tenderdocument uit sgnr

Upload: om-prakash-jakhar

Post on 14-Apr-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 TenderDocument UIT SGNR

    1/36

    URBA I

    SRIG

    T

    Construction

    STIM

    Tehsil- Sriganganagar

    OFFICE

    URB

    SRI G

    T

    MPROVEMET TRUS

    GAAGAR (RAJ.)

    DER DOCUMET(TECHICAL BID)

    FOR

    f High Level Bridge at Gang Ca

    SriGanganagar

    [

    TED COST: ---- Rs. 472.00 Lacs

    District-

    2013

    F THE EXECUTIVE EGIEER,

    A IMPROVEMET TRUST

    AGAAGAR (RAJASTHA)

    LPHOE: 01542466652

    1

    T

    al,

    Sriganganagar

  • 7/30/2019 TenderDocument UIT SGNR

    2/36

    2

    URBA IMPROVEMET TRUST

    SRIGAGAAGAR

    IVITATIO FOR POST QUALIFICATIO ASSESSMET OF BIDDERS

    TEDER DATA

    1 Name of Work Construction of High Level Bridge at Gang Canal, SriGanganagar

    2 Estimated cost ofwork

    Rs. 472.00 Lacs

    3 Cost of Tender Copy 5000/-

    4 Download/Sale start

    Date

    10/03/2013 10:00 AM

    5 Download/Sale end

    Date

    22/03/2013 10:30 AM

    6 Clarification startDate

    15/03/2013 10:00 AM

    7 Pre Bid meeting Date 15/03/2013 10:00 AM

    8 Bid Submission endDate

    25/03/2013 10:00 AM

    9 Technical Bid

    Opening Date 28/03/2013 11:30 AM

    11 Earnest Money 2% of ( /2 % for UIT, SriGanganagar Registered contractor.)

    12 Name of Contractor.......................

    ...

  • 7/30/2019 TenderDocument UIT SGNR

    3/36

    3

    S.

    o.

    PARTICULARS PAGE o.

    1 SCOPE OF BID 4-6

    2 SUBMISSION OF e-APPLICATION 6

    3 QUALIFICATION CRITERIA 6-11

    4 JOINT VENTURE 11

    5 PUBLIC SECTOR COMPANIES 11

    6 CONFILT OF INTEREST 12

    7 UPGRADING POST QUALIFICATION ASSESSMENT OF BIDDERSINFORMATION

    12

    8 GENERAL 12-13

    9 LETTER OF APPLICATION 14-15

    10 FORMS 16-30

    11 OTHER INSTRUCTIONS & SPECIALCONDITIONS 31-36

  • 7/30/2019 TenderDocument UIT SGNR

    4/36

    4

    ISTRUCTIOS TO APPLICAT

    AME OF WORK : Construction of High Level Bridge at Gang Canal,

    Sriganganagar

    ame Of Employer : URBA IMPROVEMET TRUST, RIGAGAAGAR

    1. SCOPE OF BID : 1.1 Location and description of projectThe 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 ofthe 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

  • 7/30/2019 TenderDocument UIT SGNR

    5/36

    5

    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 asperdelegation of powers.

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

    Item Quantity

    Earth Work in embankment /Excavation 20647 cum

    Plain Cement Concrete 280 cum

    Reinforced Cement Concrete 946 cum

    Granular Sub Base 2254 cum

    Water Bound Macadam 3620 cum

    Dense Bituminous Macadam 630 cum

    Bituminous Concrete 280 cum

    1.2 The employer intends to Post qualification assess the contractors for the followingcontract under the project.

    1.3General informationThe main features of climate are as under: -

    i Visibility Fair

    ii Hottest month May/ June

    Minimum Temp 39oC

    iii Coldest month Dec/Jan

    Maximum Temp 20oC

    iv Rainfall season &annual Rainfall

    June 15th to September 15th

    Rainfall 200 mm

  • 7/30/2019 TenderDocument UIT SGNR

    6/36

    6

    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 Receipt of Technical &financial bids 03/2013B) Tentative month of award of contract 04/2013

    C) Period of completion 06 Months(Bridge Portion has to be completedwithin canal closure of approx. 30-40 days)

    2. Submission of e-Application2.1Submission/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.2.3The 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.

