Upload
vuongxuyen
View
227
Download
2
Embed Size (px)
Citation preview
T.NO- 8/LT/RETAINING WALL/2011
CONSTRUCTION OF
COUNTERFORT RETAINING WALL
at Lignite Project Tadkeshvar,
Tal: Mandvi,
Dist: Surat.
GUJARAT MINERAL DEVELOP MENT CORPORATION LTD
(A Govt. of Gujarat Enterp rise)
Kha ni j Bhav an, Near Univ ersity Ground, 132 feet Ri ng Vas trapur, A hm edaba d-380
052
Pho ne : (079) 27913200, 27913501 Fax No : (079) 27911540
Email : c iv i [email protected] Website: w ww .gm dcltd.com
NOTICE INVITING ONLINE TENDER
e-TENDER NOTICE
GMDC, inv ites Online e-Tender from reputed contractors for, Construction of Counterfort Retaining Wall around Dump at lignite mines , Tadkeshwar. .
01 Tender No 8/LT/RETAINING WALL/2011
02 Name Of Work / Job Construction of Counter fort Retaining Wall
03 Location At the western side of the mines at Lignite project Tadkeshwar, Tal:Mandvi, Di st: Surat .
04 Tender Fee
[Non refundable]
Rs. 3600/- by Cash/D.D.
DD should be of nationalized Bank or
HDFC/IDBI/ICICI/AXIS Bank only in favour of
’GMDC Ltd’ , payable at Ahmedabad
05 Availability of tender On web site https://gmdc.nprocure.com
06 Total Estimated Cost Rs. 1,54,36,562/-
07 Earnest Money deposit Rs. 1,54,400/- By D.D. of Nationalised or
HDFC/IDBI/ICICI/AXIS Bank only in favour of
’GMDC Ltd’ , payable at Ahmedabad and to be enclosed along with technical bid only , failing which
tender will not be considered as a valid tender
08 Security Deposit 5 % of contract value (including EMD) in form of DD of nationalized bank or HDFC/IDBI/ICICI/AXIS Bank
only in favour of ’GMDC Ltd’ , payable at Ahmedabad , to be submitted on issue of LOI .
09 Retention Money Retention money deposit will be deducted from RA
bills @ 5 % of the value of the contract amount,
which will be released after one month from
completion of the work .
10 Work Completion Time. 2 months
11 Last Date and time for
Downloading of Tender document On or before 30 -5 -2011 up to 18.00 hrs
12 Last date and time for On line submission of tender
DT: 30-5-2011 up to 18.00 hrs
13 Last date for Submission of Tender
fee , EMD and Supporting doc. fo r
Tech. bid during office hours in
Dt: 31-5-2011 up to 18.00 hrs.
person
14 Date and time for opening of Technical bid
Dt: 1-6-2011 at 15.00 Hrs
15 Validity of tender 180 Days
1. The Gujarat Mineral Development Corporation reserves the right to reject any or all the tenders or split the work be tween more than one bidders without assigning any reason thereof.
2. The bidders are required to quote the rate st rictly as per the te rms and conditions mentioned in the Tender document. The conditional tender will not be entertained and shall be liable for outright rejection.
3. A bidder regi ste red either in DGS & D , SSI , NSIC or in the Central/ State Govt. or Central / State
Govt. undertaking i s no t exempted by thi s corporation fo r paying EMD , SD etc. As well as no price preferences over the quoted rate will be considered.
4. Bidders are requested to vi sit the site before quoting the tender. 5. Tender will be considered only of those parties having Provident Fund Number received from
Regional Provident Fund Commissioner’s of fice and permanent Account Number of Income Tax , service tax no. and qualified as per Pre qualification criteria/bid.
6. Tender documents are only available in Electronic form. The bidder should submit all the forms
electronically only. 7. Bidders who wi sh to participate in thi s tender will have to regi ste r on https://gmdc.nprocure.com .
Further bidders who wi sh to participate in online tenders will have to procure Digital Certificate as per information technology Act 2000 using which they can sign their elect ronic bids. Bidder can procure the same from (n) code solution- a divi sion of GNFC Ltd, who are licensed Certifying Authority by Govt. of India and they will assist them in procuring the same at below mentioned address. Bidders who already have a valid Digital certificate need not procure a new Digital Certificate.
(n ) Code Solution , A divi sion of GNFC
301, GNFC Infotower, Bodakdev, Sarkhej- Gandhinagar highway, Ahmedabad- 380 054 Tel: +91 26857316/17/18 Toll Free- 1 -800-233-1-1 Ext: 501, 512, 516, 517 Fax: =91 79 26857321 ,E-mail: [email protected] Mobile: 9327084190 , 98985889652
Manager (Civil)
GUJARAT MINERAL DEVELOPMENT CORPORATION LTD.
(A Govt. of Gujarat Enterpri se)
KHANIJ BHAVAN, 132’ RING ROAD, UNIVERSITY GROUND
VASTRAPUR, AHMEDABAD 380 052
EPABX: 27913200 EXT N. 1712, 1714, 1726 & 1725
TELE-FAX: (079) 2791 154O
INTRODUCTION
TENDER NO. 8/LT/RETAINING WALL /
2011
The ow ner, M/s. Gujarat Mineral Development Corporation Limited, Ahmedabad (hereinafter referred to as Employer or Owner) inv ites e- tenders from experienced and financially sound contractor , who are in the field of Construction work, in tw o bid system part I & II technical Bid/ PQ bid and
Part II Price Bid, at Khanij Bhavan, 132 Ft Ring Road, Nr. University Ground, Vastrapur, Ahmedabad 380 052. Name of Work : Construction of Counterfort Retaining wall around the Dump located at the western si de of the m ine at lignite project Tadkeshawar, Tal Mandvi, Di st: Surat . Work includes following job.
1) Jungle Cutting Cleaning & grumbling road land light jungle etc.
2) Excavation and Earth work fo r embankment from cutting, Rolling and Watering.
3) Construction of Counterfo rt Retaining Wall
4) Construction of Rain Water Drain
The estimated cost of p roposed work is approximately Rs. 1,54,36,562/-- including cost of all materials like cement ,steel , man power, tools , tackles machineries, equipment ,mobilization etc to complete the work in
all respect.
In view of the above and to get resourceful and experienced agencies (Contractors or Bidders), it will be
necessary to get them pre-qualified for the work under refe rence on the basi s of the documents submitted by the contractors as asked by GMDC (Corporation).
With a view to select a competent agency for the subject work under refe rence the Tender Documents are
placed on (n) procure management system. The Tender Documents include Technical Bid / Prequalification Bid. Only the tenders of the tenderers who are qualified in the Technical Bid / Prequalification Bid will be
considered for further evaluation. The tenderers (bidders) a re requested to send all the required documents
as mentioned in the Technical Bid / Prequalification Bid.
If required, inspection vi sit will be made by client for job of similar nature of the work under reference .
Deci sion of the GMDC Management regarding pre- qualification based on the documents fu rni shed by the
bidders contractors will be final and binding to all the bidders and no correspondence will be entertained from any of the bidders in this regard.
The Corporation reserves the right to reject any or all the Technical Bids for pre- qualification without assigning any reasons there of.
The Corporation reserves the right to allot the work in parts to more than one agency whose Technical Bid
is qualified for the work. All decision to award the work will be made by employer.
The Engineer in charge or any other Officer authorized by the Corpora tion is entitled to ask the contractor
to discontinue any work which does not meet the expected and/or specified standards.
The selected tenderer will have to enter into an agreement with the Corporation on a stamp paper of
Rs.100/- to be provided by the selected tenderer in the fo rm approved by the Corporation covering all terms and conditions interalia that are advertised and stated in this tender fo rm and those which may be agreed
upon or modified by both parties during subsequent correspondence / di scussions / negotiations.
Dated Signature & Stamp of the Contractor
Chapter I
INSTRUC TIONS TO THE BIDDERS
Bidders are advised to read the inst ructions, evaluation norms and other te rms and conditions described in
these documents under different Chapters carefully before making their offer. In case of any doubt they
may seek clarification from Manager (Civil) available at the head office of the corporation at Ahmedabad.
T HE TEN D ER & T H E OF F ER : It is a three-bid system. The bid is required to be submitted on line at https://nprocure.com by the
date and time prescribed in the tender notice as under:
Part – I Preliminary Bid - To be submitted online about the details of Tender document fee and EMD.
Part - II Technical Bid - Technical bid documents are to be submitted on line. However, the documents required to
be submitted in support of experience, financial position, status of the bidder, machinery and equipment owned by the bidders etc. as well as tender fee and EMD in the desired form shall be placed in sealed cover super-scribed “TECHNICAL BID, Tender No. , and Name of work”, should be submitted separately at Corporate Office, Ahmedabad before stipulated time.
