MUNICIPAL CORPORATION OF DELHI OFFICE OF THE EX

advertisement
MUNICIPAL CORPORATION OF DELHI
OFFICE OF THE EX. ENGINEER (PR.) CITY ZONE
ASAF ALI ROAD CAR PARKING, DELHI
NO. D/EE (PR.) CZ/TC/2007-08/11
DATED: 05.10.07
NOTICE INVITING TENDERS ON ALL INDIA BASIS
1) The Executive Engineer-(Pr), City Zone, on behalf of the Commissioner, MCD, invites
applications for sale of tender from eligible & competent contractors/firms/joint venture
companies for the execution of following work on design and construct basis.
Name of work:
Corridor Improvement of S.P. Mukherjee Marg including
construction of car &bus plaza, pedestrian subway,
flyover & improvement of surface level roads.
Approximate Cost:
Rs.72.00 Crores; Period of completion: 24 Months.
The scope of all work includes construction of Underground Car Parking & Bus Plaza,
Pedestrian Subway, Flyover and surface level development works mainly roads and drainage.
2) Being specialized job any firm or contractor who is not registered in Municipal Corporation of
Delhi but having experience in this field will also be allowed for tendering. In case the
application is being submitted by a consortium of partners/companies/organization the lead
bidder should fulfill eligibility condition and also submit their acceptance of all consortium
partners along with the application. Mere issue of tender to an intending bidder doesn’t
ensure the eligibility to participate in the bid, which shall be decided on the basis of
eligibility/qualification criteria and the responsiveness of the bidder in the technical bid.
3) Contractors/firms/joint venture companies who fulfill the eligibility/qualification criteria as laid
down in the tender document section 3 shall be eligible to apply:
4) For sale of tender, the applicants must request in writing to the undersigned at the address
Executive Engineer-(Pr.), City Zone, MCD, Asaf Ali Road Car Parking, Delhi on payment of
Rs.10000.00 (non refundable) on or before 05.11.07 in the shape of Bank Draft drawn on
scheduled bank payable at Delhi in favour of the Commissioner, Municipal Corporation of
Delhi. The schedule of tender issue and submission is given under:a) Application for sale of tender up to
b) Issue of tender document
c) Date of Pre-Bid meeting
d) Submission of Technical and Financial Bid
d) Opening of Technical Bid
f) Opening of Financial Bid
-
05.11.07
06.11.07 to 12.11.07
22.11.07
12.12.07
12.12.07
26.12.07 (tentative)
The other details regarding time and place for pre-bid meeting, submission & opening of tender
shall be given in the tender document. For any further enquiry, undersigned may be contacted at
Mobile No.0-9910388027or office phone number Ph.011-23285381.
Ex. Engineer-(Pr.), City Zone
Copy to:(i) P.I.O. with request to get it published in three daily News Papers on or before
13.10.07.
(ii) All concerned.
(iii) Notice Board.
(iv) www.mcdonline.gov.in
SECTION-3
INSTRUCTIONS TO TENDERERS
A. GENERAL
1
Scope of Tender
1.1
This invitation for tender is open only to eligible and competent tenderers who shall qualify in
the Technical Bid.
The Executive Engineer, Division – (Pr.), City Zone, MCD on behalf of Commissioner MCD
invites tender for the construction of “Corridor Improvement of S.P. Mukherjee Marg in City
1.2
Zone including construction of Car & Bus parking, pedestrian subway, flyover & at-level road
improvement works”
1.3
1.4
The successful bidder will be expected to complete the works by the intended completion date
specified in the Invitation For Bids
Throughout these bidding documents, the terms “bid” and “tender” and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.
2
Source of Funds
2.1
The Expenditure on this project will be met out of Govt. grant-in-aid under transport section
3
Eligibility/Qualification Criteria for award of contract
3.1
A. To qualify for award of the contract, each bidder in its name should have in the last
five years ending March 2007
a)
Achieved a minimum average annual financial turnover (in all classes of civil
engineering construction works only) of Rs. 72.00 Crores.
b)
Satisfactorily completed (not less than 90% of contract value), as a prime contractor at
least one similar work of value not less than Rs. 57.6 Crores OR two works of each
costing not less than Rs.36.00 Crores OR three work of each costing not less than
Rs.28.8 Crores. (attested copies of certificate for satisfactory completion of works
issued by an officer not below the rank Executive Engineer giving the contact details of
the officer to be attached
Note:-Similar works means Civil work of Bridges/Flyovers/Underground Car
Parkings/Subways.
B.
Each bidder should further demonstrate:
(a)
Availability (either owned or leased or by procurement against
mobilization advances) of the following key and critical equipment for this work as
per clause 18 of this section.
The bidders should, however, undertake their own studies and furnish with their
bid, a detailed construction planning and methodology supported with layout and
necessary drawings and calculations (detailed) to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.
(b)
availability for this work of personnel with adequate experience as
required; as per clause 19 of this Section.
3.2
Sub-contractors' experience and resources shall not be taken into account in determining
the bidder's compliance with the qualifying criteria.
3.3
Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
4
-
made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
-
record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.;
and/or
-
participated in the previous bidding for the same work and had quoted unreasonably
high bid prices and could not furnish rational justification to the employer.
All tenders to be submitted shall include the following information
a)
General information of the tenderer shall be furnished in Form T-1. Copies of original
documents defining the constitution and legal status, certificate of registration and
ownership, principal place of business of the company, Corporation firm, partnership
or, if a joint venture including consortium, of each party thereto constituting the
tenderer will also be required to be furnished. Information regarding any current
litigation in which the tenderer (or any party to a joint venture) is involved shall also be
given through Form T-1.
b)
In the case of tender by a joint venture of two or more firms or companies as partners or
as members of consortium as the case may be, joint venture data in the format
prescribed (Form T-1) alongwith the documents mentioned therein must be furnished.
The following requirements shall also be complied with:
i)
One of the partners shall be nominated as being Partner-in-Charge.
This authorization shall be evidenced by submitting a power of
attorney signed by legally authorized signatories of all the partners.