    2.4Failure to provide information, which is essential to evaluate the Applicantsqualification, 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 thecriteria 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 after20.03.13

    3. Qualification

    3.1Post qualification assessment of the bidders will be based on meeting all the followingminimum 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

  • 7/30/2019 TenderDocument UIT SGNR

    7/36

    7

    experience and resources shall not be taken into account in determining the Applicants

    compliance with the qualifying criteria.

    3.2 GEERAL EXPERIECE:The applicant shall meet the following minimum criteria:

    (a) Annual turnover over the last five financial years should not be less than 35 % of GSchedule 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 A 1.4*A

    2008-09 B 1.3*B

    2009-10 C 1.2*C

    2010-11 D 1.1*D

    2011-12 E 1*E

    (b) The applicant shall have successful experience as prime contractor in completing atleast 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 below2

    Item Quantity

    Earth Work in embankment /Excavation 4818 cum

    Plain Cement Concrete 65 cum

    Reinforced Cement Concrete 221 cumGranular Sub Base 526 cum

    Water Bound Macadam 845 cum

    Dense Bituminous Macadam 147 cum

    Bituminous Concrete 65 cum

  • 7/30/2019 TenderDocument UIT SGNR

    8/36

    8

    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.

    2indicate 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 onG schedule

    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 similarnature 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 plainconcreting 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)

    Project

    Manager

    1 5 3

    Site

    Engineer

    1 5 3

    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

  • 7/30/2019 TenderDocument UIT SGNR

    9/36

    9

    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

    Characteristics

    Minimum numbers

    required

    1 Automatic level 1

    2 Excavator 0.75 cum capacity 2

    3 Bulldozer 80/100 HP -

    4 Vibratory roller 10 MT 1

    5 Vibratory roller 25 MT -

    6 Tandem vibratory roller/ walk behind

    type small roller

    600/750/900 mm width capacity 8-10

    MT

    1

    7 Vibrating plate compactor 1

    8 Dumpers 10 MT and above 6

    9 Silp form gantry with vibrator - -

    10 Concrete needle vibrator 4

    11 Diesel / electric pump 5HP and above 1

    12 Concrete batch mixer/Plant 10

    cum/Hr.

    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.

  • 7/30/2019 TenderDocument UIT SGNR

    10/36

    10

    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.

  • 7/30/2019 TenderDocument UIT SGNR

    11/36

    11

    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 andattachments submitted and/or

    ii. Record of poor performance such as abandoning the work not properlycompleting the contract, inordinate delays in completion, litigation history or

    financial failures etc.

    iii. Participated in the previous bidding for the same works, had quotedunreasonably 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 agovernment department

    b. Financially autonomous as demonstrated by requirements in their constitutions to provideseparate audited accounts and returns on capital, powers to raise loans and obtain

    revenues through the sale of goods or services; and

    c. Managerially autonomous

  • 7/30/2019 TenderDocument UIT SGNR

    12/36

  • 7/30/2019 TenderDocument UIT SGNR

    13/36

    13

    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.

    9.0The Applicant will be advised in writing by FAX or telex, within 90 days of the date ofsubmission 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 BiddingThe 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 VisitThe 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 besubstantially 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.

  • 7/30/2019 TenderDocument UIT SGNR

    14/36

    14

    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 Contract Name

    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 theregistration 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 inquiresor 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.

    4. Your agency and its authorized representative may contact following persons for furtherinformation:

  • 7/30/2019 TenderDocument UIT SGNR

    15/36

    15

    General and Managerial inquires

    Contact 1 Telephone e-Mail Address

    Contact 2 Telephone e-Mail Address

    Personal inquires

    Contact 1 Telephone e-Mail Address

    Contact 2 Telephone e-Mail Address

    Technical inquiries

    Contact 1 Telephone e-Mail Address

    Contact 2 Telephone e-Mail Address

    Financial inquires

    Contact 1 Telephone e-Mail Address

    Contact 2 Telephone 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 therevised requirements; and

    Reject or accept any application, cancel the Post qualification assessment ofbidders process and reject all application; and

    c. Your agency shall not be liable for any such actions and shall no obligation to inform theApplication of the ground for them.

