30
Government of India Department of Atomic Energy BHABHA ATOMIC RESEARCH CENTRE Nuclear Recycle Group e-PRE-QUALIFICATION DOCUMENT Sub: Construction of RCC pedestals for PP- ETP effluent pipe lines, providing semi circular Pre-cast covers and allied civil works at NRG, BARC, Trombay NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015

Tender 755

  • Upload
    gbaludb

  • View
    238

  • Download
    2

Embed Size (px)

DESCRIPTION

Tender for sale

Citation preview

Government of India Department of Atomic Energy

BHABHA ATOMIC RESEARCH CENTRE Nuclear Recycle Group

e-PRE-QUALIFICATION DOCUMENT

Sub: Construction of RCC pedestals for PP- ETP effluent pipe lines, providing semi circular Pre-cast covers and allied civil works at NRG, BARC, Trombay

NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015

i

NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015

Definitions Following terms/ phrases wherever indicated in the notice, tender document mean as under: Sr No.

Terms/ Phrases Deemed meaning unless stated otherwise

1 Department Bhabha Atomic Research Centre/ Department of Atomic Energy/ Government of India

2 Competent authority / Employer Means the President of India, acting through the Director, Nuclear Recycle Group, Bhabha Atomic Research Centre, Trombay, Mumbai- 400085

3 Tendering office Office of the Head, TDD, Nuclear Recycle Group, Bhabha Atomic Research Centre, Trombay, Mumbai 400 085

4 Bidder/Agency /Applicant Proprietary firm, Firm in Partnership/ Limited Company or Private or corporation interested in the subject tender work

5 Authorised signatory of bidder/ Applicant

5 a If the bidder is an individual The individual himself/ herself

5 b If the bidder is a proprietary firm The proprietor.

5 c If the bidder is a firm in partnership

All partners of the firm or

a partner holding power of attorney for the firm

5 d If the bidder is a company or corporation

a person holding power of attorney for the firm

6 Authorised representative of bidder A person holding a letter from authorised signatory of the firm to represent in a meeting/ discussion.

7 Similar works Defined in para 2.2(i) of this tender notice.

8 Cost of work Defined in para 2.2 (ii) of this tender notice.

9 Assessment period Defined in para 2.2 (iii) of this tender notice.

10 Year “Financial Year” unless stated otherwise.

ii

Contents

Sr No.

Contents

1 Notice Inviting e-Tender for Pre-qualification (PQ)

2 Annexure -1: Stipulated date of tendering activities

3 General description of the tender work

4 Letter of Transmittal

5 Form ‘A’- Financial information

6 Form ‘B’- Form of Bankers Certificate

7 Form ‘C’- Details of all works of similar class completed

8 Form ‘D’- Projects under execution or awarded

9 Form ‘E’- Performance report of works referred to in form “C” & “D”

10 Form ‘F’- Structure & Organization

11 Form ‘G’- Details of technical & administrative personnel to be employed for the work

12 Form ‘H’- Details of construction plant & equipment likely to be used in carrying out the work

1

Government of India

Bhabha Atomic Research Centre Nuclear Recycle Group

WIP Building, Trombay Mumbai – 400 085

NOTICE INVITING e-TENDER FOR PREQUALIFICATION (PQ)

TENDER NOTICE No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015

On line Prequalification tenders are hereby invited through e-Tendering mode on behalf of the President of India by Head, TDD, Nuclear Recycle Group, Bhabha Atomic Research Centre, Trombay, Mumbai-400 085 for the following work from eligible contractors on approved list of CPWD, MES, Railways, State PWDs, Public Sector Undertakings of Central or State Governments / Central Autonomous bodies or those having adequate experience and capabilities to execute similar works of such magnitude in Department of Atomic Energy (DAE)..

1. Brief Particulars of Work

(i) Name of Work : Construction of RCC pedestals for PP- ETP effluent pipe

lines, providing semi circular pre cast covers and allied civil works at NRG, BARC, Trombay.

(ii) Site of work PP-ETP, BARC, Trombay, Mumbai- 400085

(iii) Brief Scope of Work : Construction of Reinforced Cement Concrete Pedestals, including other Civil works etc., in accordance with the tender specifications.

(iv) Estimated Cost : ` 680.00 Lakhs.

(v) Earnest Money Deposit (EMD)

: ` 13.60 Lakhs.

Earnest Money shall be submitted at the time of submission of tender comprising of Technical bid (Part A) and Financial bid (Part B).

Earnest Money to be submitted in the form of Fixed Deposit Receipt of a Scheduled Bank / Demand Draft of a Scheduled Bank / Banker’s cheque of a Scheduled Bank, issued in favour of Accounts Officer, BARC, Mumbai. Cheques for EMD will not be accepted.

A part of Earnest Money is acceptable in the form of Bank Guarantee also. In such case minimum 50% of the Earnest Money or ` 20.00 Lakhs (Rupees Twenty Lakhs only), whichever is less shall be in the form prescribed above and balance can be accepted in the form of Bank Guarantee issued by a Scheduled Bank as per Appendix ‘A’ of Tender. Tenders which are not accompanied with Earnest Money deposit shall be summarily rejected.

(v) Period of completion : 24 (Twenty Four) calendar months including monsoon period.