The consortium will similarly authorize a person to be in-charge
and this authorization shall be evidenced by a power of attorney in
favour of that person by all constituents forming the consortium.
ii)
The tender, and in the case of successful tender, the Form of
Agreement shall be signed by each partners/constituents, so as to
be legally binding on all partners/constituents as the case may be.
iii)
The partner in charge or the person in charge as aforesaid shall be
authorized to incur liabilities and receive instructions for and on
behalf of any and all the partners of the joint venture or
constituents of the consortium and the entire execution of the
contract including payment shall be carried out exclusively through
the partner in charge of joint venture and person in charge of a
consortium.
iv)
All partners of the Joint Venture or constituents of the consortium
shall be liable jointly and severally for the execution of the
contract in accordance with the contract terms and a relevant
statement to this effect shall be included in the authorization
mentioned under (ii) above as well as in the Form of the Tender
and the Form of Agreement (in case of a successful tender).
v)
In the event of default of any partner in the case of joint venture
and constituents in the case of consortium in the execution of his
part of the Contract, the partner/person in charge will have the
authority to assign the work to any other party acceptable to the
Employer to ensure the execution of that part of the contract.
vi)
A copy of the Agreement entered by the joint venture partners shall
be submitted with the tender. This has to be in a format acceptable
to the Employer.
c)
Financial data and Experience Record of the Tenderer to be
furnished in format prescribed (Form T-II , T-III & TIV)
d)
The qualifications and experience of key personnel proposed for
administration and execution of the contract, both on and off site to
be given in the format prescribed (Form T-V & T-VI)
e)
Details of the plants & equipment proposed to be deployed on the
project to be furnished in format prescribed (Form T-VII).
f)
Details of quality assurance systems and organisation to enforce the
same (Tenderer to furnish the details in a narrative form).
g)
In the case of a joint venture/consortium, information as required
under Sub-Clause 2.1.2c to 2.1.2f in respect of each
partner/company including Forms T-II to T-VI will be required to
be furnished. (Additional Sheets may be used where necessary).
4.1
h)
Bank Solvency Certificate T-VIII.
i)
Relevant experience of similar nature of work in narrative form
giving details of the projects.
The information supplied as detailed above will be used in the evaluation of tenders. Each page
T-1 to T-VIII and additional information shall be signed by the authorized signatory.
Power of Attorney in favour of the signatory will be required to be furnished.
4.2
Cancellation or creation of a document such as Power of Attorney, partnership deed,
constitution of firm etc. which may have bearing on the tender/contract shall be communicated
forthwith in writing by the tenderer to the Engineer and the Employer.
4.3
If the agency gives any wrong information or suppresses any material facts, the Employer shall
be free to reject such a tender at any stage and even cancel the contract (after the acceptance of
the tender) at the risk and cost of the agency.
5
Cost of Tendering
The tenderer shall bear all the cost associated with the preparation and submission of his tender
as per scope of work. General conditions of Contact (GCC) & Special Conditions of Contract
(SCC) and other provisions, of the tender documents and the Employer will in no case be
responsible or liable for these costs, regardless of the conduct or outcome of the tendering
process.
6
One Bid Per Bidder
Each Tenderer shall submit only one tender either him self or as a Lead Partner/Lead
Constituent in a joint venture/consortium for the work. The tenderer who submits more than
one tender for the same work will be disqualified.
7
Site visit
The Tenderer is advised to visit and examine the site of work and its surroundings at his/their
cost and obtain for himself on his own responsibility, all information that may be necessary for
preparing the tender and entering into a contract.
The Tenderer shall be deemed to have inspected the site and its surroundings before hand and
taken into account all relevant factors pertaining to the site in the preparation and
submission of the Tender.
The Tenderer(s) must get aquatinted with the proposed site for the work and study
specifications and conditions carefully before tendering. The work shall be executed as
per programme approved by the Engineer-in-Charge. The site shall be made available in
parts resulting in some unavoidable delays and the programme of construction shall be
modified accordingly and the contractor shall have no claim for any extra cost or
compensation on this account. Further amount being damages caused due to any reason
whatsoever on account of Excepted Risks (Excepted risks are defined in clause 2.8 of
General Conditions of Contract, Section-VII) including natural calamities shall not be
payable to the contractor in any manner at any time in lieu of the work in question.
A number of agencies / departments shall be working in this area. The successful tenderer
shall work in close co-ordination with them and if there is some delay at any location
for handing over the site or there is some unforeseen hindrance at any particular
location, the successful tenderer shall modify their programme accordingly and nothing
extra shall be payable on this account.
8
Geo Technical Data
Preliminary geotechnical investigation has not been carried out by the M.C.D. The agency to
whom work is awarded shall be required to carry out detailed investigations as required for
designing of the structure and other requirements, through a Geotechnical consultant prequalified for major bridges, high embankments, flyovers and grade separators by Ministry of
Road Transport and Highways. However no claim shall be admissible on whatsoever ground, in
case detailed sub soil investigation by the tenderer reveals different geotechnical data than that
anticipated by the MCD for preparation of tentative GAD of structure enclosed with the tender.
B.
TENDER DOCUMENTS
9
General
9.1
The tenderer is expected to examine carefully all the contents of the tender documents
including instructions, conditions of Contract, forms, terms and specifications and drawings and
take them fully into account before submitting his offer. Failure to comply with the requirements
as detailed in these documents shall be at the tenderer’s own risk. Tenders which are not
substantially responsive to the requirements of the tender documents will be rejected.
9.2
The Standard specifications books like the Technical specifications of MORT&H and IRC and
other codes and specifications referred to in the Technical specifications or the special
conditions shall not be issued alongwith the Tender documents, but shall be deemed to be
integral part of the tender/contract though these are not signed by the tenderer. These
specification books which are priced publications can be purchased by the tenderer/contractor
from the respective departments separately.
10
Clarifications on Tender Documents
10.1 While all out efforts have been made to avoid errors in the drafting of the tender documents, the
tenderer is advised to check the same carefully. No claim on account of any errors detected in
the tender documents shall be entertained.
10.2 A prospective tenderer requiring any clarification of the tender documents may notify the
Executive Engineer in writing or by cable (hereinafter “Cable” includes telefax and facsimile).