Part – I II Price-bid
- To be submitted on line before the stipulated time.
Opening of bids
a. e-tendering procedure i s explained in detail in Chapter – I I.
b. Preliminary bids will be opened after verification of receipt of payment towards Tender document fee and EMD. The bidders will able to view it on their computers on date and time notified in tender notice.
c. On verification of the supporting documents, technical qualification of the bidders will be
assessed. The successful bidders will be communicated the date and time of on line opening of price bids by fax or telephone or email . However, all the bidders will be able view the price bids online on their computers.
Corrigendum:
Some times i ssue of Corrigendum may be necessary to clarify doubts rai sed or to make some corrections. All such corrigendum shall be displayed on web site
http:/ /gmdc.nprocure.com only. The bidders are therefore advised to refer to thi s web site from time to time to keep them updated.
CHAPTER- II
e- Tendering ( Online Tendering ) Instruction to Bidders
Further details o f thi s tender a re as under
1.0 Particulars: Tender No. 8/LT/RETAINING WALL/2011 Construction of Counterfort Retaining wall around the dump at lignite mines, Tadkeshwar.
2.0 Dow n loading of Tender Documents
2.1 Bid document will be available on web site up to date shown above
2.2 Bidders wi shes to participate in thi s tender will have get them self regi ste red on web site
https://nprocure.com
3.0 Digital Certificate
3.1 Bidders who wish to participate in on line tenders will have to procure / should have legally
valid digital Certificate as per Info rmation Technology act 2000 using which they can sign their electronic bids.
Bidders can procure the same from any of the license certifying Authority of India or can
contact (n) code solutions- a divi sion of GNFC Ltd, who are licensed certifying Authority
by Govt. Of India
3.2 All bids should be digitally signed, fo r detail s regarding digital signature certificate and
related training involved the below mentioned address should be contacted
(n) Code Solution A div ision of GNFC 301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 Tel: +91 26857316/17/18 Fax: =91 79 26857321 E-mail: [email protected] t Mobile: 9327084190 , 98985889652
3.3 Bidders who al ready have a valid Digital certificate need not procure a new digital
certificate .
4.0 On line Submission of Technical & Price Bid
4.1 Bidders can prepare & edit their offers number of times before tender submission date & time. After tender submission date & time , bidder can not edit thei r offe r submitted in any
case. No written or online request in this regard shall be granted.
4.2 Tenderer shall submit their offe r , i.e Technical bid as well as Price bid in Elect ronic fo rmat on above mentioned website & date shown above after Digitally signing the same.
4.3 Offers submitted without digitally signed will not be accepted
4.4 Offers in physical form w ill not be accepted in any case
5.0 Submission of Tender Fees and other Documents
5.1 Tender fee: Rs.3600 / --(Rupees Three thousand si x hundred only) by Cash or DD in
favour of ’GMDC Ltd ’ payable at Ahmedabad f rom any nationalized or
HDFC/IDBI/ICICI/AXIS Bank Only. Demand Draft i ssued after the last date and time of
submission of bids will not be considered or accepted.
5.2 Earnest money deposit: Rs. 1,54,36,562/- (Rs. One Crore Fifty four lakhs thirty six
Thousand Five hundred si xty two Only) by DD in favour of ’ GMDC Ltd’ payable at
Ahmedabad from any nationalized or HDFC/IDBI/ICICI/AXIS Bank only. Demand Draft issued afte r the last date of submission of bids will not be considered as a valid or
accepted in any case.
5.3 Other documents required to be submitted. However as per PQ crite ria required documents are also required to be submitted .
a. Bank solvency Rs. 25 lacs (i ssued on or after 1.3.2010) of
nationalized/IDBI/ICICI/HDFC/AXIS Bank only
b. Minimum two sati sfactory work completion certificates /work orders of clients of
similar nature, out of one certificate having single value of work Rs.1.5 crore in single year during the last five years.
c. Regi stration in ‘AA’ class , in Building category with state PWD
5.4 Bidder shall have to submit D D for Tender fee, EMD and other documents as mentioned above in physical form so as to reach on date shown above, during office hours to
Manager(Civil), Civil Department, GMDC Lim ited ‘Khanij Bhavan ’ , 132’Ft ring road, Nr.
University Ground, Vastrapur, Ahmedabad- 380 052 in person only .
5.5 Bidder has to submit the document as said in 5.4 above and no other condition in any
form shall be considered at all, at the time of evaluation of the tender, i.e. the bidder shall
have to submit unconditional offer without differing from any of the tender condition.
6.0 Opening of Tender
6.1 Opening of bid documents will be held on Date & time shown above in the office of
GMDC Ltd, Manager(Civil), Civil Department, at ‘Khanij Bhavan’ , 132’Ft ring road, Nr.
University Ground, Vastrapur, Ahmedabad- 380 052 .
6.2 After successful completion of Technical Evaluation, price bid of only those bidders would be opened online who are found to be substantially responsive
7.0 Contacting Officer
7.1 Further details / clarification , if any required, will be available from Manager(Civil), GMDC
Ltd, , Civil Department, at ‘Khanij Bhavan’, 132’Ft ring road, Nr. University Ground,
Vastrapur, Ahmedabad- 380 052
Ph no. 079- 2791 3200
7.2 In case bidder needs any clarification /assistance or if training required for participating in online tender , they can contact at following office
(n) Code Solution A div ision of GNFC 301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 Tel: +91 26857316/17/18, Fax: =91 79 26857321 E-mail: [email protected] t Mobile: 9327084190 , 98985889652
8.0 General Instructions:
8.1 The fees fo r on line tender document will not be refunded under any circum stances
8.2 EMD in the form specified in tender document only shall be accepted.
8.3 Tenders without Tender document fees, earnest money deposit (EMD) and which do not
fulfils all or any of the condition or submitted in complete in any respect will be rejected.
8.4 Tenderer approved either by the Central/ State Govt. o r Central / State Govt. undertaking is not exempted by thi s corporation for paying EMD , SD etc.
8.5 Conditional tender shall not be accepted.
8.6 This tender notice shall form a part of tender document
8.7 Tenderers are advised to read carefully the “Instruction fo r Tenderer” and :eligibility criteria” contained in the tender document s
8.8 The Internet site address fo r E-Tender is www.nprocure.com
8.9 Free training camp for bidders will be organized on every Saturday be tween 1.0 to 5.00
p.m. at (n) code solution, A division of GNFC , 301, GNFC Infotower , Bodakdev, Ahmedabad – 380 054 . Bidders are requested to take the benefit of the same.
8.10 The Corporation reserves the right to reject any or all the tenders or split the work
between more than one bidders without assigning any reason thereof. .
8.11 Tenderer is requested to quote rates as per the terms and conditions mentioned in the
Tender Document Part I and Part II. Tender submitted for part items will not be considered
and will be rejected.
8.12 Tenderer has to do thi s work strictly according to the drawings and specifications
provided by GMDC and which together with general conditions, technical specifications,
bills of quantities and contract agreement , will be called “ Documents of Contract
8.13 The selected Tenderer shall enter in to an agreement with the corporation, on a stamp
paper of Rs. 100/- which will be provided by the selected Tenderer, in the fo rm approved
by the corporation covering all terms and conditions .
CHAPTER- III
Check List Of Documents Enclosed With Tender
Sr. No. Particulars Declaration (Stri ke out
whichever is not applicable)
1 Check li st of documents in the prescribed proforma, Yes / No
2. Earnest Money deposit paid for the value as indicated in
Notice Inviting Tender, Yes / No
3. Formats enclosed-dully filled in and signed along with all required enclosures , complete as per Inst ruction to bidder
4 Documents /details as per Status of the Bidder, with
documentary proof Yes / No
FORM ‘A’
STRUCTURE AND ORGANIZATION
1 Name And Address o f the
company
2 Telephone No.
Mobile no
Telex No.
Fax No.
E mail ID, Website
3 Name of concern person
4 Description of
Company/whether Individual /
Partner ship/ Lim ited Co./Pvt ltd
or any other
5 Documentary evidence for sr
no- 4 above
6 No. Of Year Experience in
construction field.
7 Name and address of the
Bankers : -
8 Income tax PAN Regi stra tion No
Copy [Copy to be enclosed]
9 You will have to submit
regi st ration certificate as per
statutory requirement under contract labour laws ( for the
subject work . (If you have a
copy of such certificate fo r executed work in past to be
submitted)
Yes/No
10 Whether enlisted as approved Contractor with GOG / Public
Under taking /SEB / others if so please furni sh details and copy
of certificate in separate sheet
Yes/ No
11 Tax No. details.
VAT [State Sales Tax] No
Central Sales Tax C.S.T No
Service Tax No.
