Upload
kruti-patel
View
213
Download
0
Embed Size (px)
Citation preview
8/12/2019 Tender Comparision 1409
1/10
Sr. No.
Name of Project Construction & Establishment of Research Center Building at GEER
Foundation, Gandhinagar under
Integrated Coastal Zone Management
Client Government of India
Type of Contract Item-rate
A
1 Bid Issue Dates 03/07/2012 to 03/08/2012
2 Time Period available for bidding 30 days
3 Date of Pre-bid meeting 18/07/2012
4 Bid Submission Date 4/8/2012
5 Procedure and website details download on 03/07/2012 from www.geciczmp.com
6 Procedure of bid submission through registered post/speed post
7 Tender fees Rs. 2000/-
8 Form of submission hard copy
9 No. of covers Single Stage Single Envelope sealed
10 Tender Documents 2
B
1 Source of fund International Development Association(WB)
2 Area/District (Location) Gandhinagar,Gujarat
3 Type of Work Civil work
4 Project Implementation Period within 30 days of issue of tender
5 Earnest Money Deposits (EMD) Rs.1,03,000/-
6 Scrutiny fees
7 Submission of physical and technical documents 4/8/2012 at 12 pm
8 Place and time of bid opening 4/8/2012 at 12:30 pm
9 Security deposits Rs.1,03,000/-
9 Performance Security Required 5% of tendered value
11 Cost estimate of the project Rs.10268941/-
12 Responsibility of the bidder The Bidder, at the 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 construction of the Works.
13 Data and the facility to be made available by the
client
Bid documents , tender documents and drawings
C
Clause
NOTICE INVITING TENDER
CONTRACT DATA
ELIGIBLE BIDDERS
8/12/2019 Tender Comparision 1409
2/10
1 Qualification of bidders To qualify for award of the contract, each bidder in its name and style
should have in the last five years 2006-07,2007-08,2008-09,2009-10,
2010-11:
Similar experience for completion of similar civil works as above.
2 Experience and Turnover of bidders Achieved, in at least two financial years in last Five years preceding
31/03/2012, a minimum annual financial turnover in civil engineering
works Rs. 100 Lacs. 2.Satisfactorily Constructed and
completed (not less than 90% of contract value), as a prime contractor,
(or as subcontractor duly certified by the employer/main contractor) at
least one similar public Building/an office/Laboratory/educationaland/or research Institute Construction work of value not less
than Rs. 65 lacs. availability the required machineries and personnel
for the project
3 Site visit Criteria 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 construction of the Works.
5 Instructions to bidders The loan / Credit agreement prohibits a withdrawal from the loan /
Credit account for the purpose of any payment to persons or entities,or for any import of goods, if such payment or import, to the
knowledge of the Bank, is prohibited by a decision of the United
Nations Security Council, taken under Chapter VII of the Charter of the
United Nations.to keep all the documents during bidding
6 Amendment to bidding documents Applicable
7 System of bidding [two bid or else] p+2
8 Modification and withdrawal of bids Bidders may modify or withdraw their bids by giving notice in writing
before the deadline prescribed in an envelope
9 Technical evaluation of the bids The available bid capacity will be calculated as under:
Assessed Available Bid capacity = (A*N*1.5 - B)
Where
A = Maximum value of civil work executed in any one year during the
last five years (updated to 2011-2012
price level) taking into account the completed as well as works in
progress.
N = Number of years prescribed for completion of the works for which
bids are invited.
B = Value, at 2011-2012 price level, of existing commitments and on-going works to be completed during
the next 2 years.
8/12/2019 Tender Comparision 1409
3/10
10 Clarification of price proposal and contacting the
employer
A prospective bidder requiring any clarification of the bidding
documents may notify the Employer in writing or
by cable (hereinafter "cable" includes telex and facsimile) at the
Employer's address indicated in the invitation to
bid. The Employer will respond to any request for clarification which he
received earlier than 15 days prior to the
deadline for submission of bids. Copies of the Employer's response will
be forwarded to all purchasers of the
bidding documents, including a description of the enquiry but without
identifying its source.
