30 14.08.2019 name of work: repairing of room situated ... · for keeping abstract and rect. spirit...

10
भाक अनुप-के रीय पटसन एवं समवीय रेशा अनुसंधान संथान ICAR-CENTRAL RESEARCH INSTITUTE FOR JUTE & ALLIED FIBRES नीलंज, बैरकपुर, कोलकाता-700120 : पचिम बंाल NILGANJ : BARRACKPORE: KOLKATA-700120 : WEST BENGAL Fax: (033) 2535-0415 Ph. Off.: (033) 2535-8052, 2535-1932, 2535-6121, 2535-6122 Website: www.crijaf.org.in, E. mail: [email protected], [email protected] F. No. 19 (C-III)/Works/Spirit Room/2019-20 Tender Notice No. 30 Dated14.08.2019 Name of Work: Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF for keeping Abstract and Rect. Spirit On behalf of Director, ICAR-CRIJAF, Barrackpore, sealed quotations in two bids system (Technical & Price Bids) are invited from Govt. contractors, Govt. enlisted firm viz. PWD/CPWD, MES, Rail for the work “Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF for keeping Abstract and Rect. Spirit”. Last date for submission of Tenders: 10.09.2019 at 02.00 PM Date of Opening of Technical Bids: 10.09.2019 at 03.00 PM The tender document is available on Institute’s website www.crijaf.org.in and CPP Portal from where it can be downloaded and used. Assistant Administrative Officer Admn II Section

Upload: others

Post on 24-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

भाकृअनुप-केन्द्रीय पटसन एवं समवर्गीय रेशा अनुसंधान संस्थान

ICAR-CENTRAL RESEARCH INSTITUTE FOR JUTE & ALLIED FIBRES

नीलर्गंज, बैरकपुर, कोलकाता-700120 : पश्चिम बंर्गाल

NILGANJ : BARRACKPORE: KOLKATA-700120 : WEST BENGAL Fax: (033) 2535-0415 Ph. Off.: (033) 2535-8052, 2535-1932, 2535-6121, 2535-6122

Website: www.crijaf.org.in, E. mail: [email protected], [email protected]

F. No. 19 (C-III)/Works/Spirit Room/2019-20

Tender Notice No. 30 Dated14.08.2019

Name of Work: Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF

for keeping Abstract and Rect. Spirit

On behalf of Director, ICAR-CRIJAF, Barrackpore, sealed quotations in two bids system (Technical &

Price Bids) are invited from Govt. contractors, Govt. enlisted firm viz. PWD/CPWD, MES, Rail for the

work “Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF for keeping

Abstract and Rect. Spirit”.

Last date for submission of Tenders: 10.09.2019 at 02.00 PM

Date of Opening of Technical Bids: 10.09.2019 at 03.00 PM

The tender document is available on Institute’s website www.crijaf.org.in and CPP Portal from where it

can be downloaded and used.

Assistant Administrative Officer Admn II Section

TENDER DOCUMENTS

Tender documents containing terms & conditions for the work “Repairing of Room Situated

opposite of Generator House of ICAR-CRIJAF for keeping Abstract and Rect. Spirit”

1. The tender documents are available on Institute’s website & CPPP. The interested

tenderer/bidders are requested to download the tender documents from Institute’s website

www.crijaf.org.in or from CPP Portal and use for participating in tendering process for

Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF for keeping

Abstract and Rect. Spirit. No tenders will be sold from Office. Any modification/alteration in

the tender documents will be uploaded before the due date of opening of the tender on

Institute’s website only. The bidders are requested to visit regularly the website for any

modification/alteration in the tender documents for their reference.

2. The estimated cost of the work is Rs. 51,362.00 (Rupees Fifty one thousand three hundred

sixty two) only.

3. EMD/Bid Security amounting to Rs. 1,500.00 (One thousand five hundred) only as Demand

Draft in favor of “ICAR Unit CRIJAF” Payable at S.B.I., Barrackpore Railway Station Branch

should be enclosed with the quotation (technical bid).

4. EMD shall be forfeited in the following cases: (a) Bidder’s withdrawing or altering its bid during

the bid validity period. (b) withdrawal of offer during the validity period of the offer (c) Non-

acceptance of orders when placed or (d) Non-confirmation of acceptance of orders within the

stipulated time after placement of offers, (e) Any unilateral revision made by the bidder during

the validity period of the offer.

5. Tender not accompanied with the requisite Earnest Money will be rejected.

6. Earnest Money deposit will bear no interest. Unsuccessful bidders will get refund of Earnest

Money deposit within 30 (thirty) days after award of work.