12 Provident Fund Regi stration Number – Copy attached
Yes/ No
13 Penalty Clause - Accepted
Penalty fo r the work delayed /non completion/ non
performance of the works will be imposed as mentioned in
Technical bid-I –
Yes/No
14 Prices/Charges- Accepted
Prices / charges should be firm and fixed. Quoted price included
mobilization, de mobilization ,all man power, machineries, tools,
tackles , required material ,
safety measures, PF
contribution, , all taxes, service tax , VAT etc. .
No price increase will be
allowed during tenure of contract due to any reason.
Yes/No
15 Payment Term s – Accepted Yes/No
16 I. T. and other taxes Deduction.-
Agree
Taxes will be deducted as per
prevailing Government rules from the monthly bill
Yes/No
17 Validity of offer –Accepted Yes/ No
18 Work completion period as per price schedule- accepted
Yes/ No
19 Deviation sheet attached
Deviation sheet to be attached by the bidder mentioning any
deviation in technical &
commercial . If there i s no
deviation then with ,No deviation
sheet ,submitted on letter head of the bidders
Yes/ No
20 Declaration sheet - Attached
Declaration in prescribed fo rmat
on letter head of the bidder
Yes/No
21 Whether bidder should agree to
depute and put machinery , man
power and other tool s and
tackles to execute the subject work as per planning mentioning
in the Annexure I
Yes/No
Note :- The above necessary info rmation shall be supported with necessary documents otherwi se the same
shall be treated as null and void.
FORM ‘B’
FINANCIALSTATEMENT :
[To be given separately for each partner of Joint Venture / Consortium]
1 Name of firm
2
Capital
a) Authori sed
b) Issued & Paid up
3 Attach audited balance sheet & Profit &
Loss statement for the past 05(five)Year
4 Financial Position
(Exact amount in Rupees To be stated)
(a) Cash
(b) (i) Fixed Assets
(ii)Liquid of movable assets
(c ) Current Liability
(d) Working Capital
(i) Share Capital
(ii) Partner's Capital
(iii) Deposit
(e) Net worth (Excess at current liabilities over liquid or movable assets)
5 Total Liability
(a) Current Ratio:-
Current assets to Current liabilities
(b) Acid test Ration : -
Cash, Temporary investment held in lieu of
cash ¤t receivable to current
liabilities
( c ) Total Liabilities :-
Net Worth
6 Net profit before tax
(a) Current period (2010-2011)
(b) During the last Financial year
(2009-10)
(c) During the course of the four
financial years
(d)Previous financial years
The profit and Loss Statement have been
certified. Through by
7 Applicant’s financial arrangement
for proposed works (exact amount in Rupees to be
mentioned)
(a)Own resources Rs.
(b )Bank Credits Rs.
( c) Other (Specify)Rs.
8 Certificate of financial
soundness f rom bankers of applicants together with their
full address.
9 Approximate value of works in hand : Rs.
10 Bidders should have to submit the registration hav ing w ith State R & B dept /CPWD/ Electr ical Board/Railw ay with Minimu m ’AA ’ class or hav ing registration of special category.
11 Latest copy of [ not later than one year) solvency certif icate for amount not less than Rs.25 lacs of any Nationalized or IDBI/ICICI/HDFC/AXIS Bank only .
Name of Bankers
Full Address:
Phone Nos.
Fax No.
12 Turn over /profit during last five
years certified by charted
Accountant
Bidder should have minimum annual
turn over of Rs. 800 lakhs for any
two year of last five years.
Year
2009-10
2008-09
2007-08
2006-07
2005-06
Turn over in
RS.
Profit
after Tax
In Rs.
13 Name of the company for
whom work carried out during
last five years with copy of
orders and satisfactory job
completion certificate.
Minimum two satisfactory work
complet ion certificate of clients /work
order , out of one certificate /work order
having single value of work Rs. 1.5 crore
in single year during the last five years.
Sr.n
o
Name of clients / Nature of
work
Work
Order No
Date of
commencement
& date of
completion
Value in
Rs.
Note: Information asked against each item to be carefully filled in, more preference to balance sheet in reply to above points is acceptable
1. The above details supported by last financial year Balance sheet / Profit &Loss account etc. must be
audited by the charted accountant.
2. The above information shall be supported with necessary documents otherwi se, the same shall be
treated as null & void.
3. Certified copies of actual audit report by Chartered Accountant for the financial year 2005-06 to
2009-10 shall have to be attached.
4. Details of actual turnover last five years must be notarised by notary office.
FORM ‘C’
PERSONNEL
DETAILS OF PERSONNEL WITH THE APPLICANT
Name of the Appl icant :
S.No. Description On Applicants Pay Roll
1. Project Manager
2. Material and Quality Control Engineer
3. Works Manager (Main Civil works)
4. Number of Engineering Gradates a) Design b) ConstructionSupervi sion
5. Number of administrative grades
6. Number of Skilled employees
7. Number of Unskilled employees
8. Please indicate whether design, wherever required as per conditions of bid, will be carried out in house or with the help of consultants.
9
If in house, please indicate the details of designs carried out over the last few years. If to be done by back – up consultants please give the data such as name of company, key personal and professional qualification, present position, total experience number of engineering staff under each category of specification and details of work executed.
10 No. of Carpenters/Bar Bender
11 No. of Bar Bender
12 No. of Concrete fo reman
Please indicate whether sub soil investigation as requi red under condition of contract will be carried out in house or with help of other agency.
NOTE :
Availability for this work , a Project Manager having in Degree in Civil Engineering having appropriate years of experience and a Material and Quality Control Engineer having Degree in Civil Engineering with
appropriate years of experience of sim ilar work and experience o f materials testing and quality control.
If in house please detail of sub soil investigation carried out over the past few year.If sub soil investigation is to be done thorough private agency give data such as name of thorough private agency give data such as
name of agency, key personnel, professional qualification present position total experience and details of works executed over last five years.
FO
RM
‘D
’
PL
AN
T &
EQ
UIP
ME
NT P
RO
PO
SE
D T
O B
E D
EP
LO
YE
D B
Y T
HE
AP
PL
ICA
NT
FO
R U
SE
ON
TH
E S
UB
JE
CT
WO
RK
To
tal r
equ
irem
ent
Equ
ipm
ent
h
and
E
qu
ipm
en
t to
be
pro
cure
d
Sr.
No
. N
am
e o
f e
quip
me
nt
No
. of
unit
s fo
r th
e
Pro
ject
Kin
d a
nd
ma
ke
Cap
aci
ty
No
. of
ea
ch
Ye
ar o
f M
anu
. &
Pre
sen
t co
nd
itio
n
Nam
e o
f ow
ne
r N
o.
of
each
Ca
paci
ty
Th
rou
gh
purc
hase
/
Lea
se
1
Exc
ava
tor
Cum
Lo
ade
r 2
No
s.
No
rma
l
2
Tip
per
/ D
um
pe
r /
Tru
ck
10 N
os.
3
Ge
ne
rato
r fo
r w
orks
1
No
.
25 K
VA
5
Tan
dom
/ V
ibra
tory
Ro
ller
(8-1
0 M
.T.)
1
6
Wat
er T
an
ker
1
7
J.C
.B.
(Fo
r H
ot
Mix
Pla
nt)
1
8
Mix
er M
ach
ine
wit
h c
apa
city
4
9
Nee
dle
vib
rato
r/ s
cre
ed
Vib
rato
r w
ith
siz
e
6
11
Ste
el f
orm
wo
rk &
pla
tes
200
SQ
MT
12
Wei
ght
bat
ch m
ix
1
13
Cub
e m
oul
d
2se
t
14
(a)
TE
ST
ING
F
AC
ILT
Y-
com
pre
ssiv
e te
st m
ach
ine
14(b
) S
lum
p te
st
14(c
) S
ieve
an
aly
sis
15
Lev
el a
nd
theo
dol
ite
1
no
ea
ch
Note
:-
1.
The
ab
ove
in
form
ati
on m
ay
be
furn
ish
ed f
or
ea
ch m
ach
iner
y a
nd
eq
uip
me
nt l
iste
d h
ere
wit
h.
2.
The
loc
atio
n o
f m
ach
ine
ry s
hou
ld b
e fu
rnis
hed
in d
eta
il i.
e. [
i] S
ite
of
wo
rk [
ii] O
wn
wo
rksh
op
[iii]
Oth
er
pla
ces.
3.
The
do
cum
ent
reg
ard
ing
ow
ne
rsh
ip o
f m
ach
ine
ry /e
qui
pm
en
t etc
, an
d a
ttest
ed c
op
ies
of p
urc
ha
se a
gre
em
en
t if
any
mu
st b
e e
ncl
ose
d.
4.
De
scrib
e th
e fa
bric
atio
n a
nd
wo
rksh
op
faci
litie
s [a
] to
be
se
t up
site
[b]
to
be
su
b c
ont
ract
ed
loca
lly.