2

(vi) Bidding procedure : Three bid procedure 1. Prequalification bid (PQ). 2. Technical bid (Part A). 3. Financial bid (Part B). Part A and Part B document shall be made available online to the bidders who qualify prequalification bid evaluation by calling Post-qualification e-tender. Part B of the bidders shall be opened only if their Part A bid qualifies.

(vii) Stipulated dates of tendering activities.

Refer enclosed Annexure-1

(viii) Cost of tender document

Nil

(ix) Tender Processing Fee

` 5,618.00 by e-payment through electronic mode (Non-returnable)in favour of M/s ITI Limited, New Delhi.

2. Initial Eligibility criteria for Prequalification. 2.1 The bidder should have the following: a. Bank Solvency Certificate of a Nationalised Bank / Scheduled Bank for a minimum of

` 272.00 Lakhs and should not be older than one year from the date of opening of technical bids.

b. The bidder should have experience of having successfully completed in all respects

during the last 7 (seven) years ending on the last day of the month previous to the one in which the tenders are invited (based on Final completion certificates of performance by the client)

c. i) 3 (Three) similar works each of value not less than ` 272.00 Lakhs

or

2 (Two) similar works each of value not less than ` 408.00 Lakhs

or

1 (one) similar work of value not less than ` 544.00 Lakhs

and

ii) at least one work of any nature either part of above works or separate one of value not less than ` 272.00 Lakhs should have been completed in Central Government / State Government / Public Sector Undertaking of Central or State Governments / Central Autonomous bodies. The similar works should have been executed in India.

d. Bidder should be a registered firm in India. Only Indian tenderers are allowed to participate. Joint Ventures and/or Consortium are not allowed.

e. The bidding capacity of the bidder should be equal to or more than the estimated cost of

this Tender work. The bidding capacity shall be worked out by the following formula:

3

Bidding Capacity = [ A x N x 2 ] – B

Where,

A = Maximum value of construction works executed in any one year during the last five years taking into account the completed as well as works in progress.

N= Number of years prescribed for completion of work for which bids have been invited.

B= Value of existing commitments and ongoing works to be completed during the period of completion of work of this tender indicated in para 1.

e. Average Annual Financial Turnover of the bidder on construction works should be at least ` 680.00 Lakhs during last 3 years ending 31st March 2015. This should be duly audited by a registered Chartered Accountant

f. Should not have incurred any loss in more than two years during last five years ending 31st March 2015.

2.2 (i) ‘Similar Works’ means “Construction of RCC structures, providing pre cast

slabs, structural steel fabrication works” (ii) ‘Cost of work’ shall mean gross value of the completed work including increased

scope of work, extra items and the cost of materials supplied by the client but excluding those supplied free of cost. The value of executed works shall be brought to the current costing level by enhancing the actual value of work at simple interest of 7 % per annum, calculated from the date of completion to last date for request for purchase / download for PQ tender document as indicated in Annexure-1.

(iii) ‘Assessment period’ means the last 7 (Seven) years ending on the last day of the

month previous to the one in which the tenders are invited.

3. How to Participate in PQ tender? To participate in the tender, Prospective Bidders are required to download all the excel

and word format of Prequalification Bid containing the following after Login in the Home page of the website www.tenderwizard.com/DAE with their User ID / Password & Class III Digital Signature Certificate.

(i) Letter of transmittal (ii) Form ‘A’- Financial information (iii) Form ‘B’- Form of banker’s Certificate from a Scheduled Bank (iv) Form ‘C’- Details of all works of similar class completed (v) Form ‘D’- Projects under execution or awarded (vi) Form ‘E’- Performance report of works referred to in Form “C” & “D” for similar qualifying works – Scanned copy to be uploaded. (vii) Form ‘F’- Structure & organization (viii) Form ‘G’- Details of technical & administrative personnel to be employed for

the work (ix) Form ‘H’- Details of construction plant & equipment likely to be used in carrying out the work Steps to download EXEL and WORD documents are following:

• Click on “UNAPPLIED” button; • Click on “REQUEST” icon (blue colour), • Enter TENDER FEE DD Details. • Pay TENDER PROCESSING FEE online. • Click on “SUBMIT” button. • Click on “IN PROGRESS” button.

4

• In status column bidder will find the tender is RECEIVED. • Bidder will be able to download required Tender Documents by clicking

“EDIT ATTACHMENT” icon for any number of times till last date of submission Prospective bidders have to fill all the excel forms and upload the same without

renaming it. Please refer Help Manual for submission of Tender / contact Help Desk as per NIT. Letter of Transmittal is to be copied on bidders letter head and scanned copy has to be uploaded.

The bidders have to also upload an affidavit in the following format in ` 100/- Stamp

paper attested by a Public Notary. “I/ We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in BARC Contracts in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/ Performance Guarantee.”

