tenderdocument uit sgnr
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.