7. The contractor should enclose photocopy of the following documents with technical bids.

(i) Registration Certificate/Trade license

(ii) GST registration certificate

(iii) PAN

(iv) Enlistment certificate of PWD/CPWD, MES, Rail or any other government organization

for works.

(v) Average Annual Financial Turnover during the last 3 years, ending previous financial

year, should be 30% of estimated cost.

(vi) Bank Mandate form.

(vii) Experience of having successfully completed similar works during last seven years

ending last day of month previous to the one in which applications are invited should be

either of the following:-

a. Three similar completed works costing not less than the amount of equal to 40% of

the estimated cost. OR

b. Two similar completed works costing not less than the amount of equal to 50% of

the estimated cost. OR

c. One similar completed works costing not less than the amount of equal to 80% of the

estimated cost

8. The site for the work is ready for initiation of the work.

9. Important Date:

i. Date for inspection of site: The site can be inspected on any working days till

09.09.2019 (Between 10.30 am & 4.00 pm).

ii. Last date for submission of Tenders : 10.09.2019 at 02.00 PM

iii. Date of Opening of Technical Bids : 10.09.2019 at 03.00 PM

iv. Date of opening of Financial Bids: To be intimated later to technically qualified firms

10. Time allowed for completing the work will be 4(four) weeks (twenty eight days) which shall be

reckoned after seven days from the date of receipt of work order. In case work is not completed

within scheduled time the contractor will have to inform the office in advance, the reason for the

delay and seeking the extension of time if essentially required. In case reason is not found

genuine no extension will be granted, a liquidity damages @1% of contract value per week of

delay subject to maximum of 10% of contract value would be deducted from the final bill.

11. Conditional tenderer are liable to be rejected. The tenderer must note that any condition inserted

on the tender documents will be rejected.

12. Any overwriting/erasing in tender must be authenticated under the seal and Signature of tenderer.

13. Incomplete tenders, tenders received late or not in compliance with the terms and conditions set

forth herein above are liable to be rejected.

14. The quotation will be subject to any further terms and conditions as may be fixed by the Govt. of

India/ICAR/Director, ICAR-CRIJAF.

15. Canvassing in connection with the tenders is strictly prohibited and the quotations submitted by

the contractors who resort to canvassing will be liable to rejection of the tender.

16. All rates must be quote on tender document in Price Bids itself. The quoted rate should be

inclusive of all taxes and charges. The contractor must quote their rate in item wise and affix his

signature & seal.

17. The validity of the quotations must be at least 90 days from the date of opening of

quotations/tenders.

18. Performance Guarantee/Security Deposit: The performance guarantee/security deposit @10%

of contract amount shall be required to be submitted as FDR or any other form of deposit, within

15 days from receipt of letter to award the work.

19. Performance Guarantee/Performance Security will be retained for a period of one year.

Performance Guarantee/Performance Security will be released after one year from satisfactorily

completion of work. The Performance Guarantee/security deposit will earn no interest.

20. Forfeiture of Security Deposit/Performance Guarantee:- Security Deposit/Performance

Guarantee shall be forfeited, if the work is not satisfactorily completed within stipulated period.

21. An agreement on a non-judicial stamp paper worth Rs.100/- will be entered into by the

contractor with the Director, ICAR-CRIJAF within 07 (Seven) days of receipt of work order.

22. Payment of works will be made on the basis of the final measurements on the work at the rate

quoted.

23. Payment to the firm will be made within 45 (forty five) days after satisfactory completion of

work and on receipt of the completed bill in all respect in triplicate. Any request for advance

payment will not be entertained.

24. 1% water and electrical charges will be recovered from the bill if supplied by the Institute.

25. TDS will be deducted as per rules from the final bill.

26. The envelope containing the quotation and other documents should subscribe the name of work,

Tender Notice No., Opening Date of tender and should be addressed to the Director, ICAR-

Central Research Institute for Jute & Allied Fibres, Barrackpore, Kolkata -700120. The tender

will be opened at ICAR-CRIJAF, Barrackpore.

27. In case of any dispute between the Tenderers and this office, the Director, ICAR-CRIJAF shall

have the right to decide and his decision will be final. However, all matters of jurisdiction shall

be at the High Court, Calcutta.