    6. We confirm that in the event that we bid, that bid as well as any resulting contract willbe: Signed so as to legally bind all partners jointly and severally

    7. The undersigned declare that the statements made and the information provided in theduly complete application are complete, true and correct in every detail.

    Signed

    Name

    For and on behalf of (name of Applicant)

  • 7/30/2019 TenderDocument UIT SGNR

    16/36

    16

    APPLICATIO FORM O: 1

    GEERAL IFORMATIO

    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 Name of Firm

    2 Head office address

    3 Telephone Contact

    4 Fax Telex e-mail

    5 Place of incorporation / registration Year of incorporation /

    registration

    Nationality of the owners

    Name Nationality

    1

    2

    3

    4

  • 7/30/2019 TenderDocument UIT SGNR

    17/36

    17

    APPLICATIO FORM O: 1(A)

    STRUCTURE AD ORGAIZATIO

    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

  • 7/30/2019 TenderDocument UIT SGNR

    18/36

    18

    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.

  • 7/30/2019 TenderDocument UIT SGNR

    19/36

    19

    APPLICATIO FORM O: 2

    GEERAL EXPERIECE 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)

  • 7/30/2019 TenderDocument UIT SGNR

    20/36

    20

    APPLICATIO FORM O: 3

    PARTICULARS OF EXPERIECE 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.

  • 7/30/2019 TenderDocument UIT SGNR

    21/36

    21

    APPLICATIO FORMO: 3(A)

    Works performed as prime contractor (in the same name) on works of a similar nature

    over last five years**

    Project Name of

    Employer

    Description

    of work

    Contract

    No

    Value

    of

    contract

    (Rs.

    Lac)

    Date

    of

    issuing

    work

    order

    Stipulated

    period of

    completion

    Actual date

    of

    Completion*

    Remarks

    explaining

    reasons

    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 of

    work

    Name of

    Employer*

    Agreement

    No.

    Quantity

    of work

    performed

    Remarks*

    (Indicate

    contract

    reference)

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

  • 7/30/2019 TenderDocument UIT SGNR

    22/36

    22

    APPLICATIO FORMO: 4

    SUMMARY SHEET: CURRET COTRACT COMMITMETS /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

    of work

    Place

    and

    state

    Contract

    no and

    date

    Name

    and

    addressof

    the

    Employer

    Value of

    contract

    (Rs. InMillions)

    Stipulated

    period of

    completion

    Value of

    work*

    remainingto be

    completed

    (Rs. In

    Millions)

    Anticipated

    date of

    completion

  • 7/30/2019 TenderDocument UIT SGNR

    23/36

    23

    (B)Works for which bids already submitted:

    Description

    of work

    Place and

    state

    Name

    and

    address

    of

    the

    Employer

    Value of

    contract

    (Rs. In

    Millions)

    Stipulated

    period of

    completion

    Date

    when

    decision

    is

    expected

    Remarks

    if

    any

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

  • 7/30/2019 TenderDocument UIT SGNR

    24/36

    24

    APPLICATIO FORM O: 5

    PERSOEL 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

  • 7/30/2019 TenderDocument UIT SGNR

    25/36

    25

    APPLICATIO FORMO: 5(A)

    CADIDATE 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

  • 7/30/2019 TenderDocument UIT SGNR

    26/36

    26

    APPLICATIO FORMO: 6

    EQUIPMET 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 Availability proposals (fromwhom to

    bepurchased

    No

    s

    Capacity Owned leased To beprocured

    Age/condition

    Automatic level 1

    Excavator 2 0.75 Cum

    Bulldozer - -

    Vibratory roller 1 10 MT

    Vibratory roller - 25 MT

    Tandem vibratory

    roller/ walk

    behind type small roller600/750/900 mm width

    1 8/10 MT

    Vibrating plate

    compactor

    1

    Dumpers 6 10MT and

    above

    Silp form gantry with

    vibrator

    -

    Concrete needle

    vibrator

    2

    Diesel / electric pump 1 5 HP and

    above

    Concrete batch

    mixers/Plant

    2 10 cum

    /Hr.