Written copies of the Engineer’s response (including an explanation on the query but without
identifying the source of enquiry) will be sent to all prospective tenderers who have received the
tender documents. Only written communications/clarifications shall be considered as valid.
11
Pre Tender Meeting
11.1
The purpose of the meeting will be only to clarify issues and to answer questions on any matter
that may be raised at that stage. Tenderers may take this opportunity to make visits to work
site.
11.2
The tenderer should submit list of queries/clarifications in writing or by telefax before the date
fixed for pre tender meeting.
11.3
Any substantive clarification or modification arising out of the pre-tender meeting would be
formalized only by an addendum to the Tender Documents as per procedure outlined in the
tender documents regarding no validity of all communications other than written one is
relevant.
11.4
The Employer / Engineer may decide not to reply to any of the queries if the same are
considered not necessary to be answered for the bid to be submitted, and his decision in this
regard shall be final.
11.5
Non attendance of the meeting would not be a cause for disqualification of a Tenderer.
12
Amendment to Tender Documents
12.1
At any time prior to the deadline for the submission of tenders, the Employer may, for any
reason, whether at his own initiative or in response to a clarification or query raised by a
prospective tenderer, modify the tender documents by issuing an addenda.
11.2
Any addendum issued shall be part of the Tender documents and shall be communicated in
writing or by cable to all purchasers of the Tender Documents to reach them at least 10 days
prior to the deadline for the submission of tenders. This communication will be in writing
through letter or telefax and the same shall be binding upon them. Prospective tenderers shall
acknowledge receipt of each addendum in writing or by cable to the Employer. The Employer
shall assume no responsibility for postal delays.
12.3 All documents issued for the purpose for tendering and any amendments issued accordance shall
be deemed as incorporated in the Tender.
C.
13
PREPARATION OF TENDERS
Documents comprising the Tender
13.1 Documents to be submitted by the Tenderer have been listed in Appendix II. This list of
documents has been prepared mainly for the convenience of the tenderer and any omission on
the part of Employer shall not absolve the tenderer of his responsibility of going through the
various clauses in the Tender documents including the specifications and to submit all the
details specifically called for (or implied) in those clauses.
13.2 The tenderer shall furnish an undertaking that he has acquainted himself, in consultation with
Engineer-in-charge, with the overall scope of work, structural schemes, related construction
technique/sequences of construction etc. based on which tender documents have been finalised,
and he has acquired first hand knowledge in this respect.
14
Work Schedule
The tenderer is required to submit along with the Tender a work schedule for the entire work.
The schedule shall be a detailed programme with the dates and methodology showing the
approach to the execution of the work so as to complete the work within the time of completion
stipulated. The detailed programme in the form of a Microsoft Project Management
Software/Primavera shall include all activities from commencement to commissioning.
15
Construction Methodology:
The tenderer shall furnish the detailed construction methodology and construction sequence
proposed to be adopted for the construction of Car & Bus Parking, flyover, roads, drainage,
footpath etc. covering full scope of the work. The construction methodology shall be prepared
considering the site constraints like availability of site in phases and execution of work in
extremely congested locations with heavy traffic. The construction methodology shall have to
ensure the following:
-
Safety of adjacent and overhead structures during and after the construction.
-
To cause least inconvenience to the traffic during construction.
Least environmental pollution during the construction.
The bidder shall also submit construction phasing cum diversion scheme, keeping in view the
site conditions like heavy traffic volume on S.P. Mukherjee Marg. The work shall be carried
out as per construction phasing and diversion scheme approved by Engineer-in-Charge.
16
Activity Chart cum construction schedule:
The stipulated period of completion is 24 months. The bidders have to submit their
construction schedule not exceeding the stipulated period in the form of Microsoft Project
Management Software / Prima Vera, duly related with the approved construction phasing. The
contractor has to submit monthly program and progress report.
A mile stone chart covering start and completion of following activities shall be submitted
along with the Tender:
i)
Mobilization
ii)
Setting up of contractor's compound and batching plant etc.
iii)
Soil Investigations etc.
Detailed Survey and submission of all designs and drawings to proof consultant.
v)
Layout of entire scheme of works and leveling for setting out of works.
vi)
Construction of Underground/At-Surface/Elevated Car & Bus Parking Building(SubActivity Wise).
vii)
Construction of Subway for Pedestrians (Sub-Activity Wise).
viii)
Construction of Flyover/Bridge (Sub-Activity Wise).
ix)
All at level improvement works of Roads, Footpaths & Drainage etc. (Sub-Activity
Wise).
All Miscellaneous works as required for the final completion (Sub-Activity Wise).
x)
17
Material Procurement Schedule
Commensurate with the proposed overall construction plan, the bidder shall prepare and
submit a material procurement schedule. This schedule shall include a list or material including
complete shuttering/staging including all accessories and couplers with total estimated
quantities and their procurement plan on a time scale. Where phased procurement of any
material is envisaged, the bidder shall also furnish the details of quantities in each phase and
the timing of delivery at site.
18
Plants and Equipments
The contractor has to arrange a minimum number of following major plants and equipment in
good working condition required for execution of work al appropriate time.
Sl.
No.
1
Equipment
5
6
7
8
9
Fully automatic computerized concrete
batching and mixing plant as per the
specifications with print outs for admixture,
concrete batching and other items
Transit mixers
Concrete pumps (One stationery and one
Placer boom)
Piling rig (Hydraulic operated rotary type for
bored cast-in-situ piles)
Tippers & dumpers
Poclain (excavator)
Dozer
JCB
Cranes
10
11
12
13
14
15
16
Dewatering pumps
Motor grader
Water tanker with sprinkler
Bar bending and bar cutting machine
Core Cutting Machine
Welding machines
Painting equipments
2
3
4
Capacity
(Minimum)
30 cum/hour
Number
(Minimum)
1
6 cum
30 cum/hour
4
2
1
60cum/hr
160hp
As per site
Requirement
15 & 20 hp
5000 lts
10
1
1
1
1
2
1
2
2
1
2
2
The above list of plants and equipment is not exhaustive and the actual requirement may be
more. The contractor shall also submit the list of other plants and equipment (indicating
number and capacity) such as Trucks, Compressors, Generators, Water Pumps, and gas cutters
etc, proposed to be used during the execution of the work. If the contractor wishes to use lesser
number of equipments, he should justify it by giving detailed program to complete the work
within the stipulated time. However this shall not relieve the contractor of his responsibilities to
complete the work within the stipulated time.