4. Pre bid Meeting – PQ A meeting will be held on the stipulated date indicated in Annexure-1 at tendering office with bidders, to provide clarifications (if any) on any issues relevant to this tender. The bidders shall submit their queries in writing to the tendering office within stipulated period indicated in Annexure-1. Written communication/queries for pre-bid meeting and other communication can be sent by emails/soft copy on [email protected] with a copy to [email protected], [email protected] within the stipulated period indicated in Annexure-1; however the bidder has to submit the hard copy of all the communication/queries which shall form an integral part of tender document. The minutes of this meeting shall be issued and same shall also be the integral part of tender document. The bidders shall intimate to the tendering office the name of their authorised representative to participate in this meeting at least two days before stipulated date of meeting. Minutes of this meeting shall be considered to be acceptable by the bidders who even fail to attend the meeting.

5. Site Visit – PQ :- One site visit shall be conducted on stipulated date indicated in Annexure-1. Necessary information for coordination of the visit will be intimated in pre bid meeting (para 4 above). The bidders shall bear the cost of their own visit.

6. Preparation of PQ submittal. Following information shall be prepared and uploaded by the bidders as part of PQ submittal.

i. Form ‘A’- Financial information

ii. Form ‘B’- Form of Bankers Certificate

iii. Form ‘C’- Details of all works of similar class completed

iv. Form ‘D’- Projects under execution or awarded

v. Form ‘E’- Performance report of works referred to in form “C” & “D”

vi. Form ‘F’- Structure & organisation

vii. Form ‘G’- Details of technical & administrative personnel to be employed for the work

viii. Form ‘H’- Details of construction plant & equipment likely to be used in carrying out the work.

5

ix. Scanned copies of documents as mentioned in Para 25, Sub Para 4.

7. Opening of Prequalification bid (PQ) The PQ bid shall be opened on the stipulated date and time indicated in Annexure-1. On opening date, the bidders can login and see the status of Bids after opening.

8. Evaluation of bidders for Pre Qualification:

i. The criteria prescribed in Para 2 above in respect of experience of similar works completed, bidding capacity and financial turn over etc. will first be scrutinised in detail and the bidder’s initial eligibility for pre-qualification for the work shall be determined.

ii. A Technical Committee of experts shall be constituted by Competent Authority for evaluation of PQ bids.

iii. The Technical Committee will inspect the bidder’s ongoing / completed work sites & offices and facilities. The bidders’ eligibility related documents shall be examined and verified.

iv. The bidders’ qualifying the initial criteria as set out above will be evaluated for following criteria by scoring method on the basis of details furnished by them and the inspection report submitted by Technical Committee.

Sl. No

Criteria

Maximum Marks

(a) Financial Strength (FORM ‘A’ and ‘B’) 20

(b) Experience in Similar nature of work during last seven years (FORM ‘C’)

20

(c)

Performance on works (FORM ‘E’)

Time Over run

20

(d) Performance on works (FORM ‘E’)

Quality

15

(e) Personnel and Establishment (FORM ‘G’) 10

(f) Plant & Equipment (FORM ‘H’) 15

TOTAL 100

To pre-qualify, the bidders must obtain at least Fifty per cent marks in each criterion and Sixty per cent marks in aggregate. The Department however reserves the right to verify the particulars furnished by the bidder independently and reject any bids without assigning any reason and to restrict the list of pre-qualified contractors to any number deemed suitable in case too many bids are received satisfying the basic Pre-Qualification criteria. The PQ will be evaluated as per the marking system given below.

6

9. MARKING SYSTEM FOR PQ:

9.1 Contractors meeting Pre-Qualification Criteria for Participation will be

evaluated for the following criteria:

Attributes Marks Evaluation

(a) Financial Strength 20 (i)60% marks for minimum eligibility criteria (ii)100% marks for twice the minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(i) Average Annual Turnover 16

(ii) Solvency Certificate 4

(b) Experience in Similar nature work during last seven years

20 (i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more

In between (i) & (ii) – on pro-rata basis

(c) Performance on works – Time Over -Run

20 Score Maximum Marks 20

Calculation for points If TOR = 1.00 2.00 3.00 >3.50

(i) Without levy of compensation 20 15 10 10

(ii) With levy of compensation 20 5 0 -5

(iii) Levy of compensation not decided 20 10 0 0

TOR = AT/ST, where AT=Actual Time; ST= Stipulated Time Note: Marks for values in between the stages indicated above is to be determined by straight line variation basis

(d) Performance on works- Quality 15

(i) Very Good 15 marks

(ii) Good 10 marks

(iii) Fair 5 marks

(iv) Poor 0 marks

(e) Personnel & Establishment 10 Marks will be given based on proposal submitted in Form G

Graduate Engineer 3 marks for each

Diploma holder engineer 2 marks for each up to maximum 4 marks

7

Attributes Marks Evaluation

Supervisor/Foreman 1 marks for each up to maximum 3 marks

(f) Plant and Equipment 15 (i) Hopper Mixer 1 mark for each up to max. 2 marks

(ii) Truck/Tippers/ Transit mixer 1 mark for each up to max. 2 marks

(iii) Steel Shuttering 2 marks for each 300 sq. m up to max. 8 marks

(iv) Scaffolding Materials 2 marks for each 1000 m2 up to max. 4 marks

(v) Building Hoist 1 mark for each up to max. 2 marks

(vi) Excavator 1 mark for each up to max. 2 marks

(vii) Batch mix plant 2 marks for each up to max. 4 marks

(viii) Vibrator /compactor 1 mark for each up to max. 2 marks

(ix) Special Equipment 2 marks for each up to max. 4 marks

10. Disqualification of PQ bids. The Department however reserves the right to verify the particulars furnished by the bidder independently and reject any bid without assigning any reason and to restrict the list of pre-qualified contractors to any number deemed suitable in case too many bids are received satisfying the basic Pre-Qualification criteria. Even though a bidder may satisfy the above requirements, the bidder may be liable to disqualification if the bidder has:

(a) Made misleading or false representation or deliberately suppressed the information or not submitted sufficient information in the forms, statements and enclosures required in the pre-qualification document.