5.
The
ab
ove
in
form
atio
n s
hall
be
su
ppo
rted
wit
h n
ece
ssar
y do
cum
ent
s ot
her
wis
e t
he s
ame
shal
l b
e tr
eate
d a
s n
ull
& v
oid
. If
lea
sed
ind
ica
te th
e d
ate
whe
n
the
curr
ent
lea
se e
xpir
es.
6.
The
Ag
enc
y ca
n h
ire
the
mac
hin
eri
es
for
from
the
oth
er
sou
rce
s an
d p
rope
r w
ritte
n p
roof
sho
uld
be
subm
itte
d fo
r th
e s
am
e.
Sig
natu
re o
f B
idd
er
SC
HE
DU
LE
‘E’
EX
PE
RIE
NC
E A
LL
PR
OJ
EC
TS
IN
PR
OG
RE
SS
Giv
e in
form
atio
n a
bou
t re
leva
nt
pro
ject
s in
pro
gre
ss i
ncl
ud
ing
the
co
mp
any
has
rec
eiv
ed
a l
ette
r of
int
en
t bu
t a f
orm
al
con
trac
t ha
s n
ot y
et
bee
n a
wa
rde
d.
Em
plo
yer
En
gin
ee
r R
esp
on
sibl
e
for
supe
rvis
ion
Loc
ati
on &
D
esc
ript
ion
of w
ork
s
Va
lue
of
Co
ntra
ct
Co
st o
f w
ork
e
xecu
ted
as
on t
he
dat
e o
f th
is b
id
Rem
ain
ing
wo
rk to
be
exe
cute
d a
s o
n th
e da
te o
f th
is b
id
Pe
rce
nta
ge
of
Pra
ctic
al
Co
mp
leti
on
Dat
e o
f w
ork
ord
er
Stip
ula
ted
date
of
Co
mp
leti
on
of w
ork
Like
ly d
ate
of
Co
mp
leti
on
Re
aso
n fo
r S
low
P
rog
ress
if
any
.
1 2
3
4
5
6 7
8 9
10
11
Note
:-
1)
Att
est
ed
cop
ies
of
the
late
st c
ert
ifica
te f
rom
th
e E
mp
loye
rs w
ith o
ffic
e se
al
& o
ffice
ou
two
rk n
os.
wit
h d
ate
ma
y be
att
ach
ed
. In
ca
se o
f p
riva
te w
ork
suff
icie
nt a
uth
enti
c p
roo
f of
wo
rk d
on
e a
lon
g w
ith
de
tail
s o
f fin
anc
ial t
rans
act
ion
ha
ve t
o b
e fu
rnis
hed
an
d li
st to
be
not
ari
sed
.
2)
No
n d
iscl
osu
re o
f an
y fo
rma
tion
in t
he S
che
dule
wil
l re
sult
in d
isq
ual
ifie
d o
f th
e b
idd
er
3)
Th
is s
che
dul
e s
ha
ll to
be
att
est
ed
by
no
tary
off
ice
.
Sig
natu
re o
f B
idd
er
SC
HE
DU
LE
‘F’
EX
PE
RIE
NC
E R
EL
EV
AN
T (
RC
C W
OR
KS
) P
RO
JE
CTS
CO
MP
LE
TE
D
Ple
ase
fu
rnis
hed
info
rmat
ion
abo
ut
rele
vant
pro
ject
co
mpl
ete
d o
ver
the
last
five
ye
ars
Na
me
of
Em
plo
yer
Na
me
of
loca
tio
n &
ty
pe o
f w
ork
Na
me
of
En
gin
eer
resp
on
sib
le f
or
sup
erv
isio
n
Acc
ept
ed
Co
ntr
act
pric
e
and
Da
te (
Rs.
in
lac
s)
Fin
al v
alu
e a
s p
er b
ill
pre
pa
red
by
the
em
plo
yer
Add
itio
nal
am
oun
t re
lea
sed
if a
ny
thro
ugh
cou
rt c
laim
s o
r by
aw
ard
on
arb
itra
te
Pe
rce
nta
ge
par
tici
pa
tes
of
com
pa
ny i
n
Pro
ject
Wa
s C
on
tra
ct
sati
sfa
cto
ry
com
ple
ted
incl
ud
ing
tim
e
1
2
3
4
5 6
7
8
No
te :
-
1)
Att
est
ed
cop
ies
of
the
late
st c
ert
ifica
te f
rom
the
Em
plo
yers
may
be
atta
che
d In
Ca
se o
f P
riv
ate
wo
rk.
Su
ffic
ient
aut
he
ntic
pro
of o
f w
ork
do
ne
alo
ng
wit
h d
eta
ils
of
fina
ncia
l tr
ansa
ctio
ns
have
to
furn
ish
ed a
nd l
ist
to b
e n
ota
rise
d.
2)
No
n d
iscl
osu
re o
f an
y fo
rma
tion
in t
he S
che
dule
wil
l re
sult
in d
isq
ual
ific
ati
on o
f th
e b
idd
er
Sig
natu
re o
f B
idd
er
- : DETAILS OF LITIGATION :-
Name of applicant / or parties:
Applicant should provide information on any History of litigation or arbitration resulting from contracts
executed in last five years or currently under execution :
Years Award for / o r against applicant
Name of client Cause of litigation & mater of dispute.
Di sputed Amount in Rupees.
NOTE :-
[1] The above information shall be supported with necessary documents otherwise the same shall
be treated as null & void.
[2] If the information to be furnished in this schedule will not be given & come to the notice
subsequently will result in disqualification of bidder.
Signature of Applicant
C O N T R A C T
SCHEDULE: ‘G’
- : ADDITIONAL INFORMATION: -
(The applicant can add here any further information relevant to the evaluation of their pre-qualification bid)
NOTE :- The above information shall be supported with necessary documents otherwise the same
shall be treated as null & void.
Signature of Applicant
Schedule – I
(FORM NO. 3 A)
Referred to in Rules No.5 to (b ) (II)
DETAILS OF SIMILAR WORK COMPLETED
1 Name of Contractor :
2 Name of work :
3 Estimated cost of work put to tender :
4 Revi sed Estimated cost :
5 Tender Amount :
6 Date of starting the work :
7 Date of completion of the work :
(As per contract agreement)
8 Actual date of completion of work :
9 Amount of Completed work done :
Sr. No.
Main Component of work Qty. Executed Amount Rs. in lacs
I Earth work II RCC
10 State whether the details as above : given by the contractor are correct
if not state as to what i s the correct information
11 State whether the contractor has
executed the work in progress Satisfactory as per specification if not
give the correct position of the work :
12 Period rate & amount of compensation if levied :
13 Period of extension granted if any : 14 Reason for delay in granted if any : 15 Any other remarks : Particulars of work completed Date: Manager Civil, GMDC
Form No.3A to be notarized
SCHEDULE-J
BANK GUARANTEE
Where as M/s __________________________________________________________ (hereinafter called
the Tenderer) i s desirous and preferred to tender fo r works in accordance with the terms and conditions of
tender fo r the work of ___________________________________________________ and where as
We Bank, agree to give the tenderer a guarantee for the Earnest Money.
1. Therefore, we hereby affirm that we are guarantors on behalf of the Tenderer up to total rupees
_________________________________________________________________(in words)
Rs. __________________________________________________________ (in figures) and we
undertake to pay to Manager Civil, Gujarat Mineral Development Corporation. Up to his first
written demand, without demur, without delay and without the necessity of a previous notice of
judicial or administrative procedures and without the necessity to prove to the Bank the defects
or shortcomings or debits of the contractor any sum within the limit of Rs. .
2. We further agree that the Guarantee herein contained, shall remain in full force and e ffect during the
period that would be taken for the acceptance of tender. However, unless a demand of claim
under thi s guarantee i s made on us in writing on or before the (Date to be specified – will not be
less than 180 days from the stipulated date of receiving the tender) we shall be di scharged form
all liabilities under the guarantee thereafter.
3. We undertake not to revoke the guarantee during it currency except with the previous consent of
the Manager Civil, GMDC, Ahmedadbad in writing.
4. We lastly undertake not to revoke the guarantee for any charge in constitution of the Bank.
Date Signature & Seal of
Guarantor
Bank Address
Lab Testing Equipments
(A) For Asphalt work
1. Set of sieves
2. Compacting rods
3. Thermometer
4. Electronic weight balance
5. Marshall stability testing machine with moulds
6. Penetration Test Machine
7. Softening Point Test Machine
8. Viscosity Test Machine
9. Asphalt Extraction Test Machine
10. Impact testing Machine
11. Flakiness & Elongation gauge test machine
12. P.L. & L.L. Value test machine
13. Core cutting Machinery.
14. Ductility testing Machine
15. Strait edge and camber board.
16. Densito Meter
Sr. No. Name of Testing Equipment Minimum Requirement
Equipment with agency
B Fo r Ce me nt & Cement Con cre te (I) Vicat needle apparatus as per IS 269 – 1967 (II) Moulds
(a) 150mm dia x 300mm height cylinder with capping component.