The details in respect of the above mentioned equipments shall be supplied by the
tenderer in the under mentioned pro-forma:
S.
No.
Equipment
Name
No. of units to
be deployed
for the work
Are these
equipment
available with
the agency
If answer to
(4) is ‘yes’,
then its
capacity
Location
where
presently
installed
Number, capacity
and make of
equipment to be
newly purchased /
hired
(1)
(2)
(3)
(4)
(5)
(6)
(7)
All constructional tools, plants and machineries provided by the contractor shall when brought
on to the site, be deemed to be exclusively intended for the construction and completion of the
works and the contractor shall not remove the same or any part thereof from the construction
site, without the consent in writing of the Engineer-in-charge. All T&P and machinery
including formwork mobilized by the contractor for execution of this work shall remain his
property and shall be demobilized and taken away from the site after completion of said
work. All machinery and equipments brought for the work shall be in good working
condition with average age not more than 5 years.
19
Contractor’s Organization for the Project
The bidder will furnish their organization set up along with the list and bio-data of persons to
be deployed at various levels and for various item of work. The contractor shall supply
information on experience and qualification of the key person and an alternate for each
position, both of whom should meet the following minimum experience requirements:
Sl.
No
1
2
Designation
(Principal
Technical /
Technical
Minimum Minimu Nu
Remarks*
Qualificatio
m
m
n of
Experie be
Technical
nce in
r
Representative) Representat
years
ive
Project
Graduate
15
1 Should have completed minimum one
Manager
Engineer
bridge/flyover/underground car parking
work as Project Manager.
Deputy Project
Graduate
12
1 Should have completed minimum one
Sl.
No
3
4
5
6
Designation
(Principal
Technical /
Technical
Minimum Minimu Nu
Remarks*
Qualificatio
m
m
n of
Experie be
Technical
nce in
r
Representative) Representat
years
ive
Manager
Engineer
flyover/underground car parking work.
Project
Engineer/
Asstt. Engineer
Site Engineer/
Jr. Engineer
Concrete
Technologies /
Quality
Engineer
Surveyor
Graduate
Engineer
8
2
BE (Civil)
or Diploma
Graduate
Engineer
2 or 5
4
8
1
Minimum
Diploma
Engineer
8
1
7
Project
Planning /
Billng
Engineer
Graduate
Engineer
6
1
8
AE Mechanical
BE (Mech.)
or Diploma
(Mech.)
5 or 8
1
9
JE(Electrical)
BE or
Diploma
2 or 5
1
For on site supervision of various items
of works and co-ordination with deptt.
site engineers.
For on site supervision of various items
of works.
Should have been in-charge of
Batching Plants, Laboratory for testing
of materials for a flyover/underground
car parking work.
Should have relevant experience in
surveying using total station survey
equipment and preparation of drawing
on Auto-cad.
Should have relevant experience in
Project Planning in M.S. Projects/
Primavera,
estimation,
resource
planning, billing MIS etc. he will
prepare computerized /schedules/Plans,
progress reports, bills for submission to
the department.
Should have relevant experience in the
construction industry as a support
engineer for electrical operation of
machineries and equipments.
Should have relevant experience in the
construction industry as a support
engineer for electrical operation of
machineries and equipments.
** Similar works means construction of underground car parkings/flyovers. The Engineer from
either of these fields must be deputed as per nature of work assigned lo them at site.
The broad details of subordinating supervisory staff, mechanics/electricians, masons, Machine /
crane operators, accounts and administration staff etc. shall also be submitted.
If during the course of execution, the Engineer-in-charge is of the opinion that the deployed
staff is not sufficient or not well experienced; the contractor may be asked to deploy more staff
or better experienced staff at site to complete the work in stipulated time.
20
Contractor’s Design Consultant names to be given: The bidder shall furnish the name of
design consultant to be engaged for this work in the Technical Bid.
The Design consultant / Firm should have their office in Delhi or NCR region and should have
executed/substantially completed the works of providing comprehensive consultancy including
structural design of Flyovers / Bridges/Underground Car Parkings as per the financial criteria
given below. In addition to this, the design consultant firm should also be on the panel of
MoRTH list of approved consultants in the category of bridges vide no. RW/NH34054/1/2006-S&R(B), dated 2nd April 2007.
a) Three works of Rs.28.80 crores.
b) Two works of Rs.36.00 crores.
c) One works of Rs.72.00 crores.
The name of design consultant given in the technical bid shall be binding on the
contractor i.e. later on contractor can not change the consultant without the approval of
the department.However contractor can change the consultant with the approval of the
department. In case of exigencies or due to poor or unsatisfactory performance of the
consultant, Engineer in charge can engage the new consultant at his own as per the above
mentioned requirements, and shall be binding on the contractor including the fee
demanded by the consultant.
21
Tender Amount
21.1
The tenderer is required to quote for the entire work as per tender documents.
21.2
The rates/costs quoted by the tenderer shall be reasonable and not unbalanced. Should the
engineer come across any unbalanced rates/costs, he may require the tenderer to furnish
detailed analysis to justify the same. If after his examination, the Executive Engineer still feels
the rates/costs to be unbalanced he may ask the Tenderer for additional security Deposit or
other safeguards to protect Employer’s interest against financial loss. Should the tenderer fail to
comply with this, his tender shall be liable to be rejected by the Employer, who may award the
Contract to any other tenderer.
21.3
The Tenderer shall keep the contents of this tender and rates quoted by him confidential.
22
Urrencies of the Tender
Tender amount shall be quoted in Indian Rupees only.
23
Tender Validity
23.1
The tender shall remain valid and open for acceptance for a period of 150 days (One Hundred
and Fifty days) from the date of opening of Price Bid.
23.2
In exceptional circumstances, prior to expiry of the original tender validity period, Executive
Engineer may request the tenderers for a specified extension in the period of validity. The
request and the response thereto shall be made in writing or, by telefax. A tenderer may refuse
the request, without forfeiting his tender security. A tenderer agreeing to the request, shall not
be required or permitted to modify his tender but will be required to extend the validity of his
earnest money correspondingly.