(b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures /weaknesses etc.

11. FINANCIAL INFORMATION Bidder should furnish the following financial information: Annual financial statement for the last five years (in Form “A”).

Solvency Certificate from bankers in the prescribed Form “B”

12. EXPERIENCE IN SIMILAR WORKS

12.1 Bidder should furnish the following:

(a) List of all works of similar class successfully completed during the last seven years (in Form "C" )

(b) List of all the projects under execution or awarded (in Form "D").

8

12.2 Particulars of completed works and performance of the bidder duly authenticated /certified by an officer not below the rank of Executive engineer or equivalent should be uploaded for each work completed or in progress (in Form " E" )

13. ORGANISATION INFORMATION Bidder is required to submit information in respect of his organisation (in Forms "F" & "G").

(a) Name & Postal Address, including Telephone, Fax Number, E-mail address, etc.

(b) Copies of original documents defining the legal status, place of Registration and principal places of business.

(c) Names & addresses of the Directors and Officers to be concerned with the work, with designation of individuals authorized to act for the organization.

(d) Information on any litigation in which the bidder was involved during the last seven years, including any current litigation.

(e) Authorisation for employer to seek detailed references. (f) Number of Technical & Administrative Employees in parent company,

subsidiary company and how these would be involved in this work (in Form “G”)

14. CONSTRUCTION PLANT & EQUIPMENT Bidder should furnish the list of construction plant and equipment including steel shuttering, centring and scaffolding likely to be used in carrying out the work (in Form "H"). Details of any other plant & equipment required for the work (not included in Form ‘H’ and available with the bidder may also be indicated.

15. LETTER OF TRANSMITTAL The bidder should upload the scanned copy of the letter of transmittal on bidder’s

letter head as per PQ document.

16. TENDER SUBMISSION After evaluation of pre-qualification bids, a list of qualified agencies will be prepared. Short listing of the bidders shall be done after thorough verification of their credentials and inspection of similar works carried out/in progress by them, through a Technical Committee of experts constituted by Director, Nuclear Recycle Group/ Head, TDD, NRG, BARC. Thereafter, procedures of subsequent tendering activities are indicated in Annexure - I

17. Intimation of Prequalification evaluation result.

(a) The qualified bidders shall be intimated within stipulated date indicated in Annexure -1.

(b) The successful qualification of PQ bid or it’s result shall not bear any weightage during evaluation of Technical bid (Part A). Acceptance of Technical bid (Part A) shall solely depend upon the evaluation of the same.

(c) The bidders whose PQ bid does not qualify shall also be intimated.

18. Subsequent tendering procedures Procedures of subsequent tendering activities are indicated in brief below. The detailed terms and condition etc applicable shall be indicated in Technical bid (Part A) document.

9

18.1 Issue of Technical bid (Part A) and Financial bid (Part B). Technical bid (Part A) and Financial Bid (Part B) document shall only be made available online whose prequalification (PQ bid) qualifies, by calling Post-qualification e-tender and during the period indicated in Annexure -1.

18.2 Pre bid meeting for Technical bid (Part A) and Financial bid (Part B). A meeting will be held on the date indicated in Annexure -1 at tendering office with bidders participating in Post-qualification e-tender, to provide clarifications (if any) on any issues relevant to this tender. The bidders shall submit their queries in writing to the tendering office within period indicated in Annexure -1. The minutes of this meeting shall be issued and same shall also be the integral part of tender document. The bidders shall intimate to the tendering office the name of their authorised representative to participate in this meeting at least two days before stipulated date of meeting. Minutes of this meeting shall be considered to be acceptable by the bidders who even fail to attend the meeting.

18.3 Submission of Technical bid (Part A), Financial bid (Part B) These bids shall be uploaded as given in NIT –Tender Part A. The last date, time of submission of these bids and opening of Part A bid shall be as indicated in Annexure -1.

18.4 Evaluation of Technical bids (Part A) i. A Technical Committee of experts shall be constituted by Competent Authority, for

evaluation of technical bids (Part A). ii. The technical committee shall examine the Part A offers visa-a-viz tender

specification and requirement. If required, further inspection may also be carried out by the technical committee to ascertain the conformity with respect to technical specifications and requirements of Part A offer.

18.5 Intimation of Part A evaluation result a. The Part A qualified bidders shall be intimated within stipulated date indicated in

Annexure -1.The date and time of Financial bid (Part B) opening shall also be intimated to them by email.

b. The bidders whose Part A bid does not qualify shall also be intimated and their EMD shall be refunded.

18.6 Opening of Financial bid (Part B) The Financial bid (Part B) of Part A qualified bidders shall only be opened online on the stipulated date and time indicated in Annexure -1.