11 Correction of errors The amount stated in the Bid will be adjusted by the Employer inaccordance with the above procedure for the correction of errors and,
with the concurrence of the Bidder, shall be considered as binding
upon the Bidder. If
the Bidder does not accept the corrected amount the Bid will be
rejected, and the Bid security may be forfeited
12 Award of contract lowest evaluated Bid Price,
D
1 Preliminary In the event that Pre-qualification of potential bidders has been
undertaken, only bids from prequalified bidders will be considered for
award for Contract. These qualified bidders should submit with their
bids any information updating their original prequalification
applications or, alternatively, confirm in their bids that the originally
submitted prequalification information remains essentially correct as
of date of bid submission.
2 Managment meetings The Engineer shall record the business of management meetings and is
to provide copies of his record to
those attending the meeting and to the Employer
3 Unforseeable difficulties To be disussed with the engineer-in-charge
4 Staff and labours' to be as per the schedule provided by the client, if not then client's
engineer has the authority to remove the personnel from the
contractor's office
5 Electricity, water and Gas
7 VARAITIONS AND MODIFICATIONS The Contractor shall provide the Engineer with a quotation (with
breakdown of unit rates) for carrying out the Variation when
requested to do so by the Engineer. The Engineer shall assess the
quotation, which shall be given within seven days of the request or
within any longer period stated by the Engineer and before the
Variation is ordere If the work in the Variation corresponds with an
item description in the Bill of Quantities and if, in the
opinion of the Engineer, the quantity of work above the limit stated or
the timing of execution do not cause the cost per unit of quantity to
change, the rate in the bill of Quantities shall be used to calculate the
value of the Variation. If the cost per unit of quantity changes, or if the
nature or timing of the work in the Variation does not correspond with
items in the Bill of Quantities, the quotation by the Contractor shall be
in form of new rates for the relevant items of work. If the Contractor's
quotation is unreasonable (or if the contractor fails to provide the
Engineer with a quotation within a reasonable time specified by the
engineer in accordance with Clause 40.1), the Engineer may order the
Variation and make a change to the Contract Price which shall be
based on Engineers own forecast of the effects of the Variation on the
Contractor's costs. If the Engineer decides that the urgency of varying
the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be given and
the Variation shall be treated as a Compensation Event.The Contractor
shall not be entitled to additional payment for costs that could have
been avoided by giving early warning.
GENERAL CONDITIONS OF CONTRACT
8/12/2019 Tender Comparision 1409
4/10
8/12/2019 Tender Comparision 1409
5/10
6 Taxes All quarry fees and royalties shall be paid by the contractor. All octroi
taxes shall also be paid by the contractor according to the Municipal
rules in force at the time.
Termination of contract Fundamental breaches of Contract include, but shall not be limited to
the following:(a) the Contractor stops work for 28 days when no stoppage of work is
shown on the current program and the stoppage has not been
authorized by the Engineer;
(b) the Engineer instructs the Contractor to delay the progress of the
Works and the instruction is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation;
(d) a payment certified by the Engineer is not paid by the Employer to
the Contractor within 56 days of the date of the Engineer's certificate;
(e) the Engineer gives Notice that failure to correct a particular Defect
is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable
period of time determined by
the Engineer. (f)the Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number
of days for which the maximum amount of liquidated damages can be
paid as defined in the Contract data. If the Contract
is terminated the Contractor shall stop work immediately, make the
Site safe and secure and leave the Site as soon as reasonably possible.
8/12/2019 Tender Comparision 1409
6/10
Remarks
1.Construction of Semi-Permanent Shed (G+1) (excluding
foundation upto plinth work) for boys hostel of IIT Mandi at
Kamand with eleven rooms & toilet block with four WC and
four bathrooms on each floor of
light gauge steel framing prefabricated structure including
architectural, structural design and construction along with
all electrical, water supply and sanitary fittings.
2.Construction of Semi-Permanent 8 no. studio apartments
(G+1) (excluding foundation upto plinth work) with attached
kitchen and toilet for boys hostel of IIT Mandi at Kamand oneach floor and two store rooms of light gauge steel framing
prefabricated structure including architectural, structural
design and construction along with all electrical, water
supply and sanitary fittings with staircase upto 1st floor
complete in all respect.
Civil work for Landscaping of Hostel No. 4 in
SVNIT,Surat.
the
percentage
rate
contract
follows the
rules for the
contract
given in
cpwd
manual.
The Superintending Engineer, Indian Institute of Technology
Mandi
SVNIT,Surat
Lumpsump Percentage rate
26/3/2013 16/07/2013 to 30/07/2013.
15 days 15 days
4/4/2013
16/4/2013 05/08/2013 upto 5:00 p.m.