24
Earnest Money
The tenderer shall furnish, as earnest money, an amount of Rs 97,00,000/- (Rupees Ninty
Seven Lac Only) out of which Rs. 25,00,000/- (Rupees Twenty Five Lac Only) shall be
deposited in form of pay order/demand draft and balance amount of Rs. 72,00,000/- (Rupees
Seventy Two Lac Only) in the shape of Bank Guarantee.
25
Interest on Earnest Money Deposit
No interest will be payable by the Employer on the earnest money amount cited above.
26
26.1
Format and Signing of Tenders
a)
If the tender is submitted by a proprietary firm, it shall be signed by the proprietor
above his full name and the full name of his firm with its current address.
b)
If the tender is submitted by a firm in partnership, it shall be signed by a partner
holding the Power of Attorney for the firm. A certified copy of the partnership deed
and Power of Attorney shall accompany the tender. Alternatively, it shall be signed
by all the partners.
c)
If the tender is submitted by a limited company or a limited corporation, it shall be
signed by a duly authorized person holding the power of attorney for the firm. A
certified copy of Power of Attorney shall accompany the tender. Such limited
company or corporation may be required to furnish satisfactory evidence of its
existence before the contract is awarded.
26.2
d)
If the tender is submitted by a Joint Venture or consortium of two or more firms, it
shall submit complete information pertaining to each firm in the joint venture or
consortium and state along with the tender as to which one of the following firms
shall have the responsibility of tendering and for completion and due performance
of the contract and also furnish evidence admissible in law in respect of the
authority, assigned to such firm on behalf of the joint venture or consortium for
tendering, completion and evidence pertaining to the participation of each member
of the joint venture or consortium in the tender shall be furnished along with the
tender. All members shall be jointly and severally responsible to the Employer.
Provisions under Sub-clauses 2.1.2 may be referred to in this context.
a)
Entries to be filled in the tender shall be typed or written in indelible ink. Each page
of such document should be signed in full at the bottom by the person submitting
the tender along with the date of signing. Each page of printed documents should be
initiated at the bottom by the person submitting the tender alongwith the date of
initialing.
b)
The person signing/initialing the documents shall be one who is duly authorized in
writing by or for and on behalf of the tenderer and / or by a Statute Attorney of the
Tenderer. Such authority in writing in favour of the person signing the tender and/or
notarially certified copy of Power of Attorney as the case may be shall be enclosed
alongwith the tender.
26.3
The complete tender shall be without alteration, overwriting, interlineations or erasures except
those to accord with instructions issued by the employer or as necessary to correct errors
made by the tenderer. All amendments shall be initialed by the person or persons signing the
tender. There shall be no erasures.
26.4
Special care shall be taken to write the rates in figures and words both and the amount in
figures in such a way that interpolation is not possible. The total amount should be written
both in figures and in words. In case of figures, the word “Rs.” Should be written before the
figure of Rupees and “P” after the decimal figure e.g. Rs. 22.15 P. And in case of words, the
word “Rupees” should precede and the word “Paise” should be written at the end. Unless the
rate is in whole Rupees and followed by the word only. It should invariably be in two decimal
places.
26.5
All witness and sureties shall be persons of status and probity and their full names,
occupations and addresses shall be written below their signature.
D.
27
SUBMISSION OF TENDERS
Sealing and Marking of Tenders
27.1
The tenderer shall follow the procedure as indicated below :
One copy of the documents as listed under Appendix-II for Technical Bid shall be submitted
in Envelop No. 1 duly sealed and marked Technical Bid. The envelop should bear on the
cover the name and address of the tenderer and should be addressed to the Employer duly
subscribing on top the Name of work.
27.2
The Tender and Price Bid only shall be placed in envelop No. 2 and duly sealed and marked
Price Bid in similar manner.
27.3
Both envelop No. 1 & 2 shall then be placed in an outer cover which shall bear the Tender
Number, Name of work and deadline time and date of opening and shall be duly sealed.
27.4
No responsibility will be accepted by the Employer for the misplacement or premature opening
of a tender, not sealed or marked as per aforesaid instructions.
28
Deadline for submission of Tender
28.1
Tenders must be received by the CE V office at the address, time and date specified in the
NIT.
28.2
Tenders may be submitted in person to the CE V Office or sent through post or courier system.
The Employer cannot take any cognizance and shall not be responsible for delay in transit. The
tenders should reach the Employer before the deadline time and date stipulated in NIT.
29
Tenders not submitted in sealed envelope
Tenders sent telegraphically or through other means of transmission (Telex, Telefax etc.)
which cannot be delivered in a sealed envelope shall be treated as defective, invalid and shall
stand rejected.
30
Late Tenders
Any tender received by the Employer after the deadline prescribed by the Employer for
submission of tender in NIT herein may be returned unopened to the tenderer.
E.
TENDER OPENING AND EVALUATION
31
Tender Opening
31.1
The Employer or his authorized representative will open the first envelop i.e. Technical Bid in
the presence of tenderers or their duly authorized representatives (having proper authority on
the letter head of the tenderer) who chose to attend at 15.30 Hrs (IST) on date specified in the
NIT. If such nominated date for opening of tender is subsequently declared as a public holiday
by the Employer, the next official working day shall be deemed as the date of opening of
tender. Only the Technical Bid, Envelop No. 1 shall be opened on this appointed day.
31.2
The Tender of any tenderer who has not complied with one or more of the foregoing
instructions may not be considered.
31.3
The Employer/Engineer or his representative will examine the tenders to determine whether
they are complete in all respect, having the requisite Earnest Money and fulfill all the
requirements for Technical Bid as stipulated in Appendix-II of the Tender Document and
documents have been properly signed.
31.4
The tenderer name, the presence or absence of the requisite Earnest Money and such other
details as the Employer or his authorised representative, at his discretion may consider
appropriate will be announced at the time of tender opening.
31.5
The second envelop i.e. the Tender including Price Bid of all tenderers whose technical Bid is
complete in all respect shall be kept intact for further necessary action as per the tender
conditions.