18.7 Placement of Work order Financial bid shall be evaluated and approved by the competent authority before placement of work order to the successful bidder. The tentative date of placement of work order is indicated in Annexure -1.

18.8 Return of EMD to unsuccessful bidders. EMD of unsuccessful bidders shall be returned after placement of work order before tentative date indicated in Annexure -1.

19. Cancellation of tender by competent authority.

10

The competent authority reserves the right to cancel any or all tenders or to allot part of works to different agencies without incurring any liability to this department and without assigning any reason thereof.

20. General:- a. Letter of transmittal and forms for Pre-qualification for the eligible category are given

in subsequent paras.

b. All information called for in the enclosed forms should be furnished against the relevant columns in the forms. Even if no information is to be provided in a column, a “Nil” or “no such case” entry should be made in that column. If any particulars /queries are not applicable in case of the bidder, it should be stated as “Not Applicable”. The bidders may please note that giving incomplete/ unclear information called for in the tender forms, or making any change in the prescribed forms, or deliberately suppressing any information, may result in disqualification of the bidder summarily.

c. References, information and certificates from the respective clients certifying suitability, technical knowhow or capability of the bidder should be signed by an officer not below the rank of Scientific Officer/F or Engineer in Charge..

d. The bidder may furnish any additional information, which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of pre-qualification document unless it is called for by the Employer.

e. Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of work in this Department.

f. Prospective bidders may request for clarification of the project requirements and pre-qualification documents. Any clarification given by the Employer will be forwarded to all those agencies who have purchased the pre-qualification document.

g. Confidentiality Clauses: -

i) Confidentiality:

No party shall disclose any information to any ‘Third party' concerning the matters under this contract generally. In particular, any information identified as" Proprietary" in nature by the disclosing party shall be kept strictly confidential by the receiving party and shall not be disclosed to any third party without the prior written consent of the original disclosing party.

This clause shall apply to the sub-contractors, consultants, advisors or the employees engaged by a party with equal force.

ii) "Restricted information" categories under Section 18 of the Atomic Energy Act, 1962 and "Official Secrets" Under Section 5 of the Official Secrets Act, 1923:-

Any contravention of the above-mentioned provisions by any contractor, sub-contractor, consultant, adviser or the employees of a contractor, will invite penal consequences under the above said legislation.

iii). Prohibition against use of BARC's name without permission for publicity purposes

The contractor or Sub-contractor, consultant, adviser or the employees engaged by the contractor shall not use BARC's name for any publicity purpose through any

11

public media like Press, Radio, TV or Internet without the prior written approval of BARC.

h. Work shall be executed according to General Conditions of Contract, Special Instructions to tenderers, Specifications, Drawings, Schedule of Quantities etc. of BARC, which will be enclosed in tender documents.

i. Authorised Signatory in Letter of Transmittal:

i. If the bidder is an individual, the letter shall be signed by him above his full name and current address.

ii. If the bidder is a proprietary firm, the letter shall be signed by the proprietor above his full name and full name of his firm with its current address.

iii. If the bidder is a firm in partnership, the letter shall be signed by all the partners of the firm above their full names and current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case, a certified copy of the power of attorney should accompany the letter. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the letter.

iv. If the bidder is a limited company or corporation, the letter shall be signed by a duly authorised person holding power of attorney for signing the letter accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

21. Final Decision Making Authority The employer reserves the right to accept or reject any bid and to annul the pre-qualification process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders.

22. Particulars of work are Provisional The particulars of the work given are provisional. These are liable to change and shall be considered only as advance information to assist the bidder to apply for Pre-qualification for the proposed work.

23. Site Visit The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings by himself, collect all information that he considers necessary for proper assessment of the prospective assignment. He may contact Office of Head, TDD/ Director, Nuclear Recycle Group, BARC at 022 25591011, 022 25592175 for fixing appointment prior to visit the site.

24. AWARD CRITERIA

24.1 The employer reserves the right, without being liable for any damages or obligation

or inform the bidder to:

a. Amend the scope and value of contract.

b. Reject any or all of the bids without assigning any reason.

12

24.2 Any effort on the part of the bidder or his agent to exercise or to pressurise the employer would result in rejection of his bid. Canvassing of any kind is strictly prohibited.

25. Instructions:

1. The bidder should be registered with www.tenderwizard.com/DAE. Those bidder not registered on the website mentioned above, are required to get registered. If needed, they can be imparted training for online bidding process as per details available on the website.

2. The intending bidder must have valid class-III digital signature for Request for purchase / Download of Tender Document (excel / word formats).

3. Contractor must ensure to fill data for each item. The column meant for filling data in figures appears in YELLOW colour and the moment data is entered, it turns SKY BLUE.

4. List of Documents to be scanned from original & uploaded within the period of bid submission by bidder:

i. Letter of transmittal ii. Financial Turn Over certified by CA – Form ‘A’. iii. Profit & Loss statement certified by CA - Form ‘A’ iv. Form of Bankers Certificate - Form ‘B’ v. Certificates:

a. Registration certificate, if any b. Certificates of Work Experience / Performance Certificates c. Certificate of Registration for Sales Tax / VAT / WCT d. TIN Registration Certificate e. PAN (Permanent Account Number) Registration

vi. Form ‘E’- Performance report of works referred to in form “C” & “D”. vii. Affidavit as mentioned in Para 3.