(b) Cubes 150mm and 100 mm size. (c) Cubes 70.7mm for cement mortar
(III) Concrete permeability Apparatus as per the
relevant IS specifications (IV) High f requency mortar cube vibratory fo r cement testing. (V) Concrete mi xer power driven 0.03-m3 capacity. (VI) Variable frequency and amplitude vibrating table size 1 meter x 1 meter as per the relevant British standard. (VII) Flow table as per the relevant IS specifications. (VIII) (a) 2000 Kn (Least count 10 Kn) compression testing machine fo r concrete cube. (b) 500 Kn (Least count 2 Kn) compression testing
machine for cement mortar cube. (IX) Equipment for slump test. (X) Equipment for determination of specific gravity for fine and coarse aggregates per IS 2386 (Part -3) 1963 (XI) Flexural attachments to compression testing machine. (XII) Non deduction concrete cost hummer. (XIII) Needle Vibra tor (XV) Soundness testing operator for cement (X) Round hammer for non distroyer test
1 No. As required As required As required 1 No. 1 No. 1 No. 1 No. 4 Nos. 1 No. 1 No. 2 Nos. 1 No. 1 No. 2 Nos. 1 No. 1 set 1 No.
C for contro l o f p rof i l e & su rfa ce even e rs (1) Total Station (2) Theodolite (3) Precision automatic level (4) Pricision staff (5) Steel taps of road
(a) Steel tape (b) 5 mt long (c) 10 mt long (d) 20 mt long
(e) 30 mt long
1 set 1 set 2 set 3 set
2 set 20 set 2 set 2 set 2 set
FORM OF AGREEMENT
AGREEMENT
This agreement made on the --------2011 bet ween the Gujarat Mineral Development Corporatio (hereinafter cal led “t he Employer” of the one part and M/s (here in af ter called “the Contract or”) of the other part.
AND WHEREAS t he Employer invited bids f rom el igible bidders of the execution of cert ain works, viz.
Construction of Counterfort Retaining Wall, a t Tadkeshw ar
AND WHEREAS pursuant t o the bid submitt ed by the Contract or, v ide lett er dated (here in af ter ref erred t o as t he
“BID” or “ÖFFER”) f or t he execution of works, t he Employer by his letter of accept ance dated accept ed t he of fer submitted by t he Contract or f or the execution and completion of such works and the remedy ing of any def ects
thereon, on terms and condit ions in accordance wit h the documents list ed in para 2 below.
AND WHEREAS the Contractor by a deed of undertaking dated has agreed t o abide by al l the terms of the bid,
including but not limited to t he amount quoted for the execution of Cont ract, as st at ed in t he bid, and also to
comply with such terms and condit ions as may be required f rom time t o time.
AND WHEREAS pursuant t o the bid submitted by the Cont ract or v ide -- (hereinaf ter referred t o as t he “t he Off er”), the employer has by his lett er of accept ance no. -- accept ed t he of fer submitted by the Cont ractor for t he
execution and completion of such works and the remedy ing of any defects therein, on t erms and conditions in accordance in the conditions of particular application and condit ion included hereinafter;
AND WHEREAS the contract or has agreed to undert ake such works and has f urnished a perf ormance security
pursuant to c lause 35 of the inst ructions to bidders (Sect ion-I).
NOW THI S AGREEMENT WITNESSETH as fol lows:
1. In this agreement works and express ions shall have the same meanings as are respect ively assigned t o them in t he conditions of contract hereinaf ter ref erred t o;
2. the f ollowing documents shall be deemed t o form and be read and const ruct ed as part of this agreement v iz.
(a) Agreement, (b) Letter of accept ance no. (c) Contractor's Bid, (d) Contract Data,
(e) Condit ions of Contract including Spec ial Conditions of Contract (f ) Specif icat ions, (g) Bi ll of Quantit ies, (h) Perf ormance Security v ide --------------------------------------------------------------------------- (i) Nomination of and aut horised signat ory.
3. The f oregoing documents shal l be constructed as complementary and mutually explanatory one with anot her. Should any ambiguities or discrepancy be not ed then t he order of precedence of these documents shall subject t o t he condit ion of particular applicat ions be as l ist ed above.
4. In considerat ion of the payments t o be made by the Employer t o the Contractor as hereinaf ter ment ioned, the Cont ractor hereby covenants wit h t he Employer to execut e and complete the works and remedy any defects therein in conf ormity in al l respect with t he prov isions of the contract.
5. the employer hereby covenants t o pay the cont ractor in considerat ion of the execution and complet ion of
the works and t he remedying of def ects therein the cont ract price or such other sum as may become
payable under the provis ions of the cont ract at the times and in t he manner prescribed by the contract.
IN WITNESS WHEREOF the parties here to have caused t his agreement to be executed the day and year f irst
bef ore writt en.
For and on behalf of For and on behalf of
Gujarat Mineral Development Corporation Ltd Contract or
Stamp Stamp
Witness: Witness:
1) Signature____________________________ 1) Signat ure
2) Name & Designation _____________________________ 2) Name & Designat ion
CHAPTER- IV
GENERAL INSTRUCTIONS TO THE BIDDERS
1. Any conditional Tender will not be entertained and will be rejected.
2. Bidders are advi sed to vi sit the site to study the actual working conditions, before submitting its offer.
3. Su cce ssful Te ndere r i s re quire d to insure the wh ole work an d their perso nn el und er Wo rkma n Co mp ensation Act ag ain st an y a ccid ent, min or an d majo r i nju ries arisin g o ut o f the work si tuation . GM DC will n ot p ay any cha rg es ag ain st the sa me.
4. The su cce ssful Ten derer sh all have to star t the work wi thin perio d o f 15 da ys fr o m th e d ate o f L etter of In ten t. In
ca se o f n on-co mplian ce with the ab ove co nditi on , th e a ctio n ma y be take n.
5. The co ntra ct shall be i tem rate co ntra ct. The rate q uo te d i s in clusi ve o f all l ab our and ma ter ial r eq uired for the Jo b.
6. Tenderers are expe cted to quo te co mp e ti ti ve an d workable rate s .
7. The S cop e o f wo rk un der thi s Te nder i s “ providing an d la ying /fi xin g “ the material s. In the even t o f missin g o f
ab ove phra se in the de scrip ti on o f sch edule o f quan ti ti e s will n ot me an tha t ma te rial s will be su ppl ie d b y GMDC an d Tende rer has to d eplo y only la borers fo r co mple ting th e work.
8. Qu an ti ty men tion ed in sch edule o f qua ntities again st e ach ite m i s only for guidan ce to qu o te the rate an d no
claim wil l be en tertaine d on either in crea se or de crea se in th e q uantity.
9. Yo u h a ve to make yo ur o wn arran geme nt for water an d ele ctri ci ty fo r co nstru cti on work. If wate r a nd Electri city wi ll b e sup plied b y GMDC a t o ne poin t tha n cha rge s will be reco vered a t th e ra te o f 1 % and 0.5 % o f co st o f bil l a moun t respe ctivel y .
10. No escala ti on in pr i ce / rate will be all o wed on a ny grou nd. E ve n if there i s a de la y i n co mpletion of the work due
to cli en t, th en e xte nsion in time limit ma y b e grante d with an e xpli ci t un derstan ding tha t no pri ce e scala ti on wil l be paid . Ho we ver , in a n y ca se no claim i s e ntitle d for id le machinery an d ma n po wer .
11. No extra ite m/ Add itio nal work would b e exe cu te d wi th ou t ge ttin g the ap pro val . If th ere ma y be any extra work ,
co ntra ctor ha ve to b ro ught to th e n otice to GMDC we ll in ad van ce with e xpe cted co st of exe cution .
12. In ab sence of detail ed spe ci fi ca tion s, th e work sho uld be ca rried ou t based on ei ther rele van t IS code an d /or fai r en gin eer in g pra cti ce.
13. No mo bili zatio n ad van ce shall b e gi ven by GMDC for th i s contra ct.
14. A ll t h e rat es qu o t ed by t he Ten derer must b e in clusiv e of al l requ ired mat erials, labo u rs, tax es and
d ut ies ap p licabl e like, R o yalt y, Oct roi , t ran sp o rtat ion , sale s tax, Servi ce T ax, Pro f ession al T a x, t urn o ver t ax, load ing , un lo ad ing at sit e et c.