32
Process to be Confidential
32.1
Except the public opening of the tender, information relating to the examination, clarification,
evaluation and comparison of tenders and recommendations concerning the Technical
qualification shall not be disclosed to tenderers or other persons not officially concerned with
such process.
32.2
Any effort by a tenderer to influence the Employer / Engineer in the process of examination,
clarification and evaluation may result in the rejection of the tenderer’s tender.
32.3
The tenderers whose Bids are considered to be technically responsive shall be instructed for
opening the Price Bid on date and time to be fixed by the Engineer-In-Charge. The Price Bids of
tenderers whose technical Bid is found not responsive shall be returned unopened.
32.4
The Price Bids shall be opened in the presence of intending tenderers in a similar manner as the
Technical Bid.
33
Clarification of Tenders
To assist in the examination, evaluation and comparison of tenders, the Engineer/Employer may
ask tenderers individually for clarification of their tenders including breakdown of the prices. The
request for clarification and the response shall be in writing or by telefax or telex but no change
in the price or substance of the tender shall be sought, offered or permitted except as required to
confirm correction of arithmetical errors discovered by the Engineer during the evaluation of
tenders in accordance with tender conditions.
34
Determination of Responsiveness
34.1
Prior to the detailed evaluation of tenders, the Engineer will determine whether each tender is
responsive to the requirements of the tender documents. This shall be done separately at the
state of evaluation of Technical Bid.
34.1
For the purpose of this Clause, a substantially responsive tender is one which conforms to all the
requirements as mentioned in Appendix II of this document, terms, conditions and specifications
of the tender documents without material deviation or reservation. “Deviation” may include
exceptions, exclusions and qualifications. A material deviation or reservation means that affects
in any substantial way the scope, quality, performance or administration of the works to be
undertaken by the tenderer under the contract or that “limits in any substantial way, the
Employer’s right or the tenderers obligations under the contract as provided for in the Tender
documents and/or is of an essential condition, the rectification of which would affect unfairly the
competitive position of other tenderers presenting substantially responsive tenders at reasonable
prices.
34.2
If a tender is not substantially responsive to the requirements of the tender documents or if the
construction method proposed by the tenderer is considered impracticable, it will be rejected by
the Employer, and will not subsequently be permitted to be made responsive by the tenderer by
correction or withdrawal of the non conformity or infirmity. In case a tender is found non
responsive during evaluation of Technical Bid, in that case the Price bid of such tenderers shall
not be opened
34.3
The decision of the Engineer as to which of the tenders are not substantially responsive or have
impractical construction technology shall be final
35
Correction of Errors
35.1
Tenders determined to be substantially responsive will be checked by the Engineer/Employer
for any arithmetical errors in computation and summation. Errors will be corrected by the
Employer/Engineer such that where there is a discrepancy between amounts in figures and in
words, the amount in words will govern.
35.2
If a tenderer does not accept the correction of errors as outlined above, his tender will be
rejected and his earnest money shall be forfeited.
36
Evaluation of Tender
36.1
The Employer / Engineer will evaluate and compare only those tenders determined to be
substantially responsive, based on the requirements of the tender documents.
36.2
The Employer / Engineer will evaluate and compare only those tenders determined to be
substantially responsive, based on the requirements of the tender documents.
36.3
The evaluation by the Employer/Engineer will take into account in addition to the tender
amount the following factors :
a)
Arithmetical errors corrected by the Employer/Engineer in accordance with Clause
35.
b)
Such other factors of administrative nature as the Employer/Engineer may consider
to have a potentially significant impact on contract execution, price and payments,
including the effect of items or unit rates that are unbalanced or unrealistically
provided.
36.4
Other deviation and factors which are in excess of the requirements of the tender documents or
otherwise will result in the accrual of unsolicited benefits to the tenderer, shall not be taken
into account in tender evaluation.
36.5
Price adjustment provisions applicable during the period of execution of the Contract shall not
be taken into account in tender evaluation.
F.
AWARD OF CONTRACT
37 Award Criteria
The department will award the Contract to the Bidder whose Bid has been determined to be
substantially responsive to the requirement of the bidding documents and who has offered the
lowest total cost of the works.
38 Department’s right to accept any Bid and Reject any or all Bids
Not withstanding Clause 39 of this section, the Department reserves the right to accept or reject
any bid and to cancel the bidding process and reject all bids, at any time prior to award of
Contract, without thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders of the grounds for the Department’s action.
39 Notification of Award and signing of Agreement
39.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to
expiration of the period of bid validity by cable, telex or facsimile confirmed by registered letter.
This letter (hereinafter and in the Conditions of Contract called “the Letter of Acceptance”) shall
name the sum which the Employer will pay to the Contractor in consideration of the design,
execution, completion and maintenance of the Works by the Contractor as prescribed by
Contract, (hereinafter and in the Conditions of Contract called “the Tendered Value”).
39.2
The notification of award will constitute the formation of the Contract.
39.3
Notice Inviting Tender shall form a part of the Contract Document. The successful Tenderer /
Contractor, on acceptance of his tender by the Accepting Authority, shall within 15 days from
the date of award of work sign the contract consisting of :a) Complete set of tender documents.
b) Contractor’s offer with all drawings and correspondences.
It will then be signed by the Department and copy sent to the successful Bidder within 28
days following the notification of award of work.
40
Security Deposit
40.1 Total amount of 10% of tendered value will be deducted from running bills as security deposit.
The security deposit (10% of Tendered value) will be refunded to the contractor after the
maintenance period.
40.2 Provided always that no “Security Deposit” amount shall become due nor payable to the
contractor unless all the stipulations of the contract have been fulfilled by the contractor and all
claims and demands made by the employer for and in respect of damage or loss by firm or in
consequence of the works have been finally settled.
41
Maintenance Period
41.1 The maintenance period for the work shall start after the date of completion of project and
duration of maintenance period shall be 12 months (twelve months) except for the items of
Expansion Joints, Bearings, RE Walls, DAC works and Mastic works. The maintenance period
for Expansion Joints, Bearings and RE Walls (if any) shall be 36 months and for DAC & Mastic
work & Water Proofing Works shall be 5 years.