Note: During Prequalification evaluation missing/inadequate documents, if any, can

be asked by inspection committee for submission.

Notes: 1. Registered contractors can only purchase/download & submit/upload tenders after paying

requisite fees.

2. Interested agencies may visit website www.tenderwizard.com/DAE for registration.

3. Contact for assistance/ clarifications (022) 25591011/25592175 Fax: (022) 25505185

4. Contact for assistance for registration and participation in e-Tendering:

a) Shri Rudresh : 09969395522 or email : [email protected]

13

b) Shri Atindra Joshi : 09665571896 or email : [email protected] c) Tender Wizard Help Desk – 080 40482000 (9am to 6pm – Mon to Sat)

5. In case difference between wordings of English and Hindi version of NIT, the English version will prevail.

Head, TDD Nuclear Recycle Group

Bhabha Atomic Research Centre, Trombay For and on behalf of President of India

14

Annexure -1 Stipulated dates of tendering activities

Sr. No

Description of tendering activities Refer Para No.

Dates and time

From To

1 Dates for Request for purchase / Download of PQ Tender Document (excel / word formats)

3 From 18.05.2015 (10:00 Hrs.) to 05.06.2015 (15:00 Hrs.) on website www.tenderwizard.com /DAE. Detailed NIT is also available on website www.barc.gov.in for view only

2 a) Date of Pre-bid clarification / queries. 4 The contractors are requested to send their Pre-bid queries by email not later than 11.06.2015.

b) Pre-bid meeting & mandatory site visit

4,5 18.06.2015 The Pre-Bid clarifications will be sent to all contractors by email on 25.06.2015

3 Last date and time of closing of online submission of PQ tenders

6 02.07.2015 (15:00 Hrs.)

4 Last date for submission of original documents and Receipt of e-payment towards Tender Processing Fee.

1 On or before 03.07.2015 (15:00 Hrs.) at North Gate to Head, TDD, Nuclear Recycle Group, BARC, Trombay, Mumbai 400085 in a sealed super scribed envelope mentioning name of work and NIT Number. Original documents should be submitted preferably in person. However documents sent by post or courier will also be considered provided the same is received within due date & time.

5 Date and time of online opening of PQ Tender

7 06.07.2015 (14:30 Hrs.)

6 Intimation to pre qualified bidders * 17 10.08.2015 7 Dates for Request for purchase /

Download of Post-qualification e-tender Document (excel / word formats) consisting of Technical Bid (Part ‘A’) and Financial Bid (Part ‘B’) *

18 From 17.08.2015 (10:00 Hrs.) to 04.09.2015 (15:00 Hrs.) on website www.tenderwizard.com /DAE.

8 Date of Pre-bid clarification / queries * 18 The contractors are requested to send their Pre-bid queries by email not later than 10.09.2015 The Pre-Bid clarifications will be sent to all contractors by email on 14.09.2015

9 Last date and time of closing of online submission of Post-qualification e-tender * (Technical Bid and Financial Bid)

18 21.09.2015 (15:00 Hrs.)

10 Last date for submission of original documents towards cost of Tender Document, Receipt of e-payment towards Tender Processing Fee and EMD. *

18 22.09.2015 (15:00 Hrs.)

11 Date and time of online opening of Part A*

18 23.09.2015 (14:30 Hrs.)

12 Date and time of opening of Part B of qualified bidders*

18.6 26.10.2015 (14:30 Hrs.)

13 Issue of Work order * 18.7 01.01.2016 14 Return of EMD to unsuccessful bidders

* 18.8 02.01.2016 ( or earlier as per deptt guidelines)

Note1: In case of any of the dates falls on a holiday of BARC then next working day shall be considered for the same

Note2: * Indicates the dates are tentative which shall be confirmed during tendering activities.

15

General Description of the Tender Work

The proposed tender work is the “Construction of RCC pedestals for PP- ETP effluent pipe lines, providing semi circular pre cast covers and allied civil works at NRG, BARC, Trombay. Salient features of work:

The project involves construction of partly underground and aboveground Reinforced Cement Concrete (RCC) Pedestals suitable for placing CS pipe lines, RCC Pre cast slabs, semi circular Pre Cast shrouds (covers), structural steel work, misc. Civil works etc. Scope of work is briefly described as below. Detailed drawings & specifications may be referred for exact quantum of work. Construction of Reinforced Cement Concrete Pedestals: The scope of work in this item includes excavation of soil with proper shoring, de watering arrangements, without disturbing existing pipe pedestals, murrum filling, stone soling, PCC, reinforcement and casting RCC pedestals using approved form work as per specifications, disposal of surplus soil to place shown by the department, installation of MS embedded parts (EPs) etc. All the aforesaid works requires to be executed as per lines and levels as per drawings and as per BARC tender specifications. RCC Pre Cast Slabs and shrouds (semi circular covers): Readymade RCC semi circular covers (shrouds) of required shape and size and Pre Cast RCC slabs cast at site are to be placed in position over CS pipe lines at top and bottom respectively. The work involves casting of RCC Slabs and semi circular covers as per drawings, site instructions given by the Engineer in Charge and as per specifications. The scope of work includes proper casting as per specifications, lifting, placement of precast slabs and shrouds in position to cover the CS pipes etc. The work requires to be executed with utmost precision with highest degree of accuracy as per BARC specifications. Structural Steel fabrication Jobs: Fabrication of structural steel bridges required for crossing drains, nallahs which come across in the execution of work. These bridges and support structures, EPs are to be fabricated as per drawings, designs approved by the department depending on the site conditions and measurements. The scope of work includes providing approved structural steel materials, testing, fabrication and placing in position as per drawings, designs and specifications and as approved by the Engineer in Charge. Construction of RCC inspection chambers and road crossing arrangement: This job includes construction of RCC inspection chambers and providing and laying Np2 grade RCC hume pipes below roads, where ever road crossing takes place and jointing of pipes etc as per drawings, designs and specifications and as directed by department.