To be downloaded from the followingwebsitewww.iitmandi.ac.in or www.eprocure.gov.in
To br obtained from the Institute website, http://www.svnit.ac.in during
16/07/2013 to 30/07/2013.
speed post speed post
Rs.1000/- Rs. 500/-
hard copy hard copy
sealed envelope-2 sealed envelope-2
2 2
Central government and institution Institution
IIT Mandi, Himachal Pradesh Surat, Gujarat
Pre-engineered fabrication and civl works Civil-work
60 days 3 months inclusive of monsoon period
1.1,26,000/-
2.1,38,000
Rs.49,500/-
not
mntioned in
the
document
16-04-2013
01:00 PM
05/08/2013 upto 5:00 p.m. in Administrative
Building
03:30 PM
16-04-13 for both the items
(i) Technical Bid : 06/08/2013 at 3:00 p.m. in
Office of Dean, Planning & Development, Estate
Section.
(ii) Price Bid : 08/08/2013 at 3:00 p.m. in Office of
Dean, Planning & Development, Estate Section.
5% of tendered value 10% of Estimated Amount.
(i) 5% of the S.D.by Cash, Bankers cheque,
Demand Draft, FDR of Nationalized Bank in favour
of Director, SVNIT, Surat.
(ii) Remaining 5% shall be deducted from the
Running bills.
depends
upon the
tender price
5% of tendered value 5% of tendered value 5% of
tender value
1. Rs.63,00,000/
2.69,00,000/-
Rs.24,74,300/-
To visit the site and make obsevations properly, so that
tender documents are filled up properly
Contractor must submit the document required
duly attested by Gazetted Officer / Notary valid
on the date fixed for the receipt of tender.
drawings to be provided The detailed bill of quantities and the drawings
for the same
8/12/2019 Tender Comparision 1409
7/10
Approved and eligible Contractors of class 2 enlisted with
CPWD, BSNL, I&PH and HPPWD etc. dealing with
construction of pre-engineered building
Registered Contractors of E1 -and above category
engaged in PWD/CPWD/MES/Municipal
Corporation/ Semi Government Organization
a. Should have satisfactorily completed the works as
mentioned below during the last Seven
years ending last day of the month March, 2013.
Three similar works each costing not less than Rs. 25.20 lac
for Sr. No. 1 & Rs. 27.60 for Sr. No. 2 OR two similar works
each costing not less than Rs. 37.80 lac for Sr. No. 1 & Rs.41.40 lac for Sr. No. 2 OR one similar work costing not less
than Rs. 50.40 lac for Sr. No. 1 & Rs. 55.20 lac .
For Sr. No. 2. Similar work would means "the works of
exclusively construction of semi-permanent buildings with
composite unit of rooms, toilet, WC etc. in total plinth area
more than 300 Sq Mtr using LGSF." The value of executed
works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of
receipt of applications for tenders. (Scanned copies of
work experience certificates meeting to this criteria shall be
uploaded by the agency).
b. Should have a solvency of Rs 16.00 lac for Sr. No. 1 & Rs.
18.00 lac for Sr. No. 2.
1.Details of Similar three Works/ Projects (Civil
works) completed 40% of work put to
tender over last five years or details of two
similar work of 50% of work put to
tender or Details of one similar project completed
costing not less than 80% of costput to tender in Government/ Semi Government/
Large Corporate entity with work completion
certificate. 2.For Government /
Semi Government subletted work carried out by
contractor only
50% of such work will be considered for their
experience, if prior permission is obtained from
competent authorities for subletting such work.
Private subletted work will not be considered for
their experience.
The form and nature of the site, the means of
access to the site, the accommodation they may require and
shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence
or affect their tender.
To carefully examine the drawings,
conditions and specifications of the work and
fully acquainted themselves with
all details of the site, the conditions of rock and
its joints, pattern, river, weather
characteristics labour conditions and in general
with all the necessary information
and data pertaining to the work, before quoting
prior tendering for the work.
The bidder should not be a distant relative of any gazetted
officer at IIT,Mandi and an office of ministry of urbandevelopment
The work is to be completed within the time
limit.Rates to be quoted for the tender in form ofboth figures and nummbersand to be be taken as
applicable to all leads, lifts
and taxes
NA NA
two bid two bid
If any tenderer withdraws his tender before the said period
or issue of letter of acceptance, whichever is earlier, or
makes any modifications in the terms
and conditions of the tender which are not acceptable to
the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to
forfeit 50% of the said earnest money.