15. Su cce ssful Ten de rer will have to sub mit three cop ies o f d etail ed b ar cha rt in the man ner a s per the Performa
issue d by the clien t , for timely comp le tion o f th e work
16. Tenderer i s re qu ire d to submi t a cop y of PF registra ti on nu mbe r re ce ive d fr o m RPFC o ffice alon g with the te nder , faili ng which th e ten de re r will b e reje cte d su mmarily.
RA b ill must be sub mitted along wi th the n a me s of the lab orers emp lo yed for th e work, sa larie s / payment
mad e to the m, P F co de No . , a moun t of P.F. de ducte d from the sala ry made to the labo urs an d emplo yer’ s con tri bu tion a mou nt depo si ted in RP FC offi ce till th e pre vio u s mon th duly certified b y proje ct o ffice , faili ng which no pa yme n t will be ma de fo r the RA bil l sub mitted b y th e Co n tra ctor .
17. The Te nd erer will have to sub mit ‘NO DE MAND CERTIFICATE’ along wi th the fina l bill of the work, a s per the
Per forma given .
18. Su cce ssful Ten de rer i s suppo sed to enter in to an a gree men t with the corporatio n on a n ap propria te sta mp pa per ( to be p rovided b y the contra ctor) after a ccep ting the Le tte r o f Intent .
19. The q uoted rates should ho ld g ood for working a s p er d rawin gs rela ted fr om time to time .
20. In overall intere st o f wo rk and for be tter co -o rdina tion Eng ineers i n cha rg e ma y a sk the co ntra ctor to stop the
work for time bein g for which n o co mpe nsa tion will be p aid. 21. You will abide by the provi sion of labour laws , contract labour regulations and Abolition act (contract
Act-37 of 1970) pertaining to the employment of the labour and shall get your self register with regional provident fund commissioner and infirm the corporation about the regi st ration number by submitting the copy of the number allotted to you by RPFC . You have to submit the copy of labour license f rom the competent authority for the subject work.
22. You shall be responsible for and shall pay any compensation to your workman payable under the workman’s compensation Act, 1923(VII of 1923) for injuries, cause to the Workman. If such compensation is paid by GMDC as principal under sub-section(1) of section 12 of the said act on behalf of the contractor . It shall be recovered by GMDC from you under section (2) of the said section . You shall pay such amount of compensation on demand , failing which same will be recovered from your running bills .
23. Contractor has to submit month wise labour payment record duly certified by GMDC labour welfare
officer /HR dept, along with RA bill, failing which no payment will be made for the respective RA bill. 24. Roads , passages, approach at work site should be kept clean all the time..Material/machineries’
should be stack/ kept in proper manner so it should not obstruct day to day vehicular traffic . 25. The contractor has to produce bill of the materials use in the execution if ask for by the client or
consultant.
26. Bidders has to erect the Board, mentioning work detail s at work site at hi s own cost .
27. If work is completed as per stipulated time by successful bidder , than additional work may be aw arded at the same rate, terms and condition and specification , if mutually agreed upon.
.
CHAPTER-VII
General Terms And Conditions Of Tender:
1) Prices:
Prices quoted by the tenderer should be firm and no price increase w ill be allow ed to the tenderer during the supply period.
2) Payment Terms and Running Bills:
Invoice/ Bill should be sent in duplicate . [Please mention our LOI/Work Order no in the invoice
without fail]. Original invoice, Measurement Sheet Materials Test Certificates if any should be
sent to project with a copy to head office for reference. The payment procedure will be carried out on original copy only .
MODE OF PAYMENT OF RUNNING BILLS:
The contractor will submit running bill with required all documents for the w ork executed
for the minimum value of Rs 75 lacs Each running bill shall be accom panied with detailed
measurement sheets duly certified by the Engineer In charge or authorized person of
GMDC and Consultant .
Running Bi lls become payable at after deduction as per follow ing and after approval from Management w ithin 30 working days from the date of receipt of the bill at HO , after deducting there from
A Payments shall be released for the work executed in all respects as per BOQ, drawings and specifications .
B Retention money deposit will be deducted f rom RA bills @ 5 % of the value of the bill
amount. C Income Tax, Turn over tax etc. as per the provi sions of respective act f rom time to time. D Security deposit at 5 % of the contract value exceed than tendered value . E. Income tax inclusive of surcharge at the prevailing rate f rom time to time shall be deducted
from the running account bills.
F Works contract tax / sales tax TDS, prevailing from time to time as per rule shall be deducted from the running account bills.
G Cost of any services provided by GMDC and/or material supplied by the GMDC. H RA bill must be submitted along with the names of the employee labours employed for the
work, salaries/payment made to them, PF code No.,amount of P.F. deducted f rom the salary made to the labours and employer’s contribution amount deposited in RPFC against each and copy of challans for the amount deposited in RPFC of fice till the previous month duly certified by project office, failing which no payment will be made for the RA bill submitted by the Contractor.
I Other deduction either statutory or other work reason, if any.
3) Earnest Money Deposit.(EMD) / Security Deposit (SD) / Retention Money
a) The tender must accompany Earnest money deposit of Rs. 1,77,500/- only by demand Draft of Nationalised Bank OR HDFC/ICICI/AXIS/IDBI Bank only or the amount as stated above in favour of Gujarat Mineral Development Corporation Limited, payable at Ahmedabad. Cheque or Bank Guarantee w ill not be accepted.
b) Earnest money deposit paid as above will be refunded to unsuccessful tenderer only
after finalizing of tender.
c) Successful tenderer has to pay full amount of Security Deposit @ 5% of the
contract value including EM D by Demand draft of Nationalised Bank/IDBI/HDFC/AXIS/ICICI within 7 days from the date of issue of LOI. Payment against the work as well as detail work order will be issued only after submission of Security Deposit . I f you fail to pay security deposit within7 days from the date of LOI,
order w ill be deemed to be cancelled and EMD paid by you shall be forfei ted .
d) Earnest Money Security deposit and Retention Money w ill not bear any interest.
e) If successful tenderer does not pay security deposit and does not commence w ork as per tender / LOI/ Work Order E.M.D. paid will be liable to be forfeited by the corporation.
f) Security deposit paid by the successful tenderer shall be liable to be forfeited by the
corporation, if he does not able to carry out the work in accordance with the term s and condition of the tender / LOI/Purchase Order/ Work Order. Thi s will not also prejudice that Corporation will complete the work at your risk and cost.
g) Tender received without E.M.D. Will be outright rejected.
h) No relaxation on EMD/SD for any small-scale industry shall be considered.
i) Security deposit will be refunded with in three months afte r the completion of defect liability period of Twelve Months f rom the date of completion of work, on demand by Contractor.
j) Retention money deposit will be deducted from RA bills @ 5 % of the value of the contract
amount, which will be released afte r one month f rom completion of work .
4) Work Completion time Schedule.
Work Completion time is the essence of the contract and if Completion of Work not made as
stipulated or bidders abunded the work then corporation shall be at liberty to execute the work
at tenderer’s ri sk and cost and if thereby any extra expenditure i s involved, the same shall be
debited to tenderer’s account, If corporation is unable to execute and complete the work from alternate source in time and if corporation suffers any consequential loss, tenderer will have to
bear the same. Corporation in tha t case will forfeit the security deposit and will also have the
right to recover the claim against party for damage incurred
5) Validity.
Validity of the tender should be for 180 days from the date of opening the Price Bid and if
required by the corporation, the tenderer will have to extend the validity for a fu rther period of 30
days.
6) Taxes / VAT/Service Tax.
Taxes should be stated as applicable. All the rates quoted by the Tenderer must be inclusive of
all taxes and duties applicable like , Royalty, Octroi , transportation , labour , sales tax, Service
Tax, Professional Tax, turn over tax, loading, unloading at site
TDS: TDS will be deducted from bi ll amount as per the prevailing Govt. Rules &
regulations.
7) Work Com pletion time Penalty.
The subject work should be completed with in 2 months.
If w ork is not completed as per w ork completion time penalty w ill be levied @ 0.1 % of
contract value per day from the date of delaying the said work up to the maxim um 10 %
of contract value. This w ill not absolve the contractor from the responsibili ty of getting
the balance work done by client at his risk and cost through any other contractor.
8) Loss and Damages:
Any loss or damages or deterioration of the material in transits shall be at the cost of the bidders. It shall be at the discretion of the corporation to reject, damaged or spoiled material, if
so noticed. During the work, if any property of client damaged than book value/ repair cost + 20 % of same should be recovered from bidder .
9) Insurance:
Third party liability and Transits insurance of the consignment/ Insurance of tenderer’s
manpower are to be provided by the tenderer at his cost.
10) Approval:
For the subject tendered work , GMDC deci sion for acceptance or rejection of the Quality Of work will be final and binding on you.
11) Defect Liabili ty Period. :
The subject work should have defects liability period of 12 Months from the date of
completion of work.
12) The corporation al so reserves right to amend, alter, increase or decrease the scope of work and payment will be made accordingly.