16

Note: The above work is required to be carried out as per the drawings supplied by the department; however, bar-bending schedules, designing & detailing of staging/shuttering schemes/drawings, fabrication/shop drawings are required to be prepared by the contractor and submitted to the Engineer-in-Charge of BARC for prior approval before procurement of materials and execution of works.

The project involves the following works as given under: Civil works: i) Excavation in Soil / Rock by manual labour and using Mechanised equipments where

ever permitted by department for RCC pedestals and other civil works without disturbing existing concrete pedestals and services etc.

ii) PCC & RCC works in foundation, footings, columns of RCC Pedestals, chambers, pre cast slabs and shrouds ( semi circular covers) etc. The RCC shall have form finished surface and contractor has to take this into account in his shuttering design and layouts. No plastering is envisaged on the surface of RCC works.

iii) Structural Steel fabrication & Erection works

iv) Casting and placing of precast cover slabs, and shrouds.

v) Providing and laying NP2 grade RCC hume pipes below ground where ever road crossing takes place and misc civil works viz: construction of RR masonry walls, chain link fencing, disposal of removed old Pre cast concrete covers and slabs, disposal of surplus soil etc.

17

Section III Information regarding Eligibility (to Be submitted by the bidder)

LETTER OF TRANSMITTAL

From: (Name and Address of the Applicant) To, Director Nuclear Recycle Group Bhabha Atomic Research Centre Trombay, Mumbai- 400085 Subject: NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015 Sir, Having examined the details given in pre -qualification press Notice and pre-qualification document for the above work, I/ We hereby submit the pre-qualification document and other relevant information. 1. I/We hereby certify that all the statements made and information supplied in the enclosed forms “A” to

“H” and accompanying statements are true and correct.

2. I/We have furnished all information and details necessary for pre -qualification and have no further pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorise the Director, Nuclear Recycle Group, BARC to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/we also authorise BARC officials to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/We have enclosed the required affidavit to meet the requirement specified in para 3.1.3 of the Notice Inviting Tender.

5. I/We submit the following certificates in support of our suitability, technical knowhow and capability for having successfully completed the following works:

Sl. No. Name of work Certified by

18

6. I/We have added additional pages duly signed and numbered sequentially from _______ to_________ and attached at the end of the PQ document.

7. I/We enclose ____ numbers of sealed covers super scribed with name of the bidder, tender No., name of work, Sr. No. of the cover, name of the certificate it contains, etc for the following certificates:

Enclosures: Date of Submission: Signature(s) of bidder(s)

Sl. No. Nature of Certificate Issued by

19

FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis -Details to be furnished duly supported by figures in balance sheet/profit and loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (copies to be attached). Particulars Financial year

2010-11 2011-12 2012-13 2013-14 2014-15 i) Gross Annual

turnover on construction work Rupees (In Lakhs)

ii) Profit/Loss Rupees (In Lakhs)

Loss figures shall be prefixed with ‘(-)’

II. Financial arrangements for carrying out the proposed work. III. The following certificates are enclosed: (a) Profit & Loss account statements duly certified by CA & as submitted to Income Tax

Department (b) Solvency Certificate from bankers of applicant. Banker’s certificates should be on letterhead

of the Bank. In case of partnership firm, certificate should include names of all partners as recorded with the Bank as said in the Form ‘B’..

(c) .Value Added Tax Registration Certificate (d) Permanent Account Number (PAN) Signature of charted Accountant with seal

Signature of bidder(s)

20

FORM 'B '

FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s. / Shri ................................................................................................... (with address), a customer of our bank are / is respectable and can be treated as good for any engagement up to a limit of Rs. ......................................... (Rupees .....................................).

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)

For the Bank

NOTE:

1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to tendering authority.

2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

21

FORM ‘C’

DETAILS OF ALL SIMILAR WORKS COMPLETED IN ALL RESPECTS DURING THE LAST SEVEN YEARS ENDING ON THE LAST DAY OF THE MONTH APRIL 2015

Sl. No.

Name of work /project and location

Owner or spons-oring organis-ation

Cost of work Rupees (in Lakhs)

Date of commencement as per contract

Stipulated date of completion

Actual date of completion

Litigation /arbitration cases pending /in progress with details*

Name & Address / Phone No. of officer to whom reference may be made.