The tenders which do not fulfill the conditions of
the notification and the general rules and
directions for the guidance to contractor in the
agreement form or are
incomplete in any respect are likely to be rejected
without assigning any reason
thereof.
Superintending Engineer will evaluate the bid Done by the director of the institute. And the
director has all right to reject atender without
giving a reason.
8/12/2019 Tender Comparision 1409
8/10
Shall be conveyed to superintending engineer or Engineer in
charge for minor works
Done by the director of the institute.
Shall be conveyed to superintending engineer or Engineer incharge for minor works
No corrections shall be made in the tenderdocuments. Any corrections that are to be made
by crossing the incorrect portion and writing the
correct portions above shall bear the initials of
tenderer.
it mainlydepends
upon the
type of
organisation
which floats
the tender
and the
amount of
work to be
done.
The EE/SE in charge of major component of the work shall
issue letter of award on behalf of the Board of Governor.
Acceptance of tender rest with the Director,
SVNIT, Surat who reserves the right to reject any
or all tenders without assigning any reasons.
not stated in the contract and the bidding document should abide by the stated conditions of contract
to be attended regularly as called for by the
management
Under the scope of bidder Bidder has to Construct the facilities for staff and
labour cess of 1% to be deducted from the RA
bills.
Under the scope of bidder 1% charge deducted if water supplied by
institution used.for electricity 1% charge in RA bill
would be added
Quantities specified in the tender may vary substantially in
actual execution and
the contractor shall not claim for compensation of such
variations & the payment with be made as per the actual
work executed at site
If after submission of the tender, the price of
materials specified in Schedule F increases/
decreases beyond the price(s) prevailing at the
time of the last stipulated date for receipt of
tenders (including extensions, if any) for the
work, then the amount of the contract
shall accordingly be varied. The amount of the
contract shall accordingly be varied for all such
materials and will
be worked out as per the formula given below for
individual material:-
Adjustment for component of individual material:
V = P x Q x CI - CIo/ CIo
where,
V = Variation in material cost i.e. increase or
decrease in the amount of rupees to be paid
or recovered.P = Base Price of material as issued
under authority of DG(W), CPWD or concerned
Zonal
Chief Engineer as indicated in Schedule "F" valid
at the time of the last stipulated date
of receipt of tender including extensions, if any.
Q = Quantity of material brought at site for
bonafide use in the works since previous bill.
Clo = Price index for cement, steel reinforcement
bars and structural steel as issued by the DG(W),
CPWD as valid on the last stipulated date of
8/12/2019 Tender Comparision 1409
9/10
Contract to remain till 12 months after the date of
completion.
Shall be conveyed to superintending engineer or Engineer in
charge for minor works,by the governor of the board of theinstitute
12 months after completion of contract or till defect liability
period
90 months after completion of contract or till
defect liability period
0.10%
EMD money gets transformed to security deposit solvency certficate to be obtained from the bank
Tobe done by the bidder to be done by the bidder
To be submitted along with the technical bid WPR,DPR,MPR And materal testing reports for
the materials used.The contractor shall issue an
Employment Card in Form XIV of the CL (R&A)
Central Rules 1971 to each worker within three
days of the employment of the worker
On th basis of the quantity of the work done. On the basis of the RA bi ll submitted with the
approval of the engineer-in charge.
The bidder to be responsible for payment to subcontractor
the bidder hires. And the payment to selected to be done by
the superintending engineer after the bills are appoved by
him
Monthly Payment on the basis of RA bills and at
the end of completion of project by final bill, 90%
of security deposit to be returned after 6 months
from completion of project. 10% security deposit
is kept during monsoon period and returned after
the checking for leakages and dampness. Price-
Escalation for materials is not paid to contractor.
Solvency certificate of a Nationalized Bank/
Schedule Bank of an amount upto 25% of the
tender cost plus works on hand still to be
executed will have to be produced by the
contractor.
Three similar works each of value not less than 40% of
estimated cost or two similar work each of value not less
than 60% of estimated costone similar work of value not
less than 80% of estimated cost in last 7 years ending last
day of the month previous to the one in which the tenders
are invited.
Registered contracts of E1-class and above.
8/12/2019 Tender Comparision 1409
10/10