13) If tender submitted in contravention of the te rms and conditions stated herein will not be considered.
14) In case of any di spute or difference of opinion in the interpretation of any of the term s and
conditions of thi s tender, the decision of the Managing Director of Corporation shall be final and binding to all.
15) The courts at Ahmedabad in Gujarat state only will have juri sdiction to deal with and decide any legal dispute or contravention between the parties hereto.
16) Statutory Obligations:-
I. That the “Bidder shall obtain licence under the Bombay Shops and Establi shment Act and it
shall pay wages and benefits in accordance with the applicable laws and shall not pay less than as notified by the Government Authorities f rom time to time and shall maintain the employment records
as required under applicable laws.
II. That the Bidder shall get hi s own Licence under Contract Labour (Regulation and Abolition) Act, it shall be binding to get the same renewed from time to time and shall maintain all the records
as per the act.
III. That the Bidder shall be responsible to enroll his employees, deduct, add and deposit in the
relevant accounts the contributions as required under the Employees State Insurance Act, 1952 and the Employees Provident Funds and Miscellaneous Provisions Act 1952 and any other enactment's
covered under the various applicable labour laws as well as maintain all books of records for the
staff and employees deputed by it for thi s contract such as required under any laws applicable. The
Bidder shall also fu rni sh a copy of such statements as documentary proof to the GMDC.
IV. That if the Bidder is not covered under the Employees State Insurance Act, 1952 then it shall be the duty of the Bidder to take appropriate insurance cover under the Workmen
Compensation Act and take Group Personal Accident Policy for all the employees deputed at the
premises of the “First Part”.
V. The Bidder has to issue to the employee's Identity card with their photos and shall also maintain relevant regi ster.
VI. That the Bidder shall give leave/holiday to its workforce as per the provisions of labour laws
applicable.
VII. That the Bidder would comply with all applicable laws and maintain all such necessary
records as necessitated under such enactment's.
VII. In case were the contract period is over or the contract i s terminated by either party the
“Second Part ” shall employ the personnel deployed by it at other place. In case the workmen recruited by the GMDC is not provided work at any other place and are di scharged then all the eligible workmen shall
be paid ret renchment compensation, gratuity, bonus, earned leave and other benefits payable under the
labour laws
On Tenderer’s Letter Head
From: Ref:
Date:
To
Managing Director
Guja rat Mineral Development Corporation Lim ited
[A Government O f Gujarat E nterprise]
‘Khanij Bhavan,
Nr. University Ground, 132 Ft. Ring Road
Vastrapur Ahmedabad 380 052
Sub: Earnest Money Deposit Against TENDER No. 8/LT/RETAINING WALL/2011
Dear Sir,
With reference to above and as per terms and conditions of tender we are sending
Herewith D.D. / Pay Order NO ___________________ Dated ______________Of
____________________________________________ [Name Of Bank and
Branch] Payable at Ahmedabad for Rs. 1,54,36,562/- being the amount of E.M.D.
Kindly acknowledge the stamp receipt.
Thanking You
Yours Faithfully
[Name and Signature]
On Tenderer ’s Lett er Head
D E C L A R A T I O N I
From: Ref:
Date:
To Managing Director Gujarat Mineral Development Corporation Lim ited [A Government Of Gujarat Enterpri se] ‘Khanij Bhavan, Nr. University Ground, 132 Ft. Ring Road Vastrapur Ahmedabad 380 052 Sub: Declaration.
Ref: TENDER No. 8/LT/RETAINING WALL/2011
Dear Sir,
I / We have carefully gone through and clearly understood the tender notice tender terms and conditions and tendered to execute and sati sfactorily complete the whole work st rictly in accordance with the said
Tender.
I/We hereby solemnly declare that none of Our Partners Jointly or Severally or Our Firm / Company /
Associates company have not been Black Li sted by the Central Government or any State Government or
It’s Undertaking.
I/We hereby further declare that, if the above Declaration i s found untrue, G.M.D.C. Ltd., shall be entitled to
take any action against us severally and or individually or our firm / Company, In this regard in any manner
that may deemed fit by G.M.D.C.
Thanking You
Yours Faithfully
[Name and Signature & Stamp]
On Ten derer’s Letter He ad
DECLARATION II
FROM: Date:
To, Managing Director Gujarat Mineral Development Corporation Lim ited [A Government Of Gujarat Enterpri se] ‘Khanij Bhavan, Nr. University Ground, 132 Ft. Ring Road Vastrapur , Ahmedabad 380 052
SUB: TENDER No. 8/LT/RETAINING WALL /2011
Construction of Construction of Construction of Construction of Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area atatatat lignite mines, lignite mines, lignite mines, lignite mines, Tadkeshwar, Tadkeshwar, Tadkeshwar, Tadkeshwar, Dear Sir,
I/we having carefully gone through and clearly understood the preface, Tender notice, details to be furni shed along with technical bid, plans, specifications and conditions of contract for the above mentioned work, do hereby Tender to execute and complete the whole work strictly in accordance with the said plans and specifications and conditions of contract at the rates set out in the priced schedule and quantities attached hereto . I/we a gree to fin i sh th e wh ole work a s per i nstructio ns wi thin Two mo nt h s fro m e xp ir y o f fiftee n da ys fro m the da te o f issue of L etter Of Intent or actual commen cemen t o f the work which e ve r i s ea rli er . I/We have de po si ted as E MD Rs. 1,54 ,40 0/-- by D.D. a lo ng with th e te chn ical bid in yo ur office which a mou nt i s no t to bear an y inte rest and my/our do h ere b y agree tha t thi s su m sh all b e li able to b e fo rfei ted b y the corpo ration a t i ts sole di scre ti on , i n the e ve nt of your accepting my /our Ten der a nd my/o ur fa ilin g to e xe cu te the con tra ct whe n call ed upo n to do so . It is u nd ersto od b y me /u s th a t th e lo we st or any Ten der will not n ece ssa rily be a ccep ted and tha t no rea son sha ll be gi ve n for such no n a ccep tan ce
I/We agree to keep our offe r valid for 180 days or for a fu rther period as would be desired by the corporation, from the date of the opening of the Price bid. We agree to all the terms and conditions of the
technical bid.
Thanking You
Yours Faithfully
[Name and Signature & Stamp]
On Tenderer’s Letter Head
NO DEMAND CERTIFICATE FORMAT
Ref: Date : From:
To
Managing Director Gujarat Mineral Development Corporation Lim ited [A Government Of Gujarat Enterpri se] ‘Khanij Bhavan, Nr. University Ground, 132 Ft. Ring Road Vastrapur Ahmedabad 380 052
SUB: TENDER No. 8/LT/RETAINING WALL /2011
Construction of Construction of Construction of Construction of Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area Counter fort Retaining wall around Dump area atatatat lignite mines, lignite mines, lignite mines, lignite mines,
TadkeshwarTadkeshwarTadkeshwarTadkeshwar
Dear Sir,
We_______________________________________ hereby certify that we have received the paym ent of all our bills in full and final settlement of our claims in respect of e tender no- TENDER No.
8/LT/RETAINING WALL /2011 , Construction of Construction of Construction of Construction of Counter fort RetainiCounter fort RetainiCounter fort RetainiCounter fort Retaining wall around Dump ng wall around Dump ng wall around Dump ng wall around Dump area area area area at at at at lignite mines, Tadkeshwar, lignite mines, Tadkeshwar, lignite mines, Tadkeshwar, lignite mines, Tadkeshwar, The payment re ceived b y us i s in full and fin al se ttle men t of o ur al l th e claims to ward s the amoun t wi th re spe ct to the work und er re ference . Hen ce, we do no t h a ve any outstand ing claim a gain st GMDC for the work unde r re fere n ce . We sh all no t claim any fu rthe r a mou nt fr o m GMDC in future, e ithe r on e wa y o r the other. This cer ti fi cate i s given wi thou t a n y prejudice and in th e pre se n ce of two witne sses. Signa ture & A ddre ss o f Witne sse s ____ ____ __ ____ __ __ __ ___
(1) _ ____ __ ____ ____ Signa ture & S tamp o f the Firm (2)__ __ __ __ ____ __ _
SCHEDULE OF DEVIATIONS
TENDER NO: 8/LT/RETAINING WALL/2011
Bidders shall indicate / bring out all Commercial & Technical deviations , c lause by, c lause in this Schedule, but any commerc ial deviation w ill not be accepted by GMDC . if the Schedule is not submitted duly filled in, the bid w ill be considered as incomplete. (In case of ‘NO DEVIATION’ the Schedule be submitted mentioning ‘NO DEVIATION’).. If nothing is mentioned than it w ill be cons idered that bidders have “no dev iation”
Commercial Deviations For:-
Sr. Clause No. Dev iation Justification
No
Technical Dev iations For:-
Sr Clause No Deviation Justification
No
The tenderer hereby certify that there is no technical &commerc ial deviation from the purchaser’s spec ification.