28. Submission of tenders:

Technical Bids - One Sealed Cover (Submit all documents as per checklist including

EMD)

Price Bids - Sealed Cover (Submit only price bids in this cover

Both the above covers should be submitted in a bigger cover which must be sealed &

superscribing the Name of Works, Tender Notice No. & Date & Time of opening of Tender

(10.09.2019 at 03.00 PM) and should be addressed to:-

Director,

ICAR-Central Research Institute for Jute & Allied Fibres,

Barrackpore,

Kolkata-700120

The tender documents can also be dropped in the tender box placed at Purchase & Store

Section, ICAR-CRIJAF before the due date & time.

Note: The tender must reach this office on or before the due date & time of submission of

the tenders. Any postal delay or tender receiving after the due date & time shall not be

entertained.

29. The Director, ICAR-CRIJAF reserves the right to accept or reject any one or all tenders received

without assigning any reason.

Assistant Administrative Officer

TO BE SUBMITTED ON THE LETTER HEAD OF THE TENDERER

Annexure-I

DECLARATION

This is to certify that I/We before signing this tender have read and fully understood all the terms

and conditions contained herein and undertake myself/ourselves to abide by them. I/We also undertake

that:-

1. No other/hidden charges would be payable to Institute.

2. No child labourer shall be employed by me.

3. My firm has not been blacklisted by Government.

4. There would be no increase in rates during the contract period except provision under the terms

& conditions.

(Signature of Tenderer with seal)

Name:

Seal:

Address:

Date:

Phone No (O):

Email:

(Each and every page of price bid need to be signed and stamped by the contractor/firm)

TO BE SUBMITTED ON THE LETTER HEAD OF THE TENDERER

Annexure-II

DECLARATION FOR GENUINENESS OF DOCUMENTS

I, (……………) hereby declare that the documents submitted/enclosed are true and correct. In case any

document at any stage found fake/incorrect, my EMD may be forfeited and action as deemed fit by

ICAR-CRIJAF, Barrackpore can be taken against me.

Place:

Date:

Signature

Authorized Signatory of the Contractor/Firm

Specification of Works

Scope of Work: Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF

for keeping Abstract and Rect. Spirit

S. No. Specifications of item

1 Repairs to plaster of thickness 12 mm to 20 mm in patches of area, 2.5 sq. meters and

under, including cutting the patch in proper shape, raking out joints and preparing and

plastering the surface of the walls complete, including disposal of rubbish to the dumping

ground, all complete as per directions of Engineer-In-Charge. With cement mortar 1:4 (1

cement : 4 fine sand)

2. Neat cement punning.

3 Finishing walls with Acrylic Smooth exterior paint of required shade : New work (Two or

more coat applied @ 1.67 ltr/10 sqm over and including priming coat of exterior primer

applied @ 2.20 kg/10 sqm)

4. Grading roof for water proofing treatment with Cement concrete 1:2:4 (1 cement : 2 coarse

sand : 4 graded stone aggregate 20 mm nominal size)

5 Demolishing cement concrete manually/ by mechanical means including disposal of

material within 50 metres lead as per direction of Engineer - in - charge. Nominal concrete

1:3:6 or richer mix (i/c equivalent design mix)

6 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate)

finished with a floating coat of neat cement, including cement slurry, but excluding the cost

of nosing of steps etc. complete. 40 mm thick with 20 mm nominal size stone aggregate.

7

Supplying and fixing rolling shutters of approved make, made of required size M.S. laths,

interlocked together through their entire length and jointed together at the end by end locks,

mounted on specially designed pipe shaft with brackets, side guides and arrangements for

inside and outside locking with push and pull operation complete, including the cost of

providing and fixing necessary 27.5 cm long wire springs manufactured from high tensile

steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top cover of

required thickness for rolling shutters. 80x1.25 mm M.S. laths with 1.25 mm thick top cover

8 Applying priming coat: With ready mixed red oxide zinc chromate primer of approved

brand and manufacture on steel galvanised iron/ steel works

9 Painting with synthetic enamel paint of approved brand and manufacture to give an even

shade : Two or more coats on new work

PRICE BIDS/FINANCIAL BIDS

(To be submitted in separate cover)

Scope of work: Repairing of Room Situated opposite of Generator House of ICAR-CRIJAF for keeping

Abstract and Rect. Spirit

S. No. Specifications of item Unit Qty Rate

(Rs.)

Amount

(Rs.)

