to time.
2. Providing, Running & Maintaining of a Generator set at Dasna
Toll Plaza in Km 29/30 on NH-24
2
of Pachimanchal Vidhut Vitran Nigam Ltd. The working will be regulated as per
the directions of the Engineer according to site conditions.
(b) NHAI has a Power Connection from Pachimanchal Vidhut Vitran Nigam
Ltd. (PVVNL) The rate quoted for generator set shall be as per actual hours of
use, in case of non supply of electricity from Pachimanchal Vidhut Vitran Nigam
Ltd.
The rates of the above mentioned items of work are to be filled in the blank BOQ attached
with this bid document.
The bids are to be submitted in two separately sealed envelopes each super-scribed with
the Name of work; one containing the DDs towards EMD & cost of tender document (if
applicable) as well as the certified copies of certificates as a proof of having required
Registration and/or experience and super-scribed with EMD/Technical Bid & the other
envelope shall contain the bid document including the tenders duly filled in the blank BOQ
and super-scribed with Financial Bid. These two separately sealed envelopes can be
submitted in the office of Project Director, National Highways Authority of India, PIU-
Ghaziabad, R-7/6, Raj Nagar, Ghaziabad on any working day during office hours but not
after 3.00 PM on 08.01.2010. The tenders will be opened in the presence of the bidders
whosoever wants to remain present at 3:30 PM on the same day.
Performance Security
Within ten (10) days of receipt of the notification of Contract award, the successful Bidder
shall furnish to the Project Director the performance security in the amount equivalent to
that specified in Special Conditions of Contract.
The performance security shall be payable to the Employer as compensation for any loss
resulting from the Bidder’s failure to complete its obligations under the Contract.
The performance security shall be denominated in the currency of the Contract and shall be
in the following form:
a) A banker's cheque or a Demand Draft issued by a Scheduled Bank in favour of
National Highways Authority of India payable at Ghaziabad.
The performance security will be discharged by the Project Director and returned to the
Bidder without any interest not later than ninety (90) days following the date of completion
of the Bidder's performance obligations under the Contract unless specified otherwise in
Special Conditions of Contract.
3
The cost of complying with the requirements of this Clause is to be borne by the Bidder and
is deemed to be included in the Contract Price.
On acceptance of the offer, the Bidder shall furnish a Performance Security in the form of a
banker's cheque or a Demand Draft issued by a Scheduled Bank in favour of National
Highways Authority of India payable at Ghaziabad within 10 days from the date of receipt
of the letter of acceptance of the bid from the Project Director for an amount equivalent to
10% of the value of the Contract.
The Contract Performance Security is intended to secure the performance of the entire
contract. However, it is not to be construed as limiting the damages stipulated in any other
clauses of the Bid Document.
5% security money will be deducted from the running bills, which will be refunded after
the expiry of Two months from the date of satisfactory completion of work.
The contract time period will be Six (6) Months in the initial stage which can, however, be
increased or decreased by the competent authority. In case, if the time period is decreased,
the bidder shall have no claim on any account whatsoever.
All taxes as applicable will be deducted at source. However, if any tax deduction remains
un-noticed, it shall be entirely the liability of the successful bidder. He will also be
responsible for the penalty, if any, as imposed by the concerned department / authority.
An agreement between the parties shall be executed on non judicial stamp paper.
In case of any dispute, decision of Project Director, PIU-Ghaziabad is final and binding.
Further:-
(a) The competent authority reserves the right to reject any or all of the tenders without
assigning any reason thereof.
(b) The Engineer has the right to increase or decrease the quantity of any item of work
to any extent depending upon the requirement at site. Even any item can be
completely deleted and the agency shall not have any claim whatsoever.
(c) Any additional item can be got executed as variation item with the rates mutually
agreed.
4
In case, if any of Contractor vehicle meets with an accident while performing the contract, it
will be entirely Contractor’s responsibility and the NHAI will not be held responsible for
any of the lapses observed by any authority concerning legal / court matters etc.
The work will be started immediately after the issue of acceptance letter, however, not later
than one week from the date of issue of acceptance letter. Failure on the part of successful
bidder to start the work within the scheduled time will result in cancellation of allotment of
contract as well as blacklisting of the firm and forfeiture of the earnest money.
At present, the Engineer for this project is Project Director, however, IC/Supervision
Consultant may be appointed by NHAI and the work will be carried out under his
supervision.
Only those items of work and that too with specific quantity are to be executed by the
agency, for which instructions have been given by the Engineer. The agency will undertake
such work only after receipt of the instructions from the Engineer. Only specific quantities
of various items of work will be executed for which the Engineer has given instructions.
All the rates relating to different items of work should be filled in the blank BOQ which has
been supplied to you along with the Tender Notice. All the pages of the tender notice are to
be signed by the intending bidder and submitted in a duly sealed envelope super-scribed
with Price bid, to the Project Director by the deadline fixed for receiving the tenders. A
demand draft of Rs 24,000/- towards EMD (and a DD for Rs 1,125/- towards cost of tender
document) along with certified copies of proof of having required experience should be
submitted in a separate sealed envelope super-scribed with EMD/Technical bid. This
earnest money will be adjusted in the security / retention money subsequently as the work
proceeds. The demand draft for the earnest money should be drawn in favour of National
Highways Authority of India payable at Ghaziabad.
The bids shall be valid for 60 days.
The earnest money will be refunded to unsuccessful bidders to whom the work has not been
allotted within a period of 60 days after the date of receipt of tenders.
5
PANALTY
For Vehicle:-
Vehicle should be available round the clock at Dasna Toll Plaza. Its movement is strictly as
per direction of Project Director. If at any time during the contract, the vehicle is not
available at plaza/movement not as per direction of Project Director, a penalty of Rs. 2500/-
per day for non availability of services will be imposed and recovered from monthly bill.
The diesel generator set should immediately start as electricity offs and immediately
stop when electricity on.
1. The starting time & stopping time should be got verified immediately from the
TS/ATS or toll supervision firm.
6
CONDITIONS FOR ELIGIBILITY OF CONTRACTORS
The Bidder will submit a certificate issued by the competent authority in token of the fact
that he has completed the works as indicated below and thus he qualifies for submitting the
tenders for the work. The certified copies of the necessary certificate(s) should be placed in
the envelope ‘A’ Technical bid.
Only those contractors who are registered with state PWDs/CPWD/MES/any other
Government body or the agencies having adequate experience in the execution of similar
works are eligible to submit tender on the blank BOQ issued by the Project Director,
National Highways Authority of India, PIU-Ghaziabad, R-7/6, Raj Nagar, Ghaziabad or
downloaded from the website www.nhai.org. They are required to place in the envelope ‘A’
Technical bid, the certified photocopies of the Certificate of Registration with any of the
above said Govt. bodies and the Certificate(s) of having successfully completed similar
works to the following extent in the last three years-
Project Director
National Highways Authority of India,
R-7/6, Raj Nagar, Ghaziabad
Phone No. – 0120-2822406
Fax No. – 0120-2822406
7
BILL OF QUANTITIES
8
charges, spare and service
charges etc as per direction
of the Engineer on 24 hrs
basis working to generate
uninterrupted power supply
during non available of
electricity from
Pachimanchal Vidhut
Vitran Nigam Ltd. The
working will be regulated
as per the directions of the
Engineer according to site
conditions.
Total
*This is only for evaluation of Bid. However, payment will be done on the basis of actual
running hours.
…………………………………………………………………………………………………
………………………………………………………………………………………….) Only