Na me of firm: ------------------------
Signature of Bidder: -----------------------
Na me of Bidder: ------------------------
Date: -------------------------
Seal of the Company
CRITERIA FOR PREQUALIFICATION
1 GMDC will evolve a suitable methodology for making assessment of the suitability of the
firm who have applied for pre-qualification which also include the following items.
(A) To quali fied, Each bidder in its name should have in the last 5 Financial Years;
i.e. 2005-06 to 2009-10.
(i) Annual turn over of any two years of last five financial years i.e. 2005-
06 to 2010-11. shall be more than Rs. 800.00 Lacs Successful
experience as prime contractor in completing at least one single
similar works of the value of Rs 150.00 lacs of construction work
during last Five financial year i.e. 2006-07 to 2010-11 to the last date
of submission of bid.
To prequalify Contractor should executed single RCC work in last five
years, with following requirements
• 1500 cum of concrete • 150 MT reinforcement • 200 sqmt of formwork
(ii) The available bid capacity fo r thi s work will be calculated as under
Assessed available Bid Capacity = (A x N x 1.5 –B). WHERE
A= Max. Value of civil engineering works executed in any year
during the last five year (update 2009-10 price level) taking into
account the complete as well as work in progress.
N= No. of years prescribed for completion of the works fo r which
Bids are invited.
B= Value of exi sting commitments and date o f tender uploading
on going works to be completed during the next 15 (Fifteen)
Months. (Period of completion of works fo r which bids are
invited) As mentioned in Schedule-E
Note: The statements showing the value of exi sting commitments & on-going works as well as the
stipulated period of completion remaining for each of the works listed should be
countersigned by the Engineer in charge, not below the rank of Manager Civil of equivalent
and statement to be notori sed.Even though the bidders meet the above qualifying criteria they
all subject to be disqualified if they have made misleading or false representations in the
form s statements and attachments submitted in proof of the qualification requirements and /
or record o f poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, o r financial failure etc.
(f) The Pre Qualification process shall be carried out and then depending upon bid.
(ii) Capacity, eligibility for thi s works shall be decided.
The Project will be governed as per the relevant Indian act in force from time to time. All works will
be conform ing to the Indian Standards or other equivalent standard mentioned in the contract
documents as approved by the Engineer in charge.The law governing the contract will be the Indian
law. This work i s proposed to be carried out f rom plan allocation of the state.
Enhancement factor will be applied from the next year o f completion of work.
Current Year 2010-11 before Multiplying factor
One year (2009-10) 1.00
Two year (2008-09) 1.10
Three year (2007-08) 1.21
Four year (2006-07) 1.34
Five year (2005-06) 1.46
In case the financial figures and value of completed works are in foreign currency current
market exchange rate will be applied for the purpose of conversion foreign currency into
Indian rupees. Applicants will indicate actual figures of cost and amounts in the Schedule
without accounting for the above mentioned factors.
2 Form No.3.A submitted should bear of fice seal of the contractor and/or organization
executing the work with office out-ward No. and Date with quantity executed with year wi se
shall be notarized.
3 List of all works on hand Schedule-E (All the work on hand for all Divi sions, Board,
Corporation, Private etc) Details of Annual turnover with bearing office seal of contractor and/or
organization executing the work shall be notari sed by the contractor with certificate that no work in
progress/is executed/accepted for contract i s omitted from list. The experience of the firm for
building/ road projects as applicable and other works as well as prompt of works, Any other crite ria
which the committee may like to consider in any individual case.
4 (i ) VALUE OF WORK :Following enhancement factors will be used the cost of works executed
and the financial figures to a common base value fo r works completed in India. For works completed
abroad the latest currency conversion rate will be applied.
INSTRUCTION TO APPLICANTS
1 A bidder may be pre-qualified for the works under thi s tender if the requi site technical,
financial and experience criteria are fulfilled.
2 One firm can be pre qualified only once in its own name.
3 Pre qualification Questionnaire completed in all respect should be submitted to online as per
date mentioned in Tender Notice on web site at rnb.nprocure.com.
4 The attested copy of the fresh and valid Income tax clearance Certificate /Certificate of
Charted Accountant showing the details of turn over fo r the last five financial years shall
have to be submitted. The details furnished in Income Tax Certificate / Certificate of
Chartered Accountant must tally with the respective figures in profit and loss accounts. In
case of ANY DESCRIPANCY, THE FIGURES SHOWING IN Income Tax Clearance
certi ficate shall be final.
5 Proof of having executed at least one single similar work costing Rs.150.00 Lacs in value
which includes at least a single sim ilar RCC construction work shall have to be made
available online. The proof is f rom the Government / semi government / public sector
undertakings will have to be authenticated by the competent authority. In case of private
work sufficient authentic proof of work done along with evidence of financial transaction shall
have to be furni shed.
6 The costs incurred by the bidders in making thi s offe r, in providing clarification or attending
discussions, conferences or site vi sits will not be reimbursed by the Employer or the
Engineer-in-charge.
7 LANGUAGE TO BE USED
The language for submission of bid should be in English.
The enclosed schedules should be filled in completely and all questions should be
answered, if any particular quarry i s not relevant it should be stated as “NOT APPLICABLE”.
8 Financial data, project costs, value of works etc. should be given in Indian rupees only.
9 For any clarification, the Engineer-in-charge i.e. Manager Civil, GMDC, to be contacted by
having appointment on working day.
10 If the application is made 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.
11 If the application i s made by a firm in partnership, it shall be signed by all the partners of the
firm, above their full names and current addresses or by a partner holding the power of
attorney of the firm by signing of the application in which case a certified copy of the power
of attorney shall be accompany with application. A certified copy of the partnership deed,
current address of the firm and the full names, and current address of all the partners of the
firm shall also accompany with the application. Joint venture is not acceptable.
12 If the application is made by limited company or a limited corporation, it shall be signed by a
duly authori sed person holding the power of attorney for signing the application in which
case, a certified copy of the power of attorney shall accompany with the application. Such
limited company or corporation will be required to furni sh sati sfactory evidence of its
exi stence before the contract i s awarded.
13 The information furnished must be sufficient to show that the applicant (along with the all
parties) i s a capable in all respects to successfully complete the envi saged contract works
strictly on the basi s of the applicant, (along with all parties) having already carried out
sati sfactorily works of similar size nature and complexity.
14 The bidder while submitting the tender for the works shall be required to provide sati sfactory
evidence in respect of information’s fu rni shed by them in their application for prequalification
regarding their structure and organi sation, financial position/arrangement, resources of the
firm including personal s and equipments, experiences as well as works onhand etc. The
applicants attention i s explicitly drawn to the fact that, even after the pre-qualification of
potential bidders has already carried out, all bidders shall include statement of the change
that may have occurred since prequalification with particular reference to the various items
listed above and that further more contract work shall be awarded to successful bidders only
on the basi s of careful scru tiny of all the above information furni shed by the applicant.
15 The applicant is expected to have v isited the project s ite before submitting pre-
qualification bid and tender documents. No cost for any clari fication or visit to si te.
etc. will be reimbursed by the employer.
16 While submitting the schedule duly filled by the applicant shall submit the latest copies of
brochures and prequalification documentation giving more information about the firm and all
the members.
(B) DETAILED SCREENING CRITERIA:
(i) Structure and organization whether the firm is a single firm / partnership deed,
classification held with state R&B Department.
(ii) Financial status of the firm including average annual tu rnover, works in hand,
financial arrangements proposed viz. own resources / bank credits etc. including
financial st rength etc.
(iii) Resources of the firm including personal and equipment.
(vi) The firm should at least have a experience of executing concrete work with quantity
Not less than 1500 Cmt.
(v) The firm should atleast have a experience of executing steel work with quantity
Not less than 125 M.T.
PRE-QUALIFICATION APPLICATION
Dear Sir,
Having examined the pre-qualification documents including scope of works & time frame of
construction, we hereby submit all the necessary information & relevant documents fo r pre-
qualifying us fo r bidding for the above mentioned works.
The application is made by us on behalf ofin the capacity of duly authorized to submit the
offer.
The necessary evidence admissible in law in respects o f authority assigned to us on behalf
of the firms for applying and for completion of the Contract documents is attached herewith. It is
certified that the information furni shed in these documents is authentic.
We undersigned accept that Employer (GMDC) reserves the right to reject any or all
applications without assigning any reasons.
Date :
Signature of Applicant
Name in Brackets including Title & Capacity in which
Application is made.
ENCL :
1.
2.
Schedule duly filled in the prescribed form.
Evidence of authority to sign.
Latest brochures
Required E.M.D. in form of Rs.