1 Repairs to plaster of thickness 12 mm to 20 mm in

patches of area2.5 sq. meters and under, including cutting

the patch in proper shape, raking out joints and preparing

and plastering the surface of the walls complete,

including disposal of rubbish to the dumping ground, all

complete as per directions of Engineer-In-Charge. With

cement mortar 1:4 (1 cement : 4 fine sand)

Sqm 60.00

2. Neat cement punning. Sqm 25.00

3 Finishing walls with Acrylic Smooth exterior paint of

required shade : New work (Two or more coat applied @

1.67 ltr/10 sqm over and including priming coat of

exterior primer applied @ 2.20 kg/10 sqm)

Sqm 80

sqm

4. Grading roof for water proofing treatment with Cement

concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone

aggregate 20 mm nominal size)

cum 0.50

5 Demolishing cement concrete manually/ by mechanical

means including disposal of material within 50 metres

lead as per direction of Engineer - in - charge. Nominal

concrete :3:6 or richer mix (i/c equivalent design mix)

Cum 0.35

6 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand

: 4 graded stone aggregate) finished with a floating coat

of neat cement, including cement slurry, but excluding

the cost of nosing of steps etc. complete. 40 mm thick

with 20 mm nominal size stone aggregate.

Cum 3.00

7

Supplying and fixing rolling shutters of approved make,

made of required size M.S. laths, interlocked together

through their entire length and jointed together at the end

by end locks, mounted on specially designed pipe shaft

with brackets, side guides and arrangements for inside

and outside locking with push and pull operation

complete, including the cost of providing and fixing

necessary 27.5 cm long wire springs manufactured from

high tensile steel wire of adequate strength conforming to

IS: 4454 - part 1 and M.S. top cover of required thickness

for rolling shutters. 80x1.25 mm M.S. laths with 1.25

mm thick top cover

Sqm 2.50

8 Applying priming coat: With ready mixed red oxide zinc

chromate primer of approved brand and manufacture on

steel galvanised iron/ steel works

Sqm 5.00

9 Painting with synthetic enamel paint of approved brand

and manufacture to give an even shade : Two or more

coats on new work

Sqm 5.00

Total Rs.

Total Bid Price (In Words): ……………………………………………..………

(Signature of Tenderer with seal)

CHECKLIST

(To be submitted with Technical Bids)

The following documents must be submitted with Technical Bids.

Price Bids/Financial Bids of only technically qualified firms/tenderer shall be opened. The date for opening of

Price/ Financial Bids will be communicated to the firm through email only.

Sl. No. Documents required for technical

qualification

01. Name & Address of Firms

02. Type of Firms

(Partnership/Agency/Sole

Proprietorship etc)

03. Copy of Registration

Certificate/Trade license

04. Copy of GST Registration Certificate

05. Copy of PAN

06. Copy of Enlistment certificate of

PWD/CPWD, MES, Rail etc.

07. Bank Mandate Form

08. Documents as per 8 (v) of the tender

document.

09. Documents related to 8 (vi) of the

tender document

10. Declaration (Annexure I) and

(Annexure II)

11. Signed Tender form

12. Earnest Money Deposit

BANK MANDATE FORM

(Account/s Information form)

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING) / REAL TIME GROSS SETLEMENT (RTGS)/

NATIONAL ELECTRONIC TRANSFER (NEFT) / INTRA BANK ACCOUNT TRANSFER FACILITY FOR

RECEIVING PAYMENTS

A. DETAILS OF ACCOUNT HOLDER :

NAME OF ACCOUNT HOLDERER / FIRM

COMPLETE CONTACT ADDRESS

MOBILE NUMBER / PH NO

E.MAIL

B. BANK ACCOUNT DETAILS :

ACCOUNT NAME

(Name appearing in your Cheque Book)

BRANCH NAME

TELEPHONE NO

WITH COMPLETE ADDRESS,

BRANCH CODE

COMPLETE BANK ACCOUNT NUMBER(Please

note that the Bank Account must be in the name of the

Firm as appeared in the bill. In case of other

Beneficiaries (Non-vendor) the Account name must be in

the name of Applicant.

IFSC CODE

TYPE OF ACCOUNT (SB/CURRENT/CASH CREDIT)

MICR CODE OF BANK

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not

effected at all for reasons of incomplete or incorrect information I would not hold the user institution responsible. I

have read the option invitation letter and agree to discharge responsibility expected or me as a participant under the

scheme.

(……………………………………………….. )

Signature of Customer

Date :

Certified that the particulars furnished above are correct as per our records.

(Bank’s Stamp)

(……………………………………………….)

Signature of Customer

N.B:

Please attach a Cancelled Cheque along with the account information form.