41.2 Refund of Security Deposit (10%) shall be released after the completion of maintenance period
as mentioned above for each item of work i.e. 10% amount of the items of Expansion Joints,
Bearings, RE Walls, shall be released after the period of 36 months and 10% amount of the
items of bituminous work like BM, DAC and Tack Coat, Mastic work & Water Proofing Works
shall be released after the period of 5 years. However, the agency can deposit the bank
guarantee for the release of security deposit deducted from the running bills, for the work of
Expansion Joints, Bearings, RE Walls, BM, DAC, TC , Mastic works & Water Proofing Works
after the passing of initial maintenance period of 12 months and for the rest of periods as
mentioned above
42
Corrupt or Fraudulent Practices
42.1 The Employer will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in question
or in execution and will declare the firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract with MCD and any other agencies.
APPENDIX-I TO INSTRUCTIONS TO BIDDERS
1.
Liquid assets and/or availability of credit facilities is Rs 18.00 Crores
Rupees Eighteen Crores Only. (in words)
2.
Price level of the financial year 2006-07
3.
Escalation factors (for the cost of works executed and financial
figure to a common base value for works completed)
Year before
Multiply factor
One
1.1
Two
1.21
Three
1.33
Four
1.46
Five
1.61
APPENDIX – II TO INSTRUCTIONS TO BIDDERS
TECHNICAL BID (ENVELOP – I)
CHECK LIST OF DOCUMENTS TO BE SUBMITTED IN TECHNICAL BID
S.No.
Documents
1
Power of Attorney for individuals signing on
behalf of Company/Firm, orPower of Attorney in favour of the PartnerIn-charge of Joint Venture/Consortium
2
Earnest Money
3.
General Documents
i)
Copy of original documents related to Registration and
Ownership as well as Constitution and Legal Status of
the Tenderer with detailed information including on
litigation etc. (Form T-I)
ii)
Joint Venture data, Consortium agreement
(Form T-I)
iii)
Financial data and experience record of Tenderer
Particularly experience in execution of similar
Nature of works (Form T II & T III)
iv)
Key Personnel for administration of the Contract
(Form T-IV & T-V)
v)
Plant & Equipment proposed to be deployed
on the project (Form T-VI)
vi)
Work in hand (in Form T-VII)
vii)
Bank Solvency Certificate (in Form T-VIII)
viii)
Undertaking (in form T-IX)
ix)
No dues certificate from D-VAT-2004
4.
Details of quality assurance systems and organization
5.
Tender’s work schedule/activity chart cum construction schedule
6.
Construction methodology
7.
Material procurement schedule
8.
Undertaking
9
Name of Design consultant / Firm
PRICE BID: ENVELOP – II
Price bid to be specified on Pages ………. under Section 7 of this tender document and shall be
submitted in a separate sealed envelop (Marked “II”) along with bidding documents.
FORM T-1
PAGE-1 OF 2
GENERAL INFORMATION AND JOINT VENTURE DATA
Notes :
i)
Attach an attested photocopy of Certificate of Registration and ownership as well as
Constitution and legal status.
ii)
In case of Joint Venture/Consortium, attach an attested photocopy of Agreement indicating
inter-alia distribution among the members/constituents.
1.
Name of Tenderer/Company.
2.
Constitution and Legal Status as applicable.
3.
Names of participating members/constituents.
a)
b)
c)
d)
e)
ENCLOSE SEPARATELY
WITH TENDER LETTER
4.
Address, telephone, Telex, Telefax, Cable Numbers of each Member / constituent
Registered Office
Office for correspondence
a)
b)
c)
d)
e)
ENCLOSE SEPARATELY
WITH TENDER LETTER
FORM T-1
PAGE 2 OF 2
5.
Name of Lead Partner / Constituent in case of joint venture/Consortium.
6.
Distribution of responsibilities among partners/constituents (Among other details specify
the sub-items of works for which each of the partners/constituents would be responsible).
ENCLOSED SEPARATELY WITH TENDER LETTER
7.
Date and place of Joint Venture / Consortium Agreement
(copy of the agreement to be enclosed).
8.
Names and Addresses of Banks to the Joint Venture/ Consortium.
9.
Has black-listing or de-registration action been initiated or taken against the Tenderer by
any Government or Public Sector Undertaking or a private organization during the last 10
years. If yes, give below or in an attached sheet details and their outcome.
10.
Information on current litigation/arbitration which the tenderer is involved (to be given in
the Proforma below)
(Attach extra sheets if required)
Party with whom
Dispute arose and
nature of dispute
1
11.
Cause
Amount involved
Rs. (Millions)
2
3
Present Position and
remarks
4
Names and addresses of Associated Companies to be involved in the project and whether
Parent/Subsidiary/Other.
12.
If the company is subsidiary, what involvement, if any, will the Parent company have in the
project?
13.
Organisation charge showing the company structure, position of Directors and key
personnel.
14.
(In case of Foreign Companies only)
Name & Addresses of any Associate, the Company has in India, knowledgeable in the
procedure of Customs, Immigration etc.
FORM T-II
PAGE 1 OF 1
FINANCIAL DATA
A.
B.
S.No.
Summary of assets, liabilities, profit/loss and turnover on the basis of the “Audited
Financial Statements” of the last five
financial years:Description
1.
Total Assets
2.
Current Assets
Year………..
Year………
Year……….
(Rs. In Crore)
(Rs. In Crore)
(Rs. In Crore)
3.
Total Liabilities
4.
Current Liabilities
5.
Net Worth (1-3)
6.
Working Capital (2-4)
7.
Profit of Loss
8.
Total value of construction done
C.
Financial Resources
1.
Total amount of financial resources and credit line:
(Provide evidence of financial resources; cash in hand lines of credit etc. list them at
Annexure with copies of support documents)
2.
Name, Address, telephone and telefax numbers of Bankers who may provide reference if
required.
3.
Attach copy of audited Financial Statements of the last three financial years as Annexure
Financial Value to be given in crores of Rupees.
FORM T-III
PAGE 1OF 1
LIST OF ALL ON GOING WORKS/CONTRACTS OF CIVIL ENGINEERING NATURE
4.
List all on-going contracts (all existing commitments/on going works).
S.
No.
Name of work/
Value
Contract
(Rs. In
Crores)
1.