Remarks

1 2 3 4 5 6 7 8 9 10

2

3

4

5

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Notes:

a. Applicant may submit separate form for giving details of work (completed) for each year to fill up the details as above. Separate sheets if any shall be numbered in sequence.

b. The scanned copies of the work orders for each work along with completion certificate shall be given.

c. Certified that the above list of works is complete and no work has been left-out and the information given is correct to my knowledge and belief.

Signature of bidder(s)

22

FORM ‘D’

PROJECTS UNDER EXECUTION OR AWARDED

Sl. No.

Name of work /project and location

Owner or spons-oring organis-ation

Cost of work Rupees (in Lakhs)

Date of commencement as per contract

Stipulated date of completion

Up to date percentage progress of work

Slow progress if any and reasons thereof

Name & Address / Phone No. of officer to whom reference may be made.

Remarks

1 2 3 4 5 6 7 8 9 10

2

3

4

5

Certified that the above information is complete and no work has been left out and the information given is correct to my knowledge & belief.

Signature of bidder(s)

23

FORM 'E'

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C" & FORM "D"

(Separate certificate for each work/ Project)

1. Name of work/Project & Location: 2. Agreement No. 3. Estimated Cost 4. Tendered Cost 5. Date of start 6. Date of completion

i). Stipulated date of completion ii). Actual date of completion iii). Present position of work, if in progress

7. Amount of compensation levied for delayed completion, if any. 8. Amount of reduced rate items, if any 9. Performance Report.

i). Quality of work Very Good/Good/Fair/Poor ii). Financial soundness Very Good/Good/Fair/Poor iii). Technical Proficiency Very Good/Good/Fair/Poor iv). Resourcefulness Very Good/Good/Fair/Poor v). General behavior Very Good/Good/Fair/Poor vi). Time Consciousness Very Good/Good/Fair/Poor

Dated: Executive Engineer or equivalent Officer

(responsible for the job on behalf of the project/job owner)

Note: Performance report of the contractor to be obtained by him from client / EE in a sealed cover and enclosed with PQ document.

24

FORM 'F'

STRUCTURE & ORGANISATION

1. Name & Postal Address of the bidder

2. Telephone No./Telex No./Fax No.

3. Legal status of the bidder (Please tick and attach attested copies of original document defining the legal status)

(a) An individual; (b) A proprietary firm; (c) A firm in partnership

(d) A limited company or Corporation

4. Particulars of registration with various Government bodies (attach attested photocopy)

Dept./Organisation & Place of registration Registration No.

1.

2.

5. Names and Titles of Director & Officers with designation proposed to be concerned with this work

6. Designation of individuals authorised to act for the organization

7. Was the bidder ever required to suspend construction for a period of more than six months continuously after you commenced the construction? If so, give the name of the project and reasons of suspension of work.

8. Has the bidder or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred / black listed for tendering in any organisation at any time? If so give details.

10. Has the bidder, or any constituent partner in case of partnership firm , ever been convicted by a court of law? If so, give details.

11. In which fields of Engineering construction the bidder has specialisation and interest?

12. Any other information considered necessary but not included above.

Name and address of the authorized signatory

Signature(s) of bidder(s)

25

FORM 'G'

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl. No.

Designation Total number

Number available for this work

Name Qualifications Professional experience and details of work carried out

How these would be involved in this work

Remarks

1 2 3 4 5 6 7 8 9

Name and address of the authorized signatory

Signature(s) of bidder(s)

26

FORM 'H'

DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THIS WORK

Sl. No.

Name of Equipment/ Plant

Nos. Capa-city or Type & make

Age Condition Ownership status Current Location

Remarks

Presently owned

Leased To be purchased

1 2 3 4 5 6 7 8 9 10 11

1. Earth moving equipment

a. Excavators(various sizes)

b. Dumpers

2. Equipment for concrete work

1. Concrete batching Plant

2. Concrete Pump a. with Placer Boom b. with Stationary

3. Concrete transit mixer 4. Concrete mixer

(diesel) 5. Concrete mixer

(electrical) 6. Needle

vibrator(electrical) 7. Needle

vibrator(petrol) 8. Needle vibrator

(elect/petrol) 9. Curing pumps

(various capacities)

3. Equipment for building work

1. Bar bending machine 2. Bar cutting machine 3. Drilling machine 4. Welding generators 5. Welding transformers 6. M.S.pipes 7. Steel shuttering 8. Steel scaffolding

4. Testing Equipments for

1. Cube Testing 2. Sieve analysis

27

3. Ultrasonic test 4. Silt test 5. Micron gauger 6. Moisture Metre 7. Any other.. 8.

5. Equipment for road work

1. Road rollers 2. Bitumen paver

finishers 3. Hot mix plant / Wet

mix Plant 4. Spreaders 5. Grader 6. Dozer 7. Earth rammers 8. Vibratory road rollers

6. Equipment for transportation

1. Tippers 2. Trucks 3. Water tankers

7. Pneumatic equipment

1. Air compressors (diesel)

2. Air Compressors ( Elect)

8. Dewatering equipment

1. Pump (diesel) 2. Pump (electric)

9. Power equipment

10. Any other plants/equipments

Like Tower crane, etc.

Name and address of the authorized signatory

Signature(s) of bidder(s)