  • 7/30/2019 TenderDocument UIT SGNR

    27/36

    27

    APPLICATIO FORMO: 7

    FIACIAL 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 Contact name and title

    FAX TELEX

    E-mail

    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, summarizeprojected 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 (Rs. In Lacs)

    Actual previous five years Projected for next

    two years

    Total

    assets

    Current

    assets

    Total

    Liabilities

  • 7/30/2019 TenderDocument UIT SGNR

    28/36

    28

    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 Amount (Indian Rs. In Lac)

    Working Capital

    Demand loan

    Cash credit

    Bank Guarantee

    (net balance)

    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.

  • 7/30/2019 TenderDocument UIT SGNR

    29/36

    29

    APPLICATIO FORMO: 8

    SAMPLE FORMAT FOR EVIDECE OF ACCESS TO OR AVAILABILITY

    OF CREDIT FACILITIES

    BAK 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

  • 7/30/2019 TenderDocument UIT SGNR

    30/36

    30

    APPLICATIO FORM O: 9

    FIACIAL 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)

  • 7/30/2019 TenderDocument UIT SGNR

    31/36

    31

    ISTRUCTIOS FOR

    TEDERERS I RESPECT OF

    IVITATIO OF TEDERS

    ame of Work: --- Construction of High Level Bridge at Gang Canal, SriGanganagar

    FOR TECHICAL BID

    1. The work site is situated in Tehsil and Distt. SriGanganagar.The work site is situated atGang 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 the7th day of commence the work.

    3. Bridge Construction has to be done within canal closure period of 30-40 days. A penaltyof 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 thefollowing informations:

    (i) Copy of registration with any Govt. Department for contractors.(ii) 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 valueof work done issued by the employer in last five years in favor of contractor.

  • 7/30/2019 TenderDocument UIT SGNR

    32/36

    32

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

    (v) An undertaking to the effect that the financial bid furnished in the secondenvelope 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 andconditions 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.

  • 7/30/2019 TenderDocument UIT SGNR

    33/36

    33

    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 athis 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 bythe contractor at his own cost

    4. The contractor shall be responsible for any kind of losses to the Govt. Material entrustedto 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 andconcrete works as per norms.

    8. Quantities can be increased/Decreased as per requirement. The Quantities Of earthworkwill 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 toits 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 constructionmaterial 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 theDepartment. Any defect pointed out by Quality Control Unit will have to be rectified by

  • 7/30/2019 TenderDocument UIT SGNR

    34/36

    34

    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 economicalleads.

    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 byhim 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 safetyof the labour at work.

    20.The contractor shall follow the contract labour (Regulation & Abolition act 1961 & Rule1971) & insurance of labours at his own cost.

    21.Contractor shall be fully responsible for provident funds, insurance etc. for workersengaged by him on the work.

    22.In case of any typing error in item and rates, the BSR rate and description of item shall befinal.

    23.The rates quoted by the contractor shall remain valid for a period of 3 monthsfrom the date of opening of tenders.The submission of this tender, the

  • 7/30/2019 TenderDocument UIT SGNR

    35/36

    35

    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 bepayable 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 Chargebefore 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 Sizeshowing 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 perMoRTH specifications. Payment shall be done by Department.

    30.The rates quoted by the Contractor shall be deemed to be inclusive of the salestax, 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 liableto 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 hasbeen taken in BOQ item. Whatever may be the Height of concreting.

  • 7/30/2019 TenderDocument UIT SGNR

    36/36

    36.M40 Grade Concreting of Crash barrier is taken in the Superstructure item inSolid 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 Fe500 Grade.

    38.Steel shall be used of SAIL, TATA, RINL or any other manufacturerapproved by the department.