2.
3.
Total Under Columns (3) & (5)
Name of
Value of work
*Employer Still to be
Completed
and
(Rs.In Crore)
address
4.
5.
Date of
Scheduled
Commenc
ement
Date of
completion
6.
7.

Employer – Organisation paying for the works.
FORM T-IV
PAGE 1 OF 1
EXPERIENCE RECORD
List of all contracts of similar nature of work executed during the last 5 (Five years) as a prime
contractor
S.No
.
Nature and name of
work with location and
name and address of
*employer as well as
**Engineer
Total Value
(Rs. Crore)
Value of
Contract for
which
contractor
was
responsible
Stipulated
time of
completion
(Years)
Date of Start
/ date of
completion
(Rs. Crore)
1
2
3
4
5(A)
*
Employer – Organisation which paid for the works.
**
Engineer – Supervision Consulting Engineer for the works, if any.
5(B)
FORM T-V
PAGE 1 OF 2
A.
Sector
1
HEAD OFFICE
Names
Age
2
Education
3
-
General Management
-
Administration
-
Design
-
-
Project Management
Quality Assurance
4
Proposed
Total
Relevant
Designation
Experience
Experience
Of
In years
In years
5
(a)
Civil
(b)
Electrical
(c)
Mechanical
(a)
Civil
(b)
Electrical
(c)
Mechanical
(a)
Civil
(b)
Electrical
(c)
Mechanical
6
7
Note :
1.
A summary of the qualifications and work experience of each key staff, to be attached. If
personnel of collaborator are involved, the same may be indicated separately.
2.
Value of similar projects executed by the key personnel proposed for general management
and administration of the contract, within the past five years, should be furnished as a
supplement to this form.
3.
The
design
engineers
(Civil/Electrical/Mechanical)
shall
be
minimum
Graduate
in
Engineering
FORM T-V
PAGE 2 OF 2
RESOURCES PERSONNEL PROPOSED FOR THE PROJECT –
B.
Sector
1
-
SITE
Names
2
Age
Education
3
General Management
Administration
4
Proposed
Total
Relevant
Designation
Experience
Experience
Of
In years
In years
5
6
7
-
-
-
-
Design
Project Management
Site Supervision
Quality Assurance &
Quality audit
(a)
Civil
(b)
Electrical
(c)
Mechanical
(a)
Civil
(b)
Electrical
(c)
Mechanical
(a)
Civil
(b)
Electrical
(c)
Mechanical
(a)
Civil
(b)
Electrical
(c)
Mechanical
Note :
1. A summary of the qualifications and work experience of each key staff, to be attached. If
personnel of collaborator are involved, the same may be indicated separately.
2. Value of similar projects executed by the key personnel proposed for general
management
and administration of the contract, within the past five years, should be furnished as a supplement
to this form.
3. The key personnel for Design and Site Supervision should be minimum Graduate in
Engineering in respective fields.
4. Design Engineer shall be provided by the Contractor at site as and when required by the Engineerin-Charge.
FORM T-VI
PAGE 1 OF 1
PROPOSED SITE ORGANISATION
A.
Site Organisation Chart.
B.
Narrative Description of site organization chart.
C.
Description of relationship between head office and
*
*
Note:
Site Management
Indicate Clearly distribution of authority and responsibility between Head
Office and Site management.
In Site Organisation Chartg ‘indicate clearly for each site the name of personnel
against each position in “Narrative Description of the site organization chart”
indicate the specific area of responsibility of each personnel. These are required so
that the adequacy of Personnel for completing the work within the specified time can
be appreciated.
FORM T-VII
PAGE 1 OF 1
RESOURCES/PLANT AND EQUIPMENT PROPOSED TO BE DEPLOYED ON THIS
PROJECT
S.
No.
Equip
ment
Name
No. of units to
be deployed for
the work
Are these
equipment
available with
the agency
If answer to
(4) is ‘yes’
then its
capacity
Location
where
presently
installed
Number, capacity
and make of
equipment to be
newly purchased /
hired
(1)
2
3
4
5
6
7
A.
CONSTRUCTION EQUIPMENT
a)
b)
Earth Work
Concreting
Batching Plants/ Transit Mixers
c)
d)
e)
f)
g)
h)
Piling equipment*
Dewatering system
Prestressing system
Heavy duty cranes, Tower cranes
Power generating sets (Total KW/Capacity)
All Equipment for Bituminous Work.
B.
TRANSPORTATION EQUIPMENT
C.
LAB TESTING EQUIPMENT
D.
OTHERS
Notes :For items A, B, C & D furnish full details of plants and equipments to be deployed.
Number and type of Plant and Equipments shall be commensurate with the quantum of work and
completion schedule of the project, The tenderer shall indicate through an annexure how
the requirement of Plant and Equipment have been arrived at so that adequacy of the same
for completing the work within the specified time schedule can be appreciated.
FORM T-VIII
PAGE 1 OF 1
BANK SOLVANCY CERTIFICATE
This is to certify that M/s ………………………………………… is a reputed company with a 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
during period.
Signature
Name of Bank Manager
Address of the Bank
FORM T-IX
PAGE 1 OF 1
UNDERTAKING
I, the undersigned do hereby undertake that our firm M/s ______________________________
_______________________________ would invest a minimum cash up to 25% of the value of the
work during implementation of the Contract.
_______________________________________________
(Signed by contractor or an Authorized Officer of the Firm)
_________________
Title of Officer
_______________
Name of Firm
________________
Dated:
MUNICIPAL CORPORATION OF DELHI
OFFICE OF THE EX. ENGINEER (PR.) CITY ZONE
ASAF ALI ROAD CAR PARKING, DELHI
NO. D/EE (PR.) CZ//2007-08
DATED:
Subject: - Publishing of NIT of the project “Improvement to S.P. Mukherjee Marg Corridor.
Find enclosed herewith NIT No. D/EE (PR.) CZ//2007-08/11 dt. 05.10.07 of the project
mentioned above for publications in three daily newspapers on or before 13.10.07 hence it may
kindly be published accordingly under the intimation to this office. The necessary budget is being
sent to your office.
Encl. as above
E.E. (Pr.) CZ
Director (